Loading...
HomeMy WebLinkAbout000814 Original Contract City of Port Angeles Record # 000814 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND Wood Harbinger PROJECT PK 03-12 RELATING TO: CITY PIER FIRE SUPPRESSION SYSTEM PHASE 2 THIS AGREEMENT is made and entered into this 23 day of >1 X111 t� 2014, by and between THE CITY OF PORT ANGELES, a non-charter code city of the State of Washington, (hereinafter called the "CITY") and Wood Harbinger, Inc located at 3009 112th Ave NE Suite 100, Bellevue, Washington 98004 authorized to do business in the state of Washington (hereinafter called the "CONSULTANT"). 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 work 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 compliance with applicable federal, state and local laws. The Scope of Work may be amended upon written approval of both parties. 11 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 PW 0410_01 (Revised 03/2010] Professional Services Agreement.doc Page 1 of 9 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, 2015. Upon mutual written and signed agreement between the CITY and CONSULTANT the TIME OF PERFORMANCE may be extended. 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 and shall include actual labor, overhead and profit plus CONSULTANT'S direct non-salary reimbursable costs as set forth in the attached Exhibit B. 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. 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$11,800. 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 $11,800. PW 0410_01 [Revised 03/20101 Professional Services Agreement.doc Page 2 of 9 VII INDEPENDENT CONTRACTOR STATUS The relation created by this Agreement 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: 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. PW 0410_01 (Revised 03/2010] Professional Services Agreement.doc Page 3 of 9 XI CHANGES IN WORK Other than changes directed by the CITY as set forth in Section 1 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. 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. PW 0410_01 [Revised 03/20101 Professional Services Agreement.doc Page 4 of 9 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, 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. PW 0410_01 (Revised 03/2010] Professional Services Agreement.doc Page 5 of 9 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. 2. The Consultant 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. PW 0410_01 [Revised 03/20101 Professional Services Agreement.doc Page 6 of 9 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 - Task Budget 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: Daniel McKeen, City Manager William Bloor, CiVAttorney Wood Harbinger ATTEST: KY / n ennife Veneklasen, City Clerk TITLE: Aerie I`r&h$)i PW 0410_01 [Revised 03/20101 Professional Services Agreement.doc Page 7 of 9 Exhibit A - Scope of Work The length and typical width of the Pier are approximately 460 ft and 30 ft respectively. The Pier supports a variety of waterfront actives including seasonal transient vessel moorage on the piers south side, support of the adjacent marine science center and a venue for concerts. This project is the second phase of the Pier fire suppression system repair/replacement project. The current fire sprinkler under the pier is in disrepair and needs immediate attention. Recently the central and east portion of the system has failed, rendering the system inoperable. In addition to the fire suppression system there are a number of abandoned utilities under the pier, including sanitary sewer, potable water and various electrical conduits. The Fire Marshal has indicated that the existing pier may remain as is, providing the under pier fire sprinkler system and damaged firestops are repaired/replaced. These firestops essentially divide the central and east portion of the City Pier into multiple sections. Since the central and east sprinkler systems are not operational, immediate corrective action is required. The existing central and east sprinkler system will need to be removed and replaced. After an initial evaluation of the existing fire sprinkler system by the CONSULTANT, the CITY, with input from the CONSULTANT, will prepare the City Pier Fire Suppression System Project Manual (Bid Documents). The City Pier Fire Suppression System Project manual will be posted on the Builder's Exchange as advertisement for the purposes of hiring a contractor to perform the work. The Scope of Work shall include fire protection review services for the City Pier. Tasks to be performed shall encompass the following professional services: 1) Pre-Design A) Conduct one day evaluation of the existing fire suppression system located under the Pier. B) Conduct the evaluation in a single eight hour day, including travel. The City of Port Angeles will provide a small boat and operator to allow access under pier. C) After completion of the survey, the CONSULTANT will provide a brief report discussing the current condition of the Central/East System as well as the West system and available alternative coatings and pipe material options. 2) Contract Document Review A) Review the Fire Suppression System Project Manual (Bid Documents) and provide comments for the City Engineer and Fire Marshal's use. B) Provide technical specifications to be implemented into the Fire Suppression System Project Manual. PW 0410_01 [Revised 03/2010] Professional Services Agreement.doc Page 8 of 9 3) Construction Administration Services A) Review the sprinkler system shop drawings, hydraulic calculations and material submittals. Comments shall be provided to the City within ten (10)working days from the day the documents are received. B) If required, review one (1) re-submittal for sprinkler shop drawings and hydraulic calculations. Material submittals shall be reviewed as necessary. C) Review and respond to Requests for Information (RFI) as necessary. D) All meetings shall be limited to four (4)teleconferences. 4) Site Visits A) Three (3) one day site visits are required during construction. Travel time is included in the one day. Site access shall be provided by the City. The first site visit shall be scheduled during material delivery for review and approval, the second site visit shall be scheduled during the first half of construction and the final site visit after the work has been substantially completed. B) Within ten (10) days of completion of the second site visit, a report shall be submitted to the City discussing current construction progress, observations and recommendations. C) Within ten (10) days of completion of the final site visit, a punch list shall be provided to the City detailing/identifying construction deficiencies and incomplete work. PW 0410_01 [Revised 03/20101 Professional Services Agreement.doc Page 9 of 9 Exhibit B —Task Budget 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 prescribed below: Task 1 $4,500 Includes all services prescribed in Exhibit A,Part 1 (Pre-Design)and Part 2(Contract Document Review) Task 2 $7,300 Includes all services prescribed in Exhibit A,Part 3(Construction Administration Services)and Part 4(Site Visits) Total $11,800 PW 0410_01 [Revised 03/20101 Professional Services Agreement.doc Page 10 of 9