Loading...
HomeMy WebLinkAboutNational Plant Services, Inc. AG-C-514 AGREEMENT FOR PROFESSIONAL SERVICES AG-C-514 THIS AGREEMENT made and entered into by and between the CITY OF AUBURN, a Washington Municipal Corporation ("CITY") and National Plant Services, Inc., whose address is 1461 Harbor Avenue, Long Beach, CA, 90813 ("CONSULTANT.") In consideration of the covenants and conditions of this Agreement, the parties agree as follows: 1. SCOPE OF WORK. See Exhibit A. 2. TERM. The CONSULTANT shall not begin any work under this Agreement until authorized in writing by the CITY. All work under this Agreement shall be completed by December 31, 2019 and can be amended by both parties for succeeding years. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the CITY in the event of a delay attributable to the CITY, or because of unavoidable delays caused by conditions beyond the control of the CONSULTANT. A supplemental Agreement to extend the established completion time must be signed before original completion date. 3. COMPENSATION. Compensation will be on a time and material basis, not to exceed $399,100.00, which includes a Management Reserve Fund amount of $103,000. Invoices will be based on the attached fee schedule (Exhibit B). Expenditure of Management Reserve Funds must be authorized by the CITY as set forth in Section 4 of this Agreement. Agreement for Professional Services AG-C-514 ENG-181, Revised 02/19 7-29-2019 Page 1 of 12 If services are required beyond those specified in the Scope of Work, and not included in the compensation listed in this Agreement, a contract modification must be negotiated and approved by the CITY prior to any effort being expended on those services or work shall be authorized in writing under the Management Reserve Fund as detailed in Section 4, if a Management Reserve Fund has been established by this Agreement. 4. MANAGEMENT RESERVE FUND. The Management Reserve Fund established in Section 3 of this Agreement, if any, has been established to provide flexibility of authorizing additional funds to the Agreement for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this Agreement. Such authorization(s) shall be in writing, prior to the CONSULTANT expending any effort on such services and shall not exceed the amount established in Section 3 of this Agreement. 5. SUBCONTRACTING. The CONSULTANT shall not subcontract for the performance of any work under this AGREEMENT without prior written permission of the CITY. No permission for subcontracting shall create, between the CITY and subcontractor, any contract or any other relationship. Compensation for any subconsultant work is included in Section 3 of this Agreement and all reimbursable direct labor, overhead, direct non-salary costs and fixed fee costs for the subconsultant shall be substantiated in the same manner as outlined in Section 3. All subcontracts shall contain all applicable provisions of this AGREEMENT. 6. RESPONSIBILITY OF CONSULTANT. Agreement for Professional Services AG-C-514 ENG-181, Revised 02/19 7-29-2019 Page 2 of 12 The CONSULTANT is responsible for the professional quality, technical accuracy, timely completion and the coordination of all studies, analysis, designs, drawings, specifications, reports and other services performed by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or revise any negligent errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services required. The CONSULTANT shall perform its services to conform to generally-accepted professional engineering standards and the requirements of the CITY. Any approval by the CITY under this Agreement shall not in any way relieve the CONSULTANT of responsibility for the technical accuracy and adequacy of its services. Except as otherwise provided in this Agreement, neither the CITY'S review, approval, or acceptance of, nor payment for, any of the services shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement to the full extent of the law. 7. INDEMNIFICATION/HOLD HARMLESS. The CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, volunteers, and employees 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 or damages caused by the sole negligence of the CITY. 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 and the City, its officers, officials, employees, and volunteers, the Agreement for Professional Services AG-C-514 ENG-181, Revised 02/19 7-29-2019 Page 3 of 12 CONSULTANT's liability, including the duty and cost to defend, under this Agreement shall be only to the extent of the CONSULTANT's negligence. The CONSULTANT specifically and expressly agrees that this indemnification includes 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. 8. INDEPENDENT CONTRACTOR/ASSIGNMENT. The parties agree and understand that the CONSULTANT is an independent contractor and not the agent or employee of the CITY and that no liability shall attach to the CITY by reason of entering into this Agreement except as otherwise provided in this Agreement. The parties agree that this Agreement may not be assigned in whole or in part without the written consent of the CITY. 9. INSURANCE. CONSULTANT shall procure and maintain for the duration of this Agreement, insurance against claims for injuries to persons or damage to property that may arise from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, or employees. 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. CONSULTANT shall obtain insurance of the types and in the amounts described below: a. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles, with a minimum combined single limit for bodily injury and Agreement for Professional Services AG-C-514 ENG-181, Revised 02/19 7-29-2019 Page 4 of 12 property damage of $1,000,000 per accident. 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. b. 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, with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. The CITY shall be included as an additional insured under the CONSULTANT'S Commercial General Liability insurance policy with respect to the work performed for the CITY using the applicable ISO Additional Insured endorsement or equivalent. c. Worker's Compensation coverage as required by the Industrial Insurance laws of the State of Washington. If the consultant is a sole proprietor, the parties agree that Industrial Insurance would be required if the CONSULTANT had employees. However, the parties agree that a CONSULTANT who has no employees would not be required to have Worker's Compensation coverage. d. Professional Liability insurance appropriate to the CONSULTANT'S profession, with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. The insurance policies are to contain, or be endorsed to contain, the following provisions: a. The CONSULTANT'S Automobile Liability and Commercial General Liability insurance coverage shall be primary insurance as respects the CITY. Any Agreement for Professional Services AG-C-514 ENG-181, Revised 02/19 7-29-2019 Page 5 of 12 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. b. The CONSULTANT shall provide the Public Entity with written notice of any policy cancellation within two business days of their receipt of such notice. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. The CONSULTANT shall furnish the City with certificates of insurance and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance coverage required by this section, before commencement of the work. The CITY reserves the right to require that complete, certified copies of all required insurance policies be submitted to the CITY at any time. The CITY will pay no progress payments under Section 3 until the CONSULTANT has fully complied with this section. Failure on the part of the CONSULTANT to maintain the insurance as required shall constitute a material breach of contract. The CITY may, after giving five business days' notice to the CONSULTANT to correct the breach, immediately terminate the contract or, at its discretion, procure or renew insurance and pay any and all premiums for that insurance. If the CONSULTANT does not repay the premiums on request of the CITY, the CITY will offset those costs against funds due the CONSULTANT from the CITY. If the CONSULTANT maintains higher insurance limits than the minimums shown above, the CITY shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the CONSULTANT, irrespective of whether Agreement for Professional Services AG-C-514 ENG-181, Revised 02/19 7-29-2019 Page 6 of 12 such limits maintained by the CONSULTANT are greater than those required by this contract or whether any certificate of insurance furnished to the CITY evidences limits of liability lower than those maintained by the Consultant. 10. NONDISCRIMINATION. The CONSULTANT will not discriminate regarding any services or activities to which this Agreement may apply directly or through contractual, hiring, or other arrangements on the grounds of race, color, creed, religion, national origin, sex, sexual orientation, age, or where there is the presence of any sensory, mental or physical handicap. 11. OWNERSHIP OF RECORDS AND DOCUMENTS. The CONSULTANT agrees that all drawings, computer discs, documents, records, books, specifications, reports, estimates, summaries and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained as part of providing services under the terms of this Agreement by the CONSULTANT, shall belong to and shall remain the property of the CITY OF AUBURN. In addition, the CONSULTANT agrees to maintain all books and records relating to its operation and concerning this Agreement for a period of six (6) years following the date that this Agreement is expired or otherwise terminated. The CONSULTANT shall allow the CITY to inspect all documents held by the CONSULTANT and relating to this Agreement upon good cause at any reasonable time within the six (6) year period. The CONSULTANT also agrees to provide to the CITY, at the CITY'S request, the originals of all drawings, documents, and items specified in this Section and information compiled in providing services to the CITY under the terms of this Agreement. Agreement for Professional Services AG-C-514 ENG-181, Revised 02/19 7-29-2019 Page 7 of 12 12. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS-PRIMARY COVERED TRANSACTIONS. The CONSULTANT certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within a three-year period preceding the effective date of this Agreement been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph "(b)" of this certification; and (d) Have not within a three-year period preceding the effective date of this Agreement had one or more public transactions (federal, state, or local) terminated for cause or default. 13. TERMINATION OF AGREEMENT. This Agreement may be terminated by either party on twenty (20) days written notice to the other party. In the event of termination due to the fault of other(s) than the Agreement for Professional Services AG-C-514 ENG-181, Revised 02/19 7-29-2019 Page 8 of 12 CONSULTANT, the CONSULTANT shall be paid by the CITY for services performed to the date of termination. Upon receipt of a termination notice under the above paragraph, the CONSULTANT shall (1) promptly discontinue all services affected as directed by the written notice, and (2) deliver to the CITY all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained in performing this Agreement, whether completed or in process. 14. GENERAL PROVISIONS. 14.1. This Agreement shall be governed by the laws, regulations and ordinances of the City of Auburn, the State of Washington, King County, and where applicable, Federal laws. 14.2. All claims, disputes and other matters in question arising out of, or relating to, this Agreement, except with respect to claims which have been waived, will be decided by a court of competent jurisdiction in King County, Washington. 14.3. If any dispute or conflict arses between the parties while this Agreement is in effect, the CONSULTANT agrees that, notwithstanding such dispute or conflict, the CONSULTANT shall continue to make a good faith effort to cooperate and continue work toward successful completion of assigned duties and responsibilities. 14.4. The CITY and the CONSULTANT respectively bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement with respect to all covenants to this Agreement. 14.5. This Agreement represents the entire and integrated Agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations Agreement for Professional Services AG-C-514 ENG-181, Revised 02/19 7-29-2019 Page 9 of 12 or agreements either oral or written. This Agreement may be amended only by written instrument signed by both the CITY and the CONSULTANT. 14.6. All costs of enforcement, including reasonable attorney's fees, expenses and court costs shall be paid to the substantially prevailing party. 14.7. The CONSULTANT agrees to comply with all local, state and federal laws applicable to its performance as of the date of this Agreement. 14.8. If any provision of this Agreement is invalid or unenforceable, the remaining provisions shall remain in force and effect. 14.9. This Agreement shall be administered by Michelle Beason, PE, on behalf of the CONSULTANT, and by the Mayor of the CITY, or designee, on behalf of the CITY. Any written notices required by the terms of this Agreement shall be served on or mailed to the following addresses: City of Auburn National Plant Services, Inc. Attn: Robert Elwell, PE Attn: Dennis Keene, President 25 W Main Street 1461 Harbor Avenue Auburn WA 98001 Long Beach CA 90813 Phone: 253-931-4008 Phone: 925-262-7366 Fax: 253-931-3053 Fax: 510-291-3142 E-mail: relwell@aubumwa.gov E-mail: dennis@nationalplant.com 14.10. All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be delivered in person or sent by regular United States mail, postage prepaid. Any party may change their address by giving notice in writing to any other party. 14.11. This Agreement may be executed in multiple counterparts, each of which shall be one and the same Agreement and shall become effective when one or more counterparts have been signed by each of the parties and delivered to the other party. Agreement for Professional Services AG-C-514 ENG-181, Revised 02/19 7-29-2019 Page 10 of 12 CITY OF AUBURN )Ctk4 Nancy Ball, Mayor Date Q ' ' ' ( 1 APPROVED AS TO FORM: -Steve Gross, City Attorney National Plant Services, Inc. BY: 494kt., Title: PP-1,516gh Federal Tax ID# 310a-6 47a,2) Agreement for Professional Services AG-C-514 ENG-181, Revised 02/19 7-29-2019 Page 11 of 12 EXHIBIT A SCOPE OF WORK Task 1: Requirements Prior to Inspections The Consultant shall be responsible for providing the following services prior to conducting the inspection work. Task 1.1 Attendance of Pre-construction Meeting The Consultant shall attend a pre-construction meeting with City staff within 10 days of issuance of the Notice to Proceed. Agenda items will include project schedule and procedures,temporary facilities and control,and Consultant coordination. Consultant will: 1. Provide all information in a timely manner as requested by City. 2. Coordinate and Schedule pre-construction meeting with City staff within 10 days of NTP. 3. Prepare preliminary Deployment Plan based on field reconnaissance. 4. Update project schedule including milestones. 5. Prepare Project Summary document that describes the project details including schedule, scope of work, notifications, traffic control, communications tree, and roles and responsibilities of Consultant and City staff. Review at Pre-construction meeting and edit as needed. 6. Attend in-person meeting at City offices to review all information above. City of Auburn Staff are Responsible for: 1. Coordinating with Consultant on submittals necessary to obtain NTP. 2. Attend pre-construction meeting and answer questions from Consultant. 3. Review deployment plan and schedule and give approvals of the content in these documents. 4. Assist with private property owner or easement gate access, if needed. Task 2: Perform Inspection and Condition Assessment of Sewer Interceptors The Consultant shall be responsible for performing inspections and condition assessments for all sewer interceptors identified on the project. The Consultant is required to inspect the pipe condition by closed circuit television (CCTV). CCTV inspections work shall be completed by certified National Association of Sewer Service Companies (NASSCO) Pipeline Assessment and Certification Program Exhibit A Agreement No.AG-C-514 Page 1 of 4 (PACP) trained operator(s) using established PACP coding and observation. Consultant will perform the following tasks in accordance with this Task: Mobilization: 1. Mobilize to the project location within 2 weeks after permitting is obtained and deployment planning is complete. 2. Mobilize the CCTV Truck and a winch truck to the jobsite with 3 confined space trained crew personnel. 3. Once the crew mobilizes, they will stay on site until all work is complete. Work Phasing: 1. A work plan will be developed that coincides with the MS Project Deployment Schedule. We will inspect as much footage as possible each day. 2. Deployment plans will be developed to avoid manholes that are inaccessible, or in high traffic or environmentally sensitive areas. 3. Traffic plans will be developed to incorporate these deployment plans/setups. A local traffic company will be used for major traffic control setups on the busier roads. 4. For high flow segments, inspection work on those segments will be scheduled at the end of the project. All mains with high flow levels will be inspected at night to ensure the best CCTV results are achieved. • Safety: 1. Safety is of utmost importance to NPS. Although we don't anticipate manhole entry in normal situations, all crews are confined space certified. Gas monitoring is performed before complete removal of the manhole lid. A gas monitor is lowered into the manhole on a tethered line and will remain there during all operations. 2. Crews hold safety meetings each morning, and a safety checklist is filled out describing the potential hazards that may be encountered each day. 3. Traffic signs and cones will be placed before start of any inspections, with the back of the truck adjacent to the entry manhole. Major traffic control will be performed by a local traffic subcontractor. Inspections/Assumptions: 1. Inspections will be performed while the segments are in service,with no flow bypassing. 2. Inspections will proceed from the most upstream line segment and will proceed from one manhole to the next. Our trucks have 2000 LF of cable, and we will try to inspect as far as we can from each entrance manhole to minimize traffic setups and maximize the inspection footage obtained each day. Crews can inspect approximately 2,000 LF per day in roadways,however, production rates can be limited by: Obstructions, debris levels,high flow levels, extensive traffic control setups, weather, etc. 3. Crews will inspect 2,000 LF of pipe per day. If unusual conditions, such as excess Exhibit A Agreement No.AG-C-514 Page 2 of 4 debris, high flow conditions, access problems, or scheduling restrictions required by the City for traffic purposes, additional contingency (management reserve) funds may be authorized. 4. For lines with shallow water and little debris, we will use our tracked platform for the CCTV inspections. 5. For lines with deep water, the floating pontoon will be used. A tag line will be floated down from upstream manhole to downstream manhole, retrieved, and attached to the winch truck. The pontoon will then be attached to the tag line and pulled from upstream to downstream manhole. CCTV only will be collected. 6. If flow levels are too high for the floating pontoon, we will reschedule inspection of those lines until night-time so lower flows can be achieved. 7. If flows are low, and debris levels block the progress of our tractor, cleaning will need to be performed prior to another inspection attempt. NPS has included a cleaning contingency in the project cost sheet. 8. The raft or tractor will move downstream at no faster than 30 feet per minute. CCTV will be PACP coded using PACP-certified software using a live pan and tilt camera and following NASSCO CCTV inspection guidelines. 9. After the first day of inspections, a flash drive will be provided to the City to make sure the City approves the video quality and PACP Header information, etc. Data: 1. PACP coding is done in the field during all inspections. CCTV data is sent via hard drive in weekly batches to our office for QA/QC. Any coding issues or errors will be fixed. Any unacceptable video will be flagged, and the crews asked to re-televise those line segments. 2. NPS will continuously QA/QC, compile, and review/analyze inspection results as the work progresses, and the results are processed. City Responsibilities: 1. Review CCTV data from first day of inspections and confirm to NPS Crew within one day that the CCTV header fields are as desired. 2. Assist with locating manholes that are buried or on private property or easements. 3. Assist with property owner notifications and provide any access keys to gates that will be used to access manholes that lie in or through private property or easements. Task 2.1 Weekly Updates/Attendance of Progress Meetings NPS will provide weekly update summaries for the City showing progress and work completed, and the starting location for the next week. The Consultant shall attend progress meetings with City Staff as needed to review work progress, Exhibit A Agreement No.AG-C-514 Page 3 of 4 schedule and any critical items. Task 3 Provide Final Comprehensive Inspection and Condition Assessment Report The Consultant will be required to develop and submit a comprehensive report summarizing the findings of the condition assessments. Remaining useful life and repair and maintenance recommendations will also be provided in this report. This Task shall include the following: Task 3.1 Submit Draft Comprehensive Report for City Staff Review Consultant shall submit a draft comprehensive Inspection and Condition Assessment Report outlining methodology,findings, and recommendations of Task 2. Consultant will deliver draft report to City staff for review. City will have 2 weeks to complete this review. Task 3.2 Response to Draft Comprehensive Report Comments Consultant shall provide one electronic copy in pdf format addressing all City comments related to the draft report in Task 3.2. Consultant will review City comments and the revise report within 3 days. Task 3.3 Meeting with City Staff to Review Findings and Recommendations Consultant shall meet with City Staff to summarize and discuss findings,results, and recommendations. Consultant shall present final report including all findings and recommendations at a final review meeting at City offices. Exhibit A Agreement No.AG-C-514 Page 4 of 4 EXHIBIT B FEE SCHEDULE QUOTE ITEM UNIT #UNITS COST/UNIT AMOUNT Mobilization LS 1 LS $ 12,000.00 CCTV of Large Diameter Sewers Days 36 $ 5,900.00 $ 212,400.00 CCTV of Sewers-Challenging Access Days 3 $ 5,900.00 $ 17,700.00 Final Engineering Assessment Report LS 1 LS $ 20,000.00 /Project Management Traffic Control Subcontractor Traffic Control Plans Sheet 60 $ 150.00 $ 9,000.00 Traffic Control Equipment@ Days 20 TBD $ 25,000.00 Personnel-AGS Management Reserve Fund Section: Contingency Deployment Days, $ 103,000.00 Cleaning and Disposal Cost Contingency Line Item TOTAL $ 399,100.00 TERMS AND CONDITIONS: Daily Rate-3 person crew plus CCTV truck,winch truck, pickup $ 5,900.00 NPS anticipates inspecting an average of 2,000 LF/working day.Work days will include 8 hours of working time. Days are estimated based on the deployment plan. Traffic Control services to be billed at cost plus 10% ( Company: Advanced Government Services or Traffic Control Services) Minor Traffic Control is included in our prices above.Only the major TC will be performed by our subcontractor Mobilization of Cleaning Truck @$6,700.00 Lump Sum Addition of Jet/Vac Truck to crew @ $1,200.00/Day* *Note: Cleaning truck will be charged for each day it is in Auburn and available to the crew. Standby Charges:Standby Rate for Inspection Crew is$3,000.00/Day Standby Charge for Cleaning Truck is$600.00/Day Exhibit B-Consultant Invoices Agreement No.AG-C-514 Page 1 of 1