HomeMy WebLinkAbout000466 Original Contract 000466
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
FARALLON CONSULTING, LLC
RELATING TO: Sediment Sampling and Testing
THIS AGREEMENT is made and entered into th 23 A day of Y
2012, by and between THE CITY OF PORT ANGELES, a non charter code city o the State of
Washington, (hereinafter called the "CITY and FARALLON CONSULTING, LLC, a
Washington limited liability company authorized to do business in the state of Washington
(hereinafter called the "CONSULTANT
WHEREAS, the CITY desires professional services not meeting the definition of Architectural
or Engineering services as defined by Title 39 RCW to perform sediment sampling and testing;
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 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.
The CONSULTANT agrees that all services performed under this Agreement shall be in
compliance with applicable federal, state and local laws.
The Scope of Work may be amended upon written approval of both parties.
There are no third party beneficiaries of the City Consultant Agreement and no one except the
parties to this Agreement may seek to enforce its terms.
Page 1 of 10
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 June 1, 2014.
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 lump sum cost and shall include
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 work and employee name; shall indicate the specific task or activity in the Scope
of Work to which the costs are related.
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
of the work and acceptance by the CITY.
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 $17,980. 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 $17,980.
Page 2 of 10
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 within the scope of work. 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:
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.
Page 3 of 10
XI 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.
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.
XII INDEMNIFICATION /HOLD HARMLESS
CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials and employees
harmless from any and all claims, injuries, damages, losses or suits including attorney fees,
arising out of or resulting from the negligent or intentional 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 and employees 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.
XIII INSURANCE
The CONSULTANT shall procure and maintain for the duration of the Agreement, insurance
Page 4 of 10
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,
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 less 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.
Page 5 of 10
2. The Consultant's shall provide the City and all additional insured's with written
notice of any policy cancellation, within two (2) business days of their receipt of
such cancellation.
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.
Failure on the part of the Consultant to maintain the insurance as required shall constitute a
material breach of contract, upon which the City may, after giving five (5) business days notice
to the Consultant to correct the breach, immediately terminate the Contract or, at its discretion,
procure or renew such insurance and pay any and all premiums in connection there with, with
any sums so expended to be repaid to the City on demand, or at the sole discretion of the City,
offset against funds due the Consultant from the City.
XIV 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.
XV 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 Cost
Exhibit D Schedule for the Work
Page 6 of 10
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and
year first written above.
CITY OF PORT ANGELES AP ROVED AS TO F
u e
City Manager William Bloor, City Attorney
CONSULTANT ATTEST:
al/P6fr. 4414.40 Afga.Al2
Jf-ssa Hurd, City Clerk
TITLE: mMv ,d1d f ru4 Rzer•£..et.
Page 7 of 10
EXHIBIT A
SCOPE OF WORK
Farallon Consulting, L.L.C.
Waterfront Transportation Improvement Plan
Westend Park Sediment Sampling
City of Port Angeles
Task 1: Project Administration and Communications
Provide project scoping, personnel resource allocation, scheduling, and communications with
representative of the City of Port Angeles. A project kick -off teleconference will be held upon
notification to proceed to coordinate access and timely conduct of the work.
Task 2: Preparation of Work Plan
Prepare a draft and final Sediment Sampling and Analysis Plan. The Sediment Sampling and
Analysis Plan will address the following topics:
Sampling objective and scope;
Sampling locations and rationale;
Sampling equipment and procedures (both for with/without a vessel);
Laboratory analyses;
Quality assurance /quality control;
Management of investigation- derived waste;
Field documentation; and
Reporting.
Task 3: Field Work
Collect sediment samples at the three locations adjacent to the project area as specified by the
Washington State Department of Ecology. The sediment samples will be analyzed for the
chemicals of concern listed in Table 6.1 of the Dredged Materials Management Plan Users
Manual, including dioxins and furans.
Planning work under Tasks 1 and 2 will proceed expeditiously to potentially perform the field
work from land during the series of low tides on June 4 through 6, 2012. Performing the work
during a low tide would eliminate the cost of sampling from a vessel. However, a contingency is
included in the cost estimate, and the Sediment Sampling and Analysis Plan will include
alternate procedures for conducting the sampling using a vessel and Van Veen Grab Sampler if it
is not viable to sample during the upcoming low tide cycle.
Task 4: Preparation of Report
Prepare a Sediment Sampling Report to document the work performed, describe the sediment
conditions, and present the analytical results. The analytical results will be summarized in tables
and compared to applicable Sediment Quality Standards established in the Washington State
Sediment Management Standards as required by the Washington State Department of Ecology.
The Sediment Sampling Report will include a base map showing the sampling locations relative
to the existing features in the project area.
1 of 1
G \Projects \1005 Cny of Port Angeles \1005004 PA Waterfront Development \Contracts_Proposals \Sediment Samphng\EXHBIT A SOW docx
EXHIBIT B
BUDGET
Farallon Consulting, L.L.C.
Waterfront Transportation Improvement Plan
Westend Park Sediment Sampling
City of Port Angeles
Task 1 Project Administration and Communications $965
Task 2 Preparation of Work Plan $3,086
Task 3 Field Work $10,485
Task 4 Preparation of Report $3,444
TOTAL $17,980
1 of 1
G \Projects \1005 City of Port Angeles \1005004 PA Waterfront Development \Contracts_Proposals \Sedhment Sampling\EXHIBIT B Budget docx
EXHIBIT C
SCHEDULE OF CHARGES
Farallon Consulting, L.L.C.
Waterfront Transportation Improvement Plan
Westend Park Sediment Sampling
City of Port Angeles
PERSONNEL
Expert Consultant $250/hour
Principal I $185/hour
Principal II $160/hour
Senior I $155/hour
Senior II $144/hour
Senior III $128/hour
Associate I $115/hour
Associate II $102/hour
Project I $97/hour
Project II $93/hour
Staff I $86/hour
Staff II $80/hour
Technician $70/hour
Senior Analyst $155/hour
Staff Analyst $102/hour
Project Assistant/Support $80/hour
GIS Technician $95/hour
CADD /Graphics Technician $80/hour
Clerical $62/hour
EXPENSES
Subcontractors (Labor and Services) Cost 15%
Direct Expenses Cost 15%
Lodging/Meals Per Diem Cost 15% OR $125 /day
Report Production Expenses Cost 15%
Vehicle Mileage IRS rate per mile 15%
Unless otherwise agreed, Farallon Consulting, L.L.C. reserves the right to make reasonable
adjustments to compensation rates.
Confidential 1 of 2
FIELD INSTRUMENTS AND EQUIPMENT DAILY RATE WEEKLY RATE
Air Gauge /Sensor Kit $45 /day $180 /week
Air Sparge Pilot Test Kit $300 /day $1,200 /week
Bladder Pump $100 /day $400 /week
Current Flow Meter $75 /day $300 /week
Differential GPS $50 /day $200 /week
Drill Tap Set $20 /day $80 /week
Field Data Logger $40 /day $160 /week
Field Tool Kit, H.D. $40 /day $160 /week
Field Truck $60 /day $0.75 /mile $240 /wk $0.75 /mile
Flourometer /DO Meter $40 /day $160 /week
Gastec System $15 /day $60 /week
Generator $50 /day $200 /week
Hand Auger and Extensions $40 /day $160 /week
Level C PPE $40 /day $160 /week
Level D PPE $30 /day $120 /week
Magnetic Locator $20 /day $80 /week
Mini Air Pump $20 /day $80 /week
Multigas Meter $50 /day $200 /week
Oil -Water Interface Probe $25 /day $100 /week
Peristaltic Pump $40 /day $160 /week
pH Meter $15 /day $60 /week
Photoionization Detector $75 /day $300 /week
Pipe System Pressure Test Kit $35 /day $140 /week
Sampling/Decon Kit $50 /day $200 /week
Submersible Pump $35 /day $140 /week
Surveying Equipment $50 /day $200 /week
SVE Pilot Test Kit $350 /day $1,400 /week
Swing Sampler $10 /day $40 /week
Traffic Control $20 /day $80 /week
Turbidity Meter $25 /day $100 /week
Water Level Meter $15 /day $60 /week
Water Quality Test Kit $10 /day $40 /week
YSI Multiparameter Meter $75 /day $300 /week
CONSUMABLE FIELD SUPPLIES UNIT
55- gallon Drum $90 /each
Bladders $20 /each
Disposable Bailers $10 /each
Gastec Detection Tubes $15 /each
Padlocks $15 /each
Tyvek Suits $10 /each
Water Sample Field Filter $20 /each
Well Caps (2 -inch PVC) $12 /each
Well Caps (4 -inch PVC) $16 /each
FARALLON VOC MONITORING SYSTEM
Farallon VOC Monitoring Probe $500 /each
Confidential 2 of 2
EXHIBIT D
SCHEDULE
Farallon Consulting, L.L.C.
Waterfront Transportation Improvement Plan
Westend Park Sediment Sampling
City of Port Angeles
Task 1: Project Administration and Communications
As required. A project kick -off teleconference will be held with City of Port Angeles personnel
after issuance of the draft Sediment Sampling and Analysis Plan.
Task 2: Preparation of Work Plan
The draft Sediment Sampling and Analysis Plan will be submitted to the City of Port Angeles
and Washington State Department of Ecology on May 25, 2012. Comments on the draft
Sediment Sampling and Analysis Plan will be due to Farallon by May 30, 2012. A final
Sediment Sampling and Analysis Plan that addresses the comments will be issued on June 1,
2012.
Task 3: Field Work
Work to complete Task 2 will proceed expeditiously to potentially perform the field work in 1
day during the series of low tides on June 4 through 6, 2012. If sampling cannot be performed
during the low tide cycle due to circumstances outside the control of Farallon (e.g. inclement
weather, delayed approval of the Sediment Sampling and Analysis Plan, or access issues), the
sampling will be performed from a vessel using a Van Veen Grab Sampler prior to June 15,
2012.
Task 4: Preparation of Report
The draft Sediment Sampling Report will be submitted to the City of Port Angeles for review
and comment approximately 2 weeks after receipt of the final analytical results. Farallon will
address comments on the draft report and within 5 days of receipt will issue the final Sediment
Sampling Report to the City of Port Angeles.
1 of 1
G \Projects \1005 City of Port Angeles \1005004 PA Waterfront Development \Contracts_Proposals \Sediment Sampling\EXHBIT D Schedule docx