HomeMy WebLinkAbout000563 Original ContractCity of Port Angeles
Record #000563
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
Murray. Smith Associates, Inc.
WW 01 -2013 Wastewater Utility Professional Services Agreement
RELATING TO: EUGA PUMP STATION RENOVATION
THIS AGREEMENT is made and entered into this 1 day of
2013, by and between THE CITY OF PORT ANGELES, a non charter cede city of the State of
Washington, (hereinafter called the "CITY and Murray, Smith Associates, Inc., a
Washington Corporation authorized to do business in the state of Washington (hereinafter
called the "CONSULTANT
WHEREAS, the CITY desires engineering and consulting assistance related to rehabilitation of
the East UGA pump stations; and
WHEREAS, the CITY desires to engage the professional services and assistance of a qualified
consulting firm to perform the Scope of Services as detailed in Exhibit A, and
WHEREAS, the CONSULTANT represents that it is in full compliance with the statutes of the
State of Washington for professional registration and /or other applicable requirements, and
WHEREAS, the CONSULTANT represents that it has the background, experience, and ability
to perform the required work in accordance with the standards of the profession, and
WHEREAS, the CONSULTANT represents that it will provide qualified personnel and
appropriate facilities necessary to accomplish the work;
NOW, THEREFORE, in consideration of the above representations and the terms, conditions,
covenants, and agreements set forth below, the parties hereto agree as follows:
I SCOPE OF SERVICES
General Scope. (Exhibit A)
The general Scope of Services is described in Exhibit A attached to this agreement. The CITY
may review the CONSULTANT'S services, and if they do not meet the Professional Standard
of Care the CONSULTANT shall make such changes as may be required by the CITY. Such
changes shall not constitute "Extra Work" as related in Section XII of this Agreement. Any
changes made necessary due to causes outside the CONSULTANT'S reasonable control shall
be provided as an extra work herein.
The CONSULTANT agrees that all services performed under this Agreement shall be in
accordance with the standards of the engineering profession for similar services on similar
projects of like size and nature and in compliance with applicable federal, state and local laws.
Page 1 of 7
The Scope of Services may be amended upon written approval of both parties.
II OWNERSHIP OF DOCUMENTS
Upon completion of the work, all documents, exhibits, photographic negatives, or other
presentations of the work with the exception of those standard details and specifications
regularly used by the CONSULTANT in its normal course of business shall upon payment of all
amounts rightfully owed by the CITY to the CONSULTANT herein become the property of the
CITY for use without restriction and without representation as to suitability for reuse by any
other party unless specifically verified or adapted by the CONSULTANT. However, any
alteration of the documents, by the CITY or by others acting through or on behalf of the CITY,
will be at the CITY's sole risk.
III DESIGNATION OF REPRESENTATIVES
Each party shall designate its representatives in writing. The CONSULTANT'S representative
shall be subject to the approval of the CITY.
IV TIME OF PERFORMANCE
The CONSULTANT may begin work upon written direction to proceed from the CITY. Tasks
may be awarded to this Agreement through December 31, 2013. The work for each task shall
be completed within a period as specified in the Schedule as set forth in the attached Exhibit
A.
V PAYMENT
The CITY shall pay the CONSULTANT as set forth in this section of the Agreement. Such
payment shall be full compensation for work performed, services rendered, and all labor,
materials, supplies, equipment and incidentals necessary to complete the work.
A. Payment shall be on the basis of the CONSULTANT'S cost for actual labor, overhead and
profit plus CONSULTANT'S direct non -salary reimbursable costs as set forth in the
attached Exhibit C.
B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall
detail the completed work, hours, employee name, and hourly rate; shall itemize with
receipts and invoices the non -salary direct costs; shall indicate the specific task or activity
in the Scope of Service to which the costs are related; and shall indicate the cumulative
total for each task.
C. The CITY shall review the invoices and make payment for the percentage of the project
that has been completed less the amounts previously paid.
D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event
of a disputed billing, only the disputed portion will be withheld from payment.
E. Final payment for the balance due to the CONSULTANT will be made after the completion
Page 2 of 7
of the work and acceptance by the CITY.
F. Payment for "Extra Work" performed under Section XII of this Agreement shall be as
agreed to by the parties in writing.
VI MAXIMUM COMPENSATION
Unless otherwise agreed to in writing by both parties, the CONSULTANT'S total compensation
and reimbursement under this Agreement, including labor, direct non -salary reimbursable
costs and outside services, shall not exceed the maximum sum of $24,652. The budget for
each task is as set forth in the attached Exhibit B. Budgets for task(s) may be modified upon
mutual agreement between the two parties, but in any event, the total payment to
CONSULTANT shall not exceed $24,652.
VII INDEPENDENT CONTRACTOR STATUS
The relation created by this Agreement is that of owner independent contractor. The
CONSULTANT is not an employee of the CITY and is not entitled to the benefits provided by
the CITY to its employees. The CONSULTANT, as an independent contractor, has the
authority to control and direct the performance within the Scope of Service. The
CONSULTANT shall assume full responsibility for payment of all Federal, State, and local
taxes or contributions imposed or required, including, but not limited to, unemployment
insurance, Social Security, and income tax.
VIII EMPLOYMENT
Employees of the CONSULTANT, while engaged in the performance of any work or services
under this Agreement, shall be considered employees of the CONSULTANT only and not of
the CITY, and claims that may arise under the Workman's Compensation Act on behalf of said
employees while so engaged, and any and all claims made by a third party as a consequence
of any negligent act or omission on the part of the CONSULTANT'S employees while so
engaged, on any of the work or services provided to be rendered herein, shall be the sole
obligation and responsibility of the CONSULTANT.
In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY
employee without the CITY's written consent.
IX NONDISCRIMINATION
The CONSULTANT shall conduct its business in a manner, which assures fair, equal and
non discriminatory treatment of all persons, without respect to race, creed or national origin, or
other legally protected classification and, in particular:
A. The CONSULTANT shall maintain open hiring and employment practices and will welcome
applications for employment in all positions, from qualified individuals who are members of
minorities protected by federal equal opportunity /affirmative action requirements; and,
B. The CONSULTANT shall comply with all requirements of applicable federal, state or local
laws or regulations issued pursuant thereto, relating to the establishment of non
Page 3 of 7
discriminatory requirements in hiring and employment practices and assuring the service
of all persons without discrimination as to any person's race, color, religion, sex, Vietnam
era veteran status, disabled veteran condition, physical or mental handicap, or national
origin.
X SUBCONTRACTS
A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement
without the written consent of the CITY.
B. In all solicitation either by competitive bidding or negotiation made by the CONSULTANT
for work to be performed pursuant to a subcontract, including procurement of materials
and equipment, each potential sub consultant or supplier shall be notified by the
CONSULTANT of CONSULTANT's obligations under this Agreement, including the
nondiscrimination requirements.
XI CHANGES IN WORK
Other than changes directed by the CITY as set forth in Section I above, either party may
request changes in the Scope of Services. Such changes shall not become part of this
Agreement unless and until mutually agreed upon and incorporated herein by written
amendments to this Agreement executed by both parties.
XII EXTRA WORK
The CITY may desire to have the CONSULTANT perform work or render services in
connection with this Agreement, in addition to the Scope of Services set forth in Exhibit A and
minor revisions to satisfactorily completed work. Such work shall be considered as "Extra
Work" and shall be addressed in a written supplement to this Agreement. The CITY shall not
be responsible for paying for such extra work unless and until the written supplement is
executed by both parties.
XIII TERMINATION OF AGREEMENT
A. The CITY may terminate this Agreement at any time upon not less than ten (10) days
written notice to the CONSULTANT. Written notice will be by certified mail sent to the
CONSULTANT's designated representative at the address provided by the CONSULTANT.
As a condition precedent to termination for cause the CONSULTANT shall be given the
notice period to cure such cause and shall have failed to so cure.
B. In the event this Agreement is terminated prior to the completion of the work, a final
payment shall be made to the CONSULTANT, which, when added to any payments
previously made, shall compensate the CONSULTANT for the work completed.
C. In the event this Agreement is terminated prior to completion of the work, documents that
are the property of the CITY pursuant to Section II above, shall be delivered to and
received by the CITY prior to transmittal of final payment to the CONSULTANT.
XIV INDEMNIFICATION /HOLD HARMLESS
Page 4 of 7
CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, employees and
volunteers harmless from any and all claims, injuries, damages, losses or suits including
attorney fees, arising out of or resulting from the negligent acts, errors or omissions of the
CONSULTANT in performance of this Agreement, except for injuries and damages caused by
the sole negligence of the CITY.
The CITY agrees to indemnify the CONSULTANT from any claims, damages, losses, and
costs, including, but not limited to, reasonable attorney's fees and litigation costs, arising out of
claims by third parties for property damage and bodily injury, including death, caused solely by
the negligence or willful misconduct of the CITY, CITY's employees, or agents in connection
with the work performed under this Agreement.
If the negligence or willful misconduct of both CONSULTANT and CITY (or a person identified
above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense
shall be shared between the CONSULTANT and the CITY in proportion to their relative
degrees of negligence or willful misconduct and the right of indemnity shall apply for such
proportion.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the
CONSULTANT, the CITY, and the officers, officials, employees, and volunteers of either, the
CONSULTANT'S liability hereunder shall be only to the extent of the CONSULTANT'S
negligence. It is further specifically and expressly understood that the indemnification provided
herein constitutes the CONSULTANT'S waiver of immunity under Industrial Insurance, Title 51
RCW, solely for the purposes of this indemnification. This waiver has been mutually
negotiated by the parties. The provisions of this section shall survive the expiration or
termination of this Agreement. However, the CONSULTANT expressly reserves its rights as a
third person set forth in RCW 51.24.035.
XV INSURANCE
The CONSULTANT shall procure and maintain for the duration of the Agreement, insurance
against claims for injuries to persons or damage to property which may arise from or in
connection with the performance of the work hereunder by the CONSULTANT, its agents,
representatives, employees or subcontractors.
No Limitation. CONSULTANT'S maintenance of insurance as required by the agreement
shall not be construed to limit the liability of the CONSULTANT to the coverage provided by
such insurance, or otherwise limit the CITY'S recourse to any remedy available at law or in
equity.
A. Minimum Scope of Insurance
CONSULTANT shall obtain insurance of the types described below:
1. Automobile Liability insurance covering all owned, non- owned, hired and leased vehicles.
Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute
form providing equivalent liability coverage. If necessary, the policy shall be endorsed to
provide contractual liability coverage; and,
Page 5 of 7
2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01
and shall cover liability arising from premises, operations, independent contractors, and
personal injury and advertising injury. The CITY shall be named as an insured under the
CONSULTANT's Commercial General Liability insurance policy with respect to the work
performed for the CITY; and,
3. Workers' Compensation coverage as required by the Industrial Insurances laws of the State
of Washington; and
4. Professional Liability insurance appropriate to the CONSULTANT's profession.
B. Minimum Amounts of Insurance
CONSULTANT shall maintain the following insurance limits:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident.
2. Commercial General Liability insurance shall be written with limits no less than
$1,000,000 each occurrence, $2,000,000 general aggregate.
3. Professional Liability insurance shall be written with limits no Tess than
$1,000,000 per claim and $1,000,000 policy aggregate limit.
C. Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following provisions for
Automobile Liability, Professional Liability and Commercial General Liability insurance:
1. The CONSULTANT's insurance coverage shall be primary insurance as respect
the CITY. Any insurance, self- insurance, or insurance pool coverage maintained
by the CITY shall be in excess of the CONSULTANT's insurance and shall not
contribute with it.
2. The CONSULTANT shall provide CITY and all Additional Insureds with written
notice of any policy cancellation within two (2) business days of their receipt of
such notice.
3. Any payment of deductible or self insured retention shall be the sole
responsibility of the CONSULTANT.
4. The CONSULTANT'S insurance shall contain a clause stating that coverage shall
apply separately to each insured against whom claim is made or suit is brought,
except with respects to the limits of the insurer's liability.
D. Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII.
Page 6 of 7
E. Verification of Coverage
CONSULTANT shall furnish the CITY with original certificates and a copy of the amendatory
endorsements, including but not necessarily limited to the additional insured endorsement,
evidencing the insurance requirements of the CONSULTANT before commencement of the
work.
XVI APPLICABLE LAW
This Agreement shall be construed and interpreted in accordance with the laws of the State of
Washington, and in the event of dispute the venue of any litigation brought hereunder shall be
Clallam County.
XVII EXHIBITS AND SIGNATURES
This Agreement, including its exhibits, constitutes the entire Agreement, supersedes all prior
written or oral understandings, and may only be changed by a written amendment executed by
both parties. The following exhibits are hereby made a part of this Agreement:
Exhibit A Scope of Services
Exhibit B Budget
Exhibit C Consultant's Direct and Non Direct Cost Schedule
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and
year first written above.
CITY OF PORT ANGELES
ti
DAN McKEEN, CITY MANAG R
CONSULTANT MURRAY, SMITH
ASSOCIATES, INC.
r")
TITLE:
APPROVED AS TO FORM:
1 19
WILLIAM E. BLOOITY ATTORNEY
ATTEST:
'',l I
SSA HURD, CITY CLERK
Page 7 of 7
EXHIBIT A
Scope of Services
EUGA Pump Station Renovation
The following scope of work describes the general engineering services for the renovation of pump
stations 12 and 13:
Task 1— Submersible Pump Replacement
1. Establish operating parameters and select replacement submersible pumps for use at Pump
Stations 12 13.
a. Review current operating conditions with City staff based on available station data.
b. Establish preferred operating conditions and review pump preferences'with City staff.
c. Identify replacement submersible pumps that meet operating conditions and staff
preferences.
d. In collaboration with City staff, select a preferred replacement submersible pump.
2. Evaluate existing station configuration and pump controls and identify station modifications to
accommodate proposed replacement pumps, if necessary.
a. With preferred replacement submersible pumps identified, review compatibility with
existing station configuration and controls and confirm with pump manufacturer.
b. Recommend replacement of existing equipment and station modifications, if necessary,
to accommodate proposed pumps.
3. Prepare specifications for replacement pumps at Pump Station 13. It is anticipated that the
replacement of pumps at Pump Station 13 is a priority and the replacement of pumps at Pump
Station 12 will take place at a later date, not included in this Scope of Services.
a. Prepare a written specification for the replacement submersible pumps that include
equipment and station modifications to make pumps compatible with existing station.
b. Provide a cost estimates based on manufacturers budgetary information.
4. Assist City with procurement and installation of replacement pumps at Pump Station 13. It is
anticipated that the City will take the lead in procurement of pumps and will compile all
necessary contracting documents utilizing the specification prepared in the previous task.
a. Respond to questions during pump procurement.
b. Review pump submittal to ensure conformance to the specification.
5. Temporary rock screens for Pump Stations 12 13.
a. Review options for temporary rock screens with City staff and select a preferred
alternative.
b. Develop a technical memo identifying the preferred alternative. The memo will be
based on existing pump station information and identify the general concept of the
preferred alternative. It is anticipated that the temporary rock screens will be procured
and installed by City staff.
Task 2 Permanent Rock Trap Design
1. Review and select a preferred alternative for permanent rock traps for Pump Stations 12 13.
a. Review current station operation and maintenance procedures and performance with
City staff.
b. Develop options for a permanent rock trap, including planning level costs and station
O &M impacts.
c. Review options with City staff and select a preferred alternative.
2. Based on the preferred alternative, prepare plans and special provision specifications for
construction of permanent rock traps for Pump Stations 12 13. It is anticipated that the City
will use their Small Works Roster and will compile all contacting documents. For the purpose of
this scope and fee estimate, the plan set will consist of one sheet and will be based on existing
pump station drawings, supplemented with limited information gathered during site visits.
a. Develop plans and special provision specifications to 75% complete and submit to City
for review and comment. Submittal shall be electronic.
b. Develop final plans and special provision specifications to 100% and submit to City to be
included in contracting documents. Plans and special provisions will be stamped and
documents will be submitted electronically in pdf format.
3. Assist City with procurement of construction contractor and installation of permanent rock
traps. It is anticipated that the City will take the lead in procurement of construction contractor
and construction management. It is anticipated the City will be responsible for all elements of
contracting except those defined below.
a. Respond to questions during procurement of contractor.
b. Respond to requests for information (RFI's).
4. Evaluate contact pipelines and pump station and make recommendations for operation and
maintenance of the pump stations.
a. Based on the review of the pump stations in the previous tasks, make recommendations
to improvement station performance and /or increase operation and maintenance
efficiencies.
b. Document recommendations in a brief memo to the City's project manager.
Task 3 Additional Engineering Services
1. Provide technical assistance and other services to City related to City's wastewater utility at the
specific and written request and direction of authorized City staff. The purpose of this task is to
facilitate timely response by Consultant to needs that are unforeseen at this time. The budget
for this task is a contingency allowance that includes labor and expenses. Work will be done to
the extent this budget remains available.
Schedule
Assuming a Notice to Proceed is issued on March 6, 2013, the Schedule shall be completed by the
following dates:
Task 1— March 26, 2013
Task 2 May 8, 2013
Task 3 December 31, 2013
EXHIBIT B
Budget
EUGA Pump Station Renovation
Task 1— Submersible Pump Replacement
$7,177.00
Task 2 Permanent Rock Trap Design
$12,475.00
Task 3 Additional Engineering Services
$5,000.00
Total All Tasks
$24,652.00
Personnel:
Labor will be invoiced by staff classification at the following hourly rates, which are valid
from January 1, 2013 to December 31, 2013. After this period, the rates are subject to
adjustment.
Project Expenses:
Expenses incurred in -house that are directly attributable to the project will be invoiced at
actual cost. These expenses include the following:
Outside Services:
Outside technical, professional and other services will be invoiced at actual cost plus
10 percent to cover administration and overhead.
Everett
2013
Administrative
Technicians
Engineering Designers
Professional Engineers
Senior /Supervising Engineers
Managing Engineers
Principal Engineers
Exhibit C
Schedule of Charges
Computer Aided Design and Drafting
Mileage
Communications Charge
Postage and Delivery Services
Printing and Reproduction
Travel, Lodging and Subsistence
MURRAY, SMITH ASSOCIATES, INC.
Engineers/Planners
$71.00 -88.00
$81.00 117.00
$102.00- 125.00
$117.00- 151.00
$158.00- 168.00
$173.00- 186.00
$170.00- 193.00
$16.00/hour
Current IRS Rate
1% of Invoiced Labor
At Cost
At Cost
At Cost