HomeMy WebLinkAbout5.756 Original Contract Ml5b
Reciprocal Maintenance Agreement
GM 01461
Amendment No. 1
This Amendment No. 1 is made and entered into between the STATE OF WASHINGTON,
Department of Transportation, hereinafter the "STATE," and the City of Port Angeles, Public
Works and Utilities Department, PO Box 1150, Port Angeles, WA 98362, hereinafter the
"CITY."
WHEREAS, each Party entered into AGREEMENT GM 01461 on the 22"d day of November,
2005 to furnish the other Party with labor, equipment, and materials on a fully reimbursable.basis
when available, for roadway maintenance, and
WHEREAS, the Parties wish to amend AGREEMENT GM 01416 to define the maximum
amount of chargeable services by each Party on an annual basis, and
WHEREAS, Section 9, Agreement Alterations and Amendments, of the AGREEMENT allows
for amendments by mutual agreement,
NOW, THEREFORE, pursuant to RCW 47.28.140 and in consideration of the terms, conditions,
covenants, and performances contained herein, or attached and incorporated and made a part
hereof,
•
IT IS MUTUALLY AGREED AS FOLLOWS:
AGREEMENT GM 01416 is modified as follows:
1. Section 4.1 is hereby deleted and replaced with the following:
The Party receiving labor, equipment or materials under this AGREEMENT shall fully
reimburse the Party providing it for that Party's actual direct and related indirect costs.
The maximum annual amount of services under this AGREEMENT one Party may
provide to the other is Twenty Thousand Dollars ($20,000)per Party per calendar year.
2. All other terms and conditions of AGREEMENT GM 01461 shall remain in full force
and effect except as modified by this Amendment No. 1.
GM 01461
Amendment No. I
Page 1 of 2
•
IN WITNESS WHEREOF, the Parties hereto have executed this Amendment No. 1 as of the date
last below written.
CITY OF PORT ANGELES STATE OF WASHINGTON
DEPARTMENT OF TRANSPORTATION
By: 94....._______-- By: 74,
Dan McKeen, Troy Cowan, Xssist. Region Administrator
City Manager for Maintenance and Operations
Date: S I 1 / 1 3 Date: 5-28-2o/3
APPROVED AS TO FO• ■ •: APPROV*IL AS TO FORM:
i c?
By: ��I .i� By: S
City Attorney Ann E. Salay, Assistant Attornleneral
SF
Date: s' 2, ' { 3 Date:
2
Washington State
Department of Transportation
Agreement No. I GM -01461 I (To be filled in by STATE Program Manager)
Task No. 1
Amendment No. Work Order No.
Location of Task
State Route No. M.P. Location
Other (if no highway)
City of Port Angeles Street Overlays Program, TR 01 -03
ProgramManager Information
STATE Program Manager
Neal Campbell
Mailing Address
5720 Capitol Blvd. SE, Tumwater, WA 98501 -6703
City of Port Angeles Program Manager
Jim Mahlum
Mailing Address
P.O. Box 1150, Port Angeles, WA 98362
Scope of Task Order
Provide brief description of work to be performed and reference attachments to include proposed work schedules, a detailed cost estimate,
and any additional terms /conditions.
Take approximately 15 HMA cores and perform testing. This does not include traffic control.
Task Schedule and Cost
Task Start Date 3/5/12
(No payment for work done PRIOR to this date)
Task End Date 3/31/12
(No payment for work done AFTER this date)
Amended Task Start Date
Amended Task End Date
Approval Si latqes *Note:
City of
Title
Two original signed Documents are required.
re c r
Date
Distribution: Originals: City Pgm. Manager
STATE OR Financial Services
New Task
Task Amendment
1/2
Phone No. (360) 357 -2666
Fax No. (360) 704 -3250
Phone No. (360) 417 -4701 (18)
Fax No. NA
Task Amount $4,000.00
Task Amendment Amount
Total Amended Task Amount
WashVgton State Department of Transportation
r li.( P a c._.� 5
Title
Task Order
R02451
Date
Copies: STATE Pgm. Manager
STATE OR Local Programs Other
Cost Estimate: $4,000.00
Schedule:
Start Date, 3/5/12
End Date, 3/31/12
COST ESTIMATE AND SCHEDULE TO PERFORM
TASK ORDER WORK
j Washington State
Department of Transportation
Paula J. Hammond, P.E.
Secretary of Transportation
March 9, 2012
City of Port Angeles
P.O. Box 1150
Port Angeles, WA 98362
Reciprocal Maintenance Agreement
GM -1461 Task Order No. 1
Attn.: Jim Mahlum
Civil Engineer
Dear Sir:
Attached for use is an original of the above mentioned agreement for your records.
If you have any questions please call me at (360) 357 -2621.
Sincerely,
nk
Attachment:
GM -1461 Task Order No. 1
cc:
OR Accounting- original
Don Clotfelter
file
Neil Knecht
Olympic Region Local Programs
Agreements Engineer
-,z -7>'
Olympic Region Headquarters
5720 Capitol Boulevard, Tumwater
P 0 Box 47440
Olympia WA 98504 -7440
360 357 -2600
Fax 360 357 -2601
TTY 1- 800 833 -6388
www wsdot wa gov
Washington State
A Department of Transportation
Douglas B. MacDonald
Secretary of Transportation
December 3, 2007
PO Box 1150
321 E. 5th St.
Port Angeles, WA 98362 -0217
Reciprocal Maintenance Agreement
re; GMW -0035
Attn: Michael Puntenney
Director of Opperations
Dear Mr. Puntenney
Due to an accounting process change, we have found it necessary to re- number the above
General Maintenance Agreement. The former agreement number was GMW -0035, the
new number is now GM- 01461. Please use the new number for all future
correspondence and billings.
If you have any questions please call Neil Knecht at 360 357 -2621
Sincerely,
Bill Samblis
Olympic Region Local Programs
Area Engineer
WGS wgs
Attachment:
Page 1 copy, GMW 0035 GM -01461
cc:
Art Veach (2 copies)
Misun Peck
Don Clotfelter
file
7 Ste
Olympic Region Headquarters
5720 Capitol Boulevard, Tumwater
P O Box 47440
Olympia, WA 98504 -7440
360 357 -2600
Fax 360 357 -2601
TTY 1- 800 833 -6388
www wsdot wa gov
r C _AAY Pil(Cs aOiS
RECIPROCAL MAINTENANCE AGREEMENT
THIS AGREEMENT is made and entered into this 22„d day of it/o %M C S
between the STATE OF WASHINGTON, Department of Transportation, hereinafter called the
"STATE," and the City of Port Angeles, Public Works and Utilities Department, P.O. Box 1150,
Port Angeles, WA 98362, hereinafter called the "CITY."
WHEREAS, the Parties hereto are charged with the responsibility of maintaining their streets,
roads, and highways and maintaining staff, equipment and materials to perform the necessary
work; and
WHEREAS, a Party may, from time to time, need labor, equipment, or materials or may have
labor, equipment and materials available in certain locations which could be used by the other
Party; and
WHEREAS, RCW 47.28.140 authorizes the STATE to enter into a cooperative agreement with a
public agency for the performance of, inter alia, road maintenance and repair, so long as the
costs and expenses are reimbursed by the Party whose responsibility it is for the work; and
WHEREAS, the Parties agree that it is in the public interest to make the most efficient use of
their labor, equipment, and materials by sharing them on a reimbursable basis when available
and when doing so would assist the other Party.
NOW, THEREFORE, IT IS MUTUALLY AGREED BY THE PARTIES AS FOLLOWS:
1. GENERAL
1.1 Each Party agrees to furnish the other Party with labor, equipment, and materials on a
fully reimbursable basis when available, for roadway maintenance. The furnishing of labor,
equipment, and materials shall be subject to the procedures and compensation requirements set
forth below, and shall be at the option of the Party requested to perform the work or to supply
labor, equipment or material. The Parties understand and agree that the work of the Party
possessing the labor, equipment, and materials takes first priority.
1.2 When the STATE is requesting labor, equipment or materials, the provisions of RCW
47.28.030 shall apply.
Page 1 of 6
RECIPROCAL MAINTENANCE AGREEMENT
CIVIMa0
THIS AGREEMENT is made and entered into this ..Und day of A/O/corker
between the STATE OF WASHINGTON, Department of Transportation, hereinafter called the
"STATE," and the City of Port Angeles, Public Works and Utilities Department, P.O. Box 1150,
Port Angeles, WA 98362, hereinafter called the "CITY."
WHEREAS, the Parties hereto are charged with the responsibility of maintaining their streets,
roads, and highways and maintaining staff, equipment and materials to perform the necessary
work; and
WHEREAS, a Party may, from time to time, need labor, equipment, or materials or may have
labor, equipment and materials available in certain locations which could be used by the other
Party; and
WHEREAS, RCW 47.28.140 authorizes the STATE to enter into a cooperative agreement with a
public agency for the performance of, inter alia, road maintenance and repair, so long as the
costs and expenses are reimbursed by'the Party whose responsibility it is for the work; and
WHEREAS, the Parties agree that it is in the public interest to make the most efficient use of
their labor, equipment, and materials by sharing them on a reimbursable basis when available
and when doing so would assist the other Party.
NOW, THEREFORE, IT IS MUTUALLY AGREED BY THE PAR'11hS AS FOLLOWS:
1. GENERAL,
1.1 Each Party agrees to furnish the other Party with labor, equipment, and materials on a
fully reimbursable basis when available, for roadway maintenance. The furnishing of labor,
equipment, and materials shall be subject to the procedures and compensation requirements set
forth below, and shall be at the option of the Party requested to perform the work or to supply
labor, equipment or material. The Parties understand and agree that the work of the Party
possessing the labor, equipment, and materials takes first priority.
1.2 When the STATE is requesting labor, equipment or materials, the provisions of RCW
47.28.030 shall apply.
Page 1 of 6
G
Gm-al./Eel
2. PERIOD OF PERFORMANCE
2.1 The period of performance of this AGREEMENT shall commence upon execution of this
AGREEMENT and extend for a term of one year unless terminated sooner, pursuant to Section
10, Termination. This AGREEMENT shall automatically renew for successive one (1) year
terms, unless terminated as provided herein, or for a maximum term of ten (10) years.
3. PROCEDURE FOR REQUESTING SERVICES
3.1 Each request for labor, equipment, or materials shall be submitted on behalf of the
STATE by the Maintenance Supervisor, Assistant Area Maintenance Superintendent, or Area
Maintenance Superintendent, and each request for labor, equipment, or materials shall be
submitted on behalf of the CITY by the CITY Deputy Director for Operations or position of
higher authority on behalf of the CITY. Each request for labor, equipment or materials shall be
submitted on a Task Order Form, which shall include the task location, program manager
information, scope of work, task schedule and estimated cost, and be executed by the Deputy
Director of Operations on behalf of the CITY, or the Area Maintenance Superintendent or
Assistant Area Maintenance Superintendent on behalf of the STATE. In the event of an
emergency, work may be requested and agreed to verbally, but such agreement must be
documented by a Task Order within forty -eight (48) hours of the verbal agreement. The Task
Order Form is attached hereto as Exhibit A. All fully executed Task Order Forms shall be
deemed automatically made a part of this AGREEMENT.
4. PAYMENT
4.1 The Party receiving labor, equipment or materials under this AGREEMENT shall fully
reimburse the Party providing it for that Party's actual direct and related indirect costs. Actual
direct costs with respect to labor includes the cost of salary and benefits, but does not include
overhead or administration.
4.2 The Party receiving labor, equipment or materials agrees to make payment for the labor,
equipment or materials within thirty (30) days from receipt of invoice. These payments are not
to be more frequent than one (1) per month.
4.3 The CITY agrees that if it does not make payment for the labor, equipment or materials
within ninety (90) days after receipt of a STATE invoice, the STATE may deduct and expend
any monies to which the CITY is entitled to receive from the Motor Vehicle Fund as provided by
RCW 47.24.050.
5. RECORDS MAINTENANCE
5.1 For a period of not less than three (3) years from the date of payment for the labor,
equipment or materials, the Parties shall each maintain books, records, documents, and other
Page 2 of b 0391
GM eV4R9/
evidence which sufficiently and properly reflect the labor, equipment or material expended for
inspection, review, or audit by personnel of both Parties, other personnel duly authorized by
either Party, the office of the State Auditor, and federal officials so authorized by law. If any
litigation, claim, or audit is commenced, the records and accounts along with supporting
documentation shall be retained until all litigation, claim, or audit finding has been resolved even
though such litigation, claim, or audit continues past the 3 -year retention period.
5.2 Records and other documents, in any medium, furnished by one Party to this
AGREEMENT to the other Party, will remain the property of the furnishing Party, unless
otherwise agreed.
6. CARE AND MAINTENANCE OF EQUIPMENT
6.1 A Party requesting use of equipment from the other Party shall be solely responsible for
the proper care, maintenance, and security of the equipment until the equipment is returned to the
Party owning the equipment. Repair of damage, other than normal wear and tear, will be the
responsibility of the Party in possession of the equipment at the time the equipment is damaged,
including damages caused by a third party.
7. RIGHT OF ENTRY
7.1 The Parties hereto grant to each other the right of entry upon all land in which the Parties
have an interest and which land is within or adjacent to the right -of -way of any highway, road or
street upon which labor is being utilized by the other Party under this AGREEMENT.
8. SUPERVISION and INDEPENDENT CAPACITY
8.1 The employees of each Party who are engaged in the performance of this AGREEMENT
shall continue to be employees of that Party and shall not be considered for any purpose to be
employees of the other Party. Each Party shall be solely responsible for the supervision of -its
own employees.
9. AGREEMENT ALTERATIONS AND AMENDMENTS
9.1 This AGREEMENT may be amended by mutual agreement of the Parties. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized
to bind each of the Parties.
10. TERMINATION
10.1 Either Party may terminate this AGREEMENT or a Task Order upon thirty (30) days
prior written notification to the other Party. If this AGREEMENT or a Task Order is so
terminated, the Parties shall be liable only for performance rendered or costs incurred prior to the
Page 3 of 6
M35
GM .5/6,/
effective date of termination. Termination of this AGREEMENT shall likewise terminate any
outstanding Task Orders.
11. DISPUTES
11.1 In the event that a dispute arises under this AGREEMENT, it shall be determined by a
Dispute Board in the following mariner: Each Party to this AGREEMENT shall appoint one
member to the Dispute Board. The members so appointed shall jointly appoint an additional
member to the Dispute Board. The Dispute Board shall review the facts, relevant Task Order,
AGREEMENT terms, and applicable statutes and rules and make a determination of the dispute.
The determination of the Dispute Board shall be final and binding on the Parties hereto. All
costs for the additional appointed member shall be shared equally between the Parties.
12. LEGAL RELATIONS
12.1 Each Party to this AGREEMENT shall protect, defend, indemnify, and save harmless the
other Party, its officers, officials, employees, and agents, while acting within the scope of their
employment as such, from any and all costs, claims, judgment, and/or awards of damages (both
to persons and property), arising out of, or in any way resulting from, each Party's negligent acts
or omissions with respect to the provisions of this AGREEMENT. No Party will be required to
indemnify, defend, or save harmless the other Party if the claim, suit, or action for injuries, death,
or damages (both to persons and property) is caused by the sole negligence of the Party;
Provided that if such claims, suits, or actions result from (a) the concurrent negligence of the
Parties, or (b) involves those actions covered by RCW 4.24.115, the indemnity provisions
provided herein shall be valid and enforceable only to the extent of the Party's own negligence.
12.2 The Parties specifically assume potential liability for actions brought by the Party's own
employees against the other Party and, solely for the purposes of this indemnification, the Parties
mutually waive any immunity they might have under the state industrial insurance laws, Title 51
RCW.
12.3 This indemnification shall survive the termination of this AGREEMENT.
13. GOVERNANCE
13.1 This AGREEMENT is entered into pursuant to and under the authority granted by the
laws of the State of Washington and any applicable federal laws. The provisions of this
AGREEMENT shall be construed to conform to those laws.
13.2 In the event of an inconsistency in the terms of this AGREEMENT, or between its terms
and any Task Order entered into pursuant to Section 3, or any applicable statute or rule, the
inconsistency shall be resolved by giving precedence in the following order:
a. Applicable state and federal statutes and rules;
Page 4 of 6 CIIVINWOOIS
GM- D /qfo(
b. Any Task Order entered into pursuant to Section 3 and its Scope of Work and
materials incorporated by reference; and
c. The provisions of this AGREEMENT.
14.1 This AGREEMENT, and any Task Order entered into pursuant to Section 3, as well as
any claim arising thereunder, is not assignable or delegable by either Party in whole or in part.
15.1 If any provision of this AGREEMENT or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this
AGREEMENT which can be given effect without the invalid provision, if such remainder
conforms to the requirements of applicable law and the fundamental purpose of this
AGREEMENT, and to this end the provisions of this AGREEMENT are declared to be
severable.
16.1 This AGREEMENT contains all the terms and conditions agreed upon by the Parties,
except for Task Orders that have been entered into by the Parties pursuant to Section 3, which
are incorporated herein by reference. No other understandings, oral or otherwise, regarding the
subject matter of this AGREEMENT or such Task Orders shall be deemed to exist or to bind the
Parties hereto.
17.1 The program manager for each of the Parties shall be responsible for and shall be the
contact person for all communications and invoices for Task Orders under this AGREEMENT.
The Program Manager for the CITY is:
Michael Puntermey
Director of Operations
City of Port Angeles
P.O. Box 1150
Port Angeles, WA 98362
(360) 4174802
m punt ennev i citvofna.us
14. ASSIGNMENT
15. SEVERABILITY
16. ALL AGREEMENTS CONTAINED HEREIN
17. CONTRACT MANAGEMENT
Page 5 of 6
Ca7RWOP35
Gfi1. o /./[f/
The Program Manager for the STATE is:
Don Clotfelter
Maintenance Superintendant
Washington State
Department of Transportation
1707 South "C" Street
Port Angeles, WA 98363 -7456
(360) 457 -2713
clotfe @wsdot.wa.gov
IN WITNESS WHEREOF, the Parties hereto have executed this AGREEMENT as of the day
and year first above written.
CITY OF PORT ANGELES:
By: Ot.
Glenn Cutler, Director
Public Works and Utilities Department
Date:
APPROVED AS TO F
2
City Attorney
1 It d S
Date: t'3
Page 6 of 6
STATE OF WASHINGTON
DEPARTMENT OF TRANSPORTATION:
By:
Date:
AIL.
Randall A. Haim Region Administrator
Date: 11 /a. o5
APPROVED AS TO FORM:
a s,,,t,
Assistant Attorney General
6M:005
Gk[-o/41,1
Washington State
Department of Transportation
Agreement No.
Task No.
Location of Task
State Route No.
Other (if no highway)
krogramlv.Lanager information
STATE Program Manager
Mailing Address
I (To be filled in by STATE Program Manager
Amendment No. Work Order No.
rar s= �tsc «rr .,ter z �;y 1••'li
�tt�� wr W Yr :Gl.` F•- n �''4F. !Waft F_..' cA
�:i�+= Its �'x...^:i=_'_.'.�L`',. _c. r�";�... _�C �a4�f1•�'� _.:ir�rf`� c {I i'a ..a_'� "u`.'r' fir.
City of Port Angeles Program Manager Phone No.
Mailing Address
Task Schedule and Cost
Task Start Date
(No payment for work done PRIOR to this date)
Task End Date
(No payment for work done AFTER this date)
GMW -UU3S
Exhibit "A"
M.P. Location
Phone No.
Fax No.
Fax No.
Task Order
Scope of Task Order
Provide brief description of work to be performed and reference attachments to include proposed work schedules, a detailed cost estimate,
and any additional terms/conditions.
New Task
1/2
Task Amount
Task Amendment
Amended Task Start Date Task Amendment Amount
Amended Task End Date Total Amended Task Amount
Approval Signatures *Note: Two original signed Documents are required.****
City of Port Angeles Washington State Department of Transportation
Title Title
Date Date
Distribution: Originals: City Pgm. Manager Copies: STATE Pgm Manager
STATE OR Financial Services STATE OR Local Programs Other
GMW -0035
Exhibit "A"
COST ESTIMATE AND SCHEDULE TO PERFORM
1 TASK ORDER WORK
..5.75/.t;
I flED fi'-' RC('~-
(',1~~~c::Z'Ov[\1
--CO"r~ - _h____~
at. r,.....OJ;t~l ~ "'I'ltJ".-'~
I~ .,; . a _~ I ~.... ~\ ~ 0
JP
-.
Filed at the Request of:
2005DEC -9 PM 3: , I
City of Port Angeles
City Clerk's Office
P. O. Box 1150
Port Angeles, W A 98362
\\"\I\IIlI~\I\'\I1\~'~1
2005 1171035 County
cv
Interlocal Agreement
City Clerk File No.: ------------------------
Agreement between the City of Port Angeles and Washington State Department of
Transportation
Purpose: Reciprocal Maintenance Agreement - GMW-0035
Dated: November 22. 2005
"
RECIPROCAL MAINTENANCE AGREEMENT
GMW-0035
THIS AGREEMENT is made and entered into this "t/l1'1d. day of Nt,1/~~ber , .:k:OS",
between the STATE OF WASHINGTON, Department of Transportation, hereinafter called the
"STATE," and the City of Port Angeles, Public Works and Utilities Department, P.O. Box 1150,
Port Angeles, W A 98362, hereinafter called the "CITY."
WHEREAS, the Parties hereto are charged with the responsibility of maintaining their streets,
roads, and highways and maintaining staff, equipment and materials to perform the necessary
work; and
WHEREAS, a Party may, from time to time, need labor, equipment, or materials or may have
labor, equipment and materials available in certain locations which could be used by the other
Party; and
WHEREAS, RCW 47.28.140 authorizes the STATE to enter into a cooperative agreement with a
public agency for the performance of, inter alia, road maintenance and repair, so long as the
costs and expenses are reimbursed by the Party whose responsibility it is for the work; and
WHEREAS, the Parties agree that it is in the public interest to make the most efficient use of
their labor, equipment, and materials by sharing them on a reimbursable basis when available
and when doing so would assist the other Party.
NOW, THEREFORE, IT IS MUTUALLY AGREED BY THE PARTIES AS FOLLOWS:
1. GENERAL
1.1 Each Party agrees to furnish the other Party with labor, equipment, and materials on a
fully reimbursable basis when available, for roadway maintenance. The furnishing of labor,
equipment, and materials shall be subject to the procedures and compensation requirements set
forth below, and shall be at the option of the Party requested to perform the work or to supply
labor, equipment or material. The Parties' understand and agree that the work of the Party
possessing the labor, equipment, and materials takes first priority.
1.2 When the STATE is requesting labor, equipment or materials, the provisions of RCW
47.28.030 shall apply.
Page 1 of6
GMW-0035
2. PERIOD OF PERFORMANCE
2.1 The period of performance of this AGREEMENT shall commence upon execution of this
AGREEMENT and extend for a term of one year unless terminated sooner, pursuant to Section
10, Termination. This AGREEMENT shall automatically renew for successive one (1) year
terms, unless terminated as provided herein, or for a maximum term often (10) years.
3. PROCEDURE FOR REQUESTING SERVICES
3.1 Each request for labor, equipment, or materials shall be submitted on behalf of the
STATE by the Maintenance Supervisor, Assistant Area Maintenance Superintendent, or Area
Maintenance Superintendent, and each request for labor, equipment, or materials shall be
submitted on behalf of the CITY by the CITY Deputy Director for Operations or position of
higher authority on behalf of the CITY. Each request for labor, equipment or materials shall be
submitted on a Task Order Form, which shall include the task location, program manager
information, scope of work, task schedule and estimated cost, and be executed by the Deputy
Director of Operations on behalf of the CITY, or the Area Maintenance Superintendent or
Assistant Area Maintenance Superintendent on behalf of the STATE. In the event of an
emergency, work may be requested and agreed to verbally, but such agreement must be
documented by a Task Order within forty-eight (48) hours of the verbal agreement. The Task
Order Form is attached hereto as Exhibit A. All fully executed Task Order Forms shall be
deemed automatically made a part of this AGREEMENT.
4. PAYMENT
4.1 The Party receiving labor, equipment or materials under this AGREEMENT shall fully
reimburse the Party providing it for that Party's actual direct and related indirect costs. Actual
direct costs with respect to labor includes the cost of salary and benefits, but does not include
overhead or administration.
4.2 The Party receiving labor, equipment or materials agrees to make payment for the labor,
equipment or materials within thirty (30) days from receipt of invoice. These payments are not
to be more frequent than one (1) per month.
4.3 The CITY agrees that if it does not make payment for the labor, equipment or materials
within ninety (90) days after receipt of a STATE invoice, the STATE may deduct and expend
any monies to which the CITY is entitled to receive from the Motor Vehicle Fund as provided by
RCW 47.24.050.
5. RECORDS MAINTENANCE
5.1 For a period of not less than three (3) years from the date of payment for the labor,
equipment or materials, the Parties shall each maintain books, records, documents, and other
Page 2 of6
GMW-0035
" '
evidence which sufficiently and properly reflect the labor, equipment or material expended for
inspection, review, or audit by personnel of both Parties, other personnel duly authorized by
either Party, the office of the State Auditor, and federal officials so authorized by law. If any
litigation, claim, or audit is commenced, the records and accounts along with supporting
documentation shall be retained until all litigation, claim, or audit finding has been resolved even
though such litigation, claim, or audit continues past the 3-year retention period.
5.2 Records and other documents, in any medium, furnished by one Party to this
AGREEMENT to the other Party, will remain the property of the furnishing Party, unless
otherwise agreed.
6. CARE AND MAINTENANCE OF EQUIPMENT
6.1 A Party requesting use of equipment from the other Party shall be solely responsible for
the proper care, maintenance, and security of the equipment until the equipment is returned to the
Party owning the equipment. Repair of damage, other than normal wear and tear, will be the
responsibility of the Party in possession of the equipment at the time the equipment is damaged,
including damages caused by a third party.
7. RIGHT OF ENTRY
7.1 The Parties hereto grant to each other the right of entry upon all land in which the Parties
have an interest and which land is within or adjacent to the right-of-way of any highway, road or
street upon which labor is being utilized by the other Party under this AGREEMENT.
8. SUPERVISION and INDEPENDENT CAPACITY
8.1 The employees of each Party who are engaged in the performance of this AGREEMENT
shall continue to be employees of that Party and shall not be considered for any purpose to be
employees of the other Party. Each Party shall be solely responsible for the supervision of its
own employees.
9. AGREEMENT ALTERATIONS AND AMENDMENTS
9.1 This AGREEMENT may be amended by mutual agreement of the Parties. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized
to bind each of the Parties.
10. TERMINATION
10.1 Either Party may terminate this AGREEMENT or a Task Order upon thirty (30) days
prior written notification to the other Party. If this AGREEMENT or a Task Order is so
terminated, the Parties shall be liable only for performance rendered or costs incurred prior to the
Page 3 of6 GMW-0035
effective date of termination. Termination of this AGREEMENT shall likewise terminate any
outstanding Task Orders.
11. DISPUTES
11.1 In the event that a dispute arises under this AGREEMENT, it shall be determined by a
Dispute Board in the following manner: Each Party to this AGREEMENT shall appoint one
member to the Dispute Board. The members so appointed shall jointly appoint an additional
member to the Dispute Board. The Dispute Board shall review the facts, relevant Task Order,
AGREEMENT terms, and applicable statutes and rules and make a determination of the dispute.
The determination of the Dispute Board shall be final and binding on the Parties hereto. All
costs for the additional appointed member shall be shared equally between the Parties.
12. LEGAL RELATIONS
12.1 Each Party to this AGREEMENT shall protect, defend, indemnify, and save harmless the
other Party, its officers, officials, employees, and agents, while acting within the scope of their
employment as such, from any and all costs, claims, judgment, and/or awards of damages (both
to persons and property), arising out of, or in any way resulting from, each Party's negligent acts
or omissions with respect to the provisions of this AGREEMENT. No Party will be required to
indemnify, defend, or save harmless the other Party ifthe claim, suit, or action for injuries, death,
or damages (both to persons and property) is caused by the sole negligence of the Party;
Provided that if such claims, suits, or actions result from (a) the concurrent negligence of the
Parties, or (b) involves those actions covered by RCW 4.24.115, the indemnity provisions
provided herein shall be valid and enforceable only to the extent of the Party's own negligence.
12.2 The Parties specifically assume potential liability for actions brought by the Party's own
employees against the other Party and, solely for the purposes of this indemnification, the Parties
mutually waive any immunity they might have under the state industrial insurance laws, Title 51
RCW.
12.3 This indemnification shall survive the termination of this AGREEMENT.
13. GOVERNANCE
13.1 This AGREEMENT is entered into pursuant to and under the authority granted by the
laws of the State of Washington and any applicable federal laws. The provisions of this
AGREEMENT shall be construed to conform to those laws.
13.2 In the event of an inconsistency in the terms of this AGREEMENT, or between its terms
and any Task Order entered into pursuant to Section 3, or any applicable statute or rule, the
inconsistency shall be resolved by giving precedence in the following order:
a. Applicable state and federal statutes and rules;
Page 4 of6 GMW-0035
b. Any Task Order entered into pursuant to Section 3 and its Scope of Work and
materials incorporated by reference; and
c. The provisions of this AGREEMENT.
14. ASSIGNMENT
14.1 This AGREEMENT, and any Task Order entered into pursuant to Section 3, as well as
any claim arising thereunder, is not assignable or delegable by either Party in whole or in part.
15. SEVERABILITY
15.1 If any provision of this AGREEMENT or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this
AGREEMENT which can be given effect without the invalid provision, if such remainder
conforms to the requirements of applicable law and the fundamental purpose of this
AGREEMENT, and to this end the provisions of this AGREEMENT are declared to be
severable.
16. ALL AGREEMENTS CONTAINED HEREIN
16.1 This AGREEMENT contains all the terms and conditions agreed upon by the Parties,
except for Task Orders that have been entered into by the Parties pursuant to Section 3, which
are incorporated herein by reference. No other understandings, oral or otherwise, regarding the
subject matter of this AGREEMENT or such Task Orders shall be deemed to exist or to bind the
Parties hereto.
17. CONTRACT MANAGEMENT
17.1 The program manager for each of the Parties shall be responsible for and shall be the
contact person for all communications and invoices for Task Orders under this AGREEMENT.
The Program Manager for the CITY is:
Michael Puntenney
Director of Operations
City of Port Angeles
P.O. Box 1150
Port Angeles, W A 98362
(360) 4174802
mpuntenney(ihit yofpa. us
Page 5 of6
GMW-0035
The Program Manager for the STATE is:
Don Clotfelter
Maintenance Superintendant
Washington State
Department of Transportatlon
1707 South "c" Street
Port Angeles, W A 98363-7456
(360) 457-2713
c1otfe@wsdot.wa.gov
IN WITNESS WHEREOF, the Parties hereto have executed this AGREEMENT as of the day
and year first above written.
CITY OF PORT ANGELES:
BY~~
Glenn Cutler, Director ...
Public Works and Utilities Department
Date:
1\ \ \(e.!oS
APP~VED AS TO F
V~
City Attorney
Date: 1/- 0' ;- 05
STATE OF WASHINGTON
DEPARTMENT OF TRANSPORTATION:
By: ~ ~t
Randall A. Hai , Region Administrator
Date: ~l 1.7-1 oS
APPROVED AS TO FORM:
~~Sf
Assistant Attorney General
Date:
I{)/;) 7 - (}j............
Page 6 of6
GMW-0035
I" ~
GMW-0035
Exhibit "A"
,...' ,
.. Washington State
Department of Transportation
Task Order
I (To be filled in by STATE Program Manager
Agreement No.
Task No.
Amendment No.
Work Order No.
Location of Task
State Route No.
I M.P. Location
Other (ifno highway)
Pro ramMana er Information
STATE Program Manager
Phone No.
Mailing Address
Fax No.
City of Port Angeles Program Manager
Mailing Address
Phone No.
Fax No.
Scope of Task Order
ProvIde bnef descnptIOn of work to be performed and reference attachments to lllclude proposed work schedules, a detaIled cost estImate,
and an addItIonal terms/condItIOns.
Task chedule and ost
New Task
Task Start Date
(No payment for work done PRIOR to thIS date)
Task Amount
Task End Date
(No payment for work done AFTER thIS date)
Task Amendment
Amended Task Start Date Task Amendment Amount
Amended Task End Date Total Amended Task Amount
Approval Signatures ****Note: Two original signed Documents are required.****
CIty of Port Angeles Washington State Department of TransportatIOn
TItle TItle
Date
DlstnbutIOn:
Onglllals:
o CIty Pgm. Manager
o STATE OR Flllanclal ServIces
Date
CopIes: 0 STATE Pgm. Manager
o STATE OR Local Programs
o Other
1/2
GMW-0035
Exhibit "A"
COST ESTIMATE AND SCHEDULE TO PERFORM
TASK ORDER WORK
2/2
'. ",
~_ f.