HomeMy WebLinkAbout000249 Original ContractCity of Port Angeles
Record #000249
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
NORTHWESTERN TERRITORIES, INC.
PROJECT 06 -01
Original 1
RELATING TO: GEOTECHNICAL EVALUATION SERVICES
G�
THIS AGREEMENT is made and entered into this day of 1
2011, by and between THE CITY OF PORT ANGELES, a non charter code city of the State of
Washington, (hereinafter called the "CITY and NORTHWESTERN TERRITORIES, INC., a
Washington Corporation authorized to do business in the state of Washington (hereinafter
called the "CONSULTANT
WHEREAS, the CITY desires Engineering assistance related to CSO Phase 1 Construction,
Project 06 -01; and
WHEREAS, the CITY desires to engage the professional services and assistance of a qualified
consulting firm to perform the scope of work 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 WORK
The scope of professional services to be performed and the results to be achieved by the
CONSULTANT shall be as detailed in the attached Exhibit A and shall include all services and
material necessary to accomplish the work.
The CITY may review the CONSULTANT'S work product, and if it is not satisfactory, 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.
The CONSULTANT agrees that all services performed under this Agreement shall be in
accordance with the standards of the engineering profession and in compliance with applicable
federal, state and local laws.
The Scope of Work may be amended upon written approval of both parties.
Professional Services Agreement Page 1 of 8
CSO Phase I NTI Geotechrncal Investigation
II OWNERSHIP OF DOCUMENTS
Upon completion of the work, all documents, exhibits, photographic negatives, or other
presentations of the work shall 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 execution of this Agreement by both parties and the
duration of the Agreement shall extend through December 31, 2011. The work shall be
completed in accordance with the schedule set forth in the attached Exhibit D.
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.
1. Labor costs shall be based on the hourly rates shown in Exhibit C. Hourly rates shall be
based upon an individual's hourly wage, times the total number of hours worked, times
a multiplier of 1.00. The multiplier shall include overhead, CADD, computer and profit.
General clerical time shall be considered an overhead item, except where specific
work items are involved that require one hour or more continued effort, in which case
time will be charged on the basis of hours worked.
2. The direct non -salary reimbursable costs are those directly incurred in fulfilling the terms
of this Agreement, including, but not limited to, travel, subsistence, telephone,
reproduction and printing, supplies and fees of outside services and consultants. No
overhead and profit may be added to direct non -salary reimbursable costs.
B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall
detail the 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 Work to which the costs are related; and shall indicate the cumulative total for each task.
Professional Services Agreement Page 2 of 8
CSO Phase 1— NTI Geotechnical Investigation
C. The CITY shall review the invoices and make payment for the percentage of the project
that has been completed Tess 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
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 $21,915.00. 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 $21,915.00.
VII INDEPENDENT CONTRACTOR STATUS
The relation created by this Contract is that of owner independent contractor. The Contractor
is not an employee of the City and is not entitled to the benefits provided by the City to its
employees. The Contractor, as an independent contractor, has the authority to control and
direct the performance of the details of the services to be provided. The Contractor 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:
Professional Services Agreement Page 3 of 8
CSO Phase I NTI Geotechnical Investigation
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
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 subconsultant 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 work. 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 project, in addition to the Scope of Work 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.
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 percentage of work
completed.
Professional Services Agreement Page 4 of 8
CSO Phase I NTI Geotechnical Investigation
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
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 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, 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.
Professional Services Agreement Page 5 of 8
CSO Phase I NTI Geotechnical Investigation
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,
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 excess of the Consultant's insurance and shall not contribute
with it.
2. The Consultant's insurance shall be endorsed to state that coverage shall not be
cancelled, suspended or materially changed by either party, except after thirty
(30) days prior written notice by certified mail, return receipt requested, has been
given to the City.
Professional Services Agreement Page 6 of 8
CSO Phase I NTI Geotechnical Investigation
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.
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 Work
Exhibit B Budget for Each Task
Exhibit C Consultant Labor Costs and Non -salary Reimbursable Costs
Exhibit D Schedule for the Work
Professional Services Agreement Page 7 of 8
CSO Phase I NTI Geotechnical Investigation
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and
year first written above.
CITY OF PORT ANGELES APPROVED AS TO FORM:
CITI`MANAGER
CONSULTANT
A 4 t a iee5We 4
TITLE: P I N C.Pa( i i 'eer
v
Professional Services Agreement Page 8 of 8
CSO Phase I NTI Geotechnical Investigation
I5ENNIS DICKSON
SENIOR ASSISTANT CITY ATTORNEY
ATTEST:
Cam j
JANWSA HURD, CITY CLERK
`,11,
Professional Services Agreement
CSO Phase I NTI Geotechnical Investigation
Exhibit A
Scope of Work
The City of Port Angeles
The CSO Project Phase I
Geotechnical Investigation
Exhibit A
Scope of Work
Conduct a geotechnical investigation along the route of the proposed improvements as
follows:
a. Collect/review available geotechnical and geologic data for the project area.
b. Arrange for underground utility location "call before you dig for the project
area.
c. Hire a private underground utility locating service (if needed) to check the
planned exploration locations for potential conflicts.
d. Determine the existing pavement section thickness within the project vicinity
in the area by obtaining five (5) pavement cores together with information on
the pavements, the base material and the sub -grade soil type and
consistency. Core locations shall be approved by the City representative.
e. Explore subsurface soil conditions under pavements in the project area by
completing the following work using a boring sub contractor:
g.
1) Advance three exploratory borings to 15 to 20 feet through the
existing pavement and fill or soil. Target unit is competent beach
sand or similar undisturbed, non -fill unit. Assess sub -grade
conditions, soil strength, moisture content and the sub -grade
modulus.
2) Identify any pre- existing street support that may be present at depth,
obtain information on soil conditions and identify any soil
discontinuities at depth below the shallow subsurface zone. Identify
water table in each boring.
Boring locations shall be approved by the City representative.
f. Obtain representative samples of the various soils encountered, classify the
materials, observe any groundwater encountered, and maintain a detailed log
of each exploration (also see item g (2)).
Evaluate pertinent physical engineering characteristics of the sub -grade soils
Page 1
from the results of laboratory testing to be conducted on the samples
obtained in the field see item (f). Proposed testing will include:
1) Field moisture content determinations of in -situ sub -grade soils,
2) Two (2) Modified Proctor optimal density determinations for
characterization of compactive properties of subsurface materials
Testing is planned to characterize material above and material
below the fill line, respectively. (Note: Each test will require testing
soil samples of approximately two 5 gallon buckets which may be
impossible to gather from a single 20' deep boring of 4" or 6"
diameter),
3) USC soil classification, and sieve analysis (up to 3 samples per
boring), including percent finer than .02mm for frost and stability
analysis (up to 1 test per boring),
h. Develop recommendations for placement of fill.
i. Summarize the results of the investigation in a preliminary geotechnical
report, for review by Brown and Caldwell.
Page 2
Professional Services Agreement
CSO Phase I NTI Geotechnual Investigation
Exhibit B
Budget for Each Task
1
2
3
5
6
6
Task
Coordination and Lead Geotechnical Effort
Present results and design information at meeting
Conference calls or similar communication
Construction methods communications
Subcontractor coordination
Field Work and Site Assessments
Reconnaissance, utility bulkhead research
Mark boring sites
Contract locate briefing at site
At site direct drilling and log bores and samples
Technician at site to assist
Laboratory Testing of Samples
Exhibit B
GEOTECHNICAL INVESTIGATION AND REPORTS TASK TIME ESTIMATE
Sample processing and storage
Moisture determinations 6 samples
Modified Proctor density tests
Atterberg Limits on key sample fines
Sieve analyses of fill or subgrade materials
4+Drdling and Subcontracts
Geotechnical SPT and bores, split spoon samples
Locates by contract service
Traffic control plan implementation
Pavement cores 5 cores from existing pavements
Cleanup, patching work area close down
Analysis and Reporting Reports
Data reduction and logs
Project mapping and graphics
Characterize pavement areas and subgrade
Analysis and pavement recommendations
Characterize subsurface in project area
Recommendations for paving
Misc Services Related to Geotechnical
Secretarial typing, editing and printing
Vehicle mileage and cuttings disposal
Transport samples to labs and misc work
TOTAL GEOTECHNICAL TASKS
The City of Port Angeles
The CSO Project Phase I
Units
HR 4
HR 2
HR 4
HR 8
HR 8
HR 4
HR 2
HR 16
HR 16
EA 5
EA 6
EA 2
EA 3
EA 9
of Unit
Units Cost
LS 1 $5,025 00
LS 1 $500 00
LS 1 $1,200 00
LS 1 $1,000 00
LS 1 $1,200 00
HR 8
HR 8
HR 8
HR 4
HR 8
HR 8
HR
LS
LS
$90 00 $360 00
$90 00 $180 00
$90 00 $360 00
$90 00 $720 00
$90 00 $720 00
$90 00 $360 00
$90 00 $180 00
$90 00 $1,440 00
$70 00 $1,120 00
$30 00 $150 00
$100 00 $600 00
$300 00 $600 00
$150 00 $450 00
$150 00 $1,350 00
$80 00 $640 00
$75 00 $600 00
$90 00 $720 00
$90 00 $360 00
$90 00 $720 00
$90 00 $720 00
$40 00
Item
Cost
$640 00
$0 00
$0 00
Task
Cost
$1,620 00
$3,820 00
$3,150 00
$8,925 00
$3,760 00
$640 00
$21,915 00
Professional Services Agreement
CSO Phase 1— NTI Geotechnical Investigation
Exhibit C
Consultant Labor Costs and Non Salary Reimbursable Costs
NT/
www nti4u com
G \Gen \Rate Schedule \Rate Schedule March 31 2011 docx
NTI ENGINEERING LAND SURVEYING
717 SOUTH PEABODY STREET. PORT ANGELES. WA 98362
Engineers Land Surveyors Geologists
Construction Inspection Materials Testing
(3601 452 -8491 FAX 452 -8498 www nti4u com E -Mail info @nti4u com
The City of Port Angeles
The CSO Project Phase I
Exhibit C
Geotechnical Investigation
TIME PLUS EXPENSE RATE SCHEDULE AND BILLING PROCEDURES
ENGINEERING AND LAND SURVEYING HOURLY RATE
PRINCIPAL ENGINEER OR SURVEYOR $95 00
GEOLOGIST, PROJECT ENGINEER OR PROJECT SURVEYOR $90.00
SENIOR TECH OFFICE OR LAB $75.00
SENIOR TECH FIELD INSPECTOR WITH EQUIPMENT (INCLUDES MILEAGE) $80.00
TECHNICIAN $75.00
TECHNICAL ASSISTANT $40.00
LAND SURVEYING 1- PERSON FIELD CREW $110.00
LAND SURVEYING 2- PERSON FIELD CREW $140 00
LAND SURVEYING 3- PERSON FIELD CREW $175.00
CONSTRUCTION SURVEYING 1- PERSON FIELD CREW $120.00
CONSTRUCTION SURVEYING 2- PERSON FIELD CREW. $150.00
CONSTRUCTION SURVEYING 3- PERSON FIELD CREW $185.00
COURT TESTIMONY DEPOSITIONS $175 00
1. Unless otherwise noted, hourly rates include materials, equipment and vehicular mileage.
2. Minimum charge for professional services is one hour for office consultation, two hours for field consultation,
and four hours for court testimony
3 Work in excess of eight hours and Saturdays is to be billed at time and one -half; Sunday and Holidays at
double time Travel in excess of eight hours will be billed at regular full time hourly rates listed above.
4 Non -salary reimbursable expenses will include the following items
a. Items outside of general overhead costs, such as special legal and accounting expenses, special
consultants, backhoe services, laboratory charges, special copying services and printing and binding
at 10% above actual cost
b. Government fees directly related to the project such as County survey recording fees and agency
review fees.
c. Out -of -town travel and living expenses related to the project Travel time shall be hourly per rates
listed above.
MATERIALS TESTING LABORATORY SERVICES (Per item tests include all laboratory labor unless noted)
CONCRETE, MORTAR OR GROUT COMPRESSION TEST 30.00 Each
-For each cylinder logged into the lab break or not. Includes curing, testing and reporting of specimens.
CONCRETE CYLINDER MOLD CAST BY OTHERS ADDED CHARGE 5.00 Each
DRY GRADATION (SIEVE) ANALYSIS (ASTM C -33 and C -136) 75.00 Each
WET GRADATION (SIEVE) ANALYSIS (ASTM C -117 and C -136) 150.00 Each
SAND EQUIVALENT (AASHTO D-4318 and ASTM D- 2419). 100 00 Each
PROCTOR (SOIL MOISTURE DENSITY(ASTM D -698 or ASTM D -1557) 300.00 Each
FRACTURE FACE (ASTM D -5821) 65 00 Each
LIQUID LIMITS, PLASTIC LIMITS PLASTICITY INDEX (ASTM D -4318) 150 00 Each
LABORATORY TIME AFTER HOURS (3 HR MINIMUM) 100.00 Hour
SAME DAY CALL -IN FOR INSPECTION OR TEST (If an inspector is available.) 50.00 Charge
NOTE Samples that require extra processing prior to testing or require the testing of a large amount of sample (i e
performing sieve analysis on material with large particle sizes) will be billed at an hourly rate
Professional Services Agreement
CSO Phase I NTI Geotechnical Investigation
Exhibit D
Schedule for the Work
(Not Used)