HomeMy WebLinkAbout102411_ca02
Department of Public Works
o Consent Agenda
Page 1 of 1
Jefferson County
Board of Commissioners
Agenda Request
To:
From:
Board of Commissioners
Philip Morley, County Administrator
Frank Gifford, Public Works Director ';/ Jj
Agenda Date:
October 24, 2011
Subject:
Professional Services Agreement with Cultural Resource Consultants Inc.
for Various County Projects
Statement of Issue:
The issue is a need for cultural resource services in order to meet project compliance with
state and federal cultural resource laws that apply to archaeological sites and historic
structures.
Analysis/Strategic Goals/Pro's 8: Con's:
This agreement will facilitate the required cultural resource services to be provided by the
consulting firm Cultural Resource Consultants, Inc. from Bainbridge Island.
Fiscal Impact/Cost Benefit Analysis:
This agreementprovides for cultural resource services for anticipated Jefferson County Public
Works projects through December 31,2013. The maximum amount payable for each project
will be individually negotiated in subsequent formal Task Assignment Documents, at the time
that each project requires cultural resource services work to be done. No minimum amount
of work is guaranteed by this agreement.
Recommendation:
The Board is asked to sign the three contract originals, and return two to Public Works (attn.
Valerie Greene).
Department Contact:
Monte Reinders P.E., County Engineer 385-9242
Reviewed By:
[ 011;41
Date
f'..
! '-~ ':,
PROFES~ONALSERVICESAGREEMENTFOR
Cultural Resources Survey Services
TIllS AGREEMENT is entered into between the County of Jefferson, a municipal corporation,
hereinafter referred to as "the County", and Cultural Resource Consultants Inc, hereinafter
referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions
hereinafter specified.
1. Proiect Designation. The Consultant is retained by the County to provide professional
consultant services for Various Jefferson County projects.
2. Scope of Services. Consultant agrees to perform by Task Order the scope of services
identified on Exhibit "A" attached hereto.
3. Time for Performance. Work under this contract shall commence upon the giving of
written notice by the County to the Consultant to proceed. Consultant receipt of a fully
executed Task Order Document shall constitute said notice. Consultant shall perform all
services and provide all work product required pursuant to this agreement by December
31,2013.
4. Payment The Consultant shall be paid by the County for completed work and for
services rendered under this agreement as follows:
a. Payment for the work provided by Consultant shall be made as provided on
Exhibit "B" attached hereto, provided that the total amount of payment to
Consultant shall not exceed $10,000 without express written modification of the
agreement signed by the County.
b. The consultant may submit invoices to the County once per month during the
progress of the work for partial payment for project completed to date, up to 80010
oftotal project costs. Such vouchers will be checked by the County, and upon
approval thereof, payme)lt will be made to the Consultant in the amount approved.
c. Final payment of any balance due the Consultant of the total contract price earned
will be made promptly upon its ascertaimnent and verification by the County after
the completion of the work under this agreement and its acceptance by the
County.
d. Payment as provided in this section shall be full compensation for work
performed, services rendered and for all materials, supplies, equipment and
incidentals necessary to complete the work.
PROFESSIONAL SERVICES AGREEMENT
1
,
e. The Consultant's records and accounts pertaining to this agreement are to be kept
available for inspection by representatives of the County and state for a period of
three (3) years after fina1 payments. Copies shall be made available upon request.
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
agreement shall be the property of the County whether the project for which they are
made is executed or not. The Consultant shall be permitted to retain copies, including
reproducible copies, of drawings and specifications for information, reference and nse in
connection with Consultant's endeavors.
6. Comoliance with laws. Consultant shall, in performing the services contemplated by this
agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services to be rendered under this
agreement.
7. Indemnification. Consultant shall indemnify, defend and hold harmless the County, its
officers, agents and employees, from and against any and all claims, losses or liability, or
any portion thereof, including attorneys fees and costs, arising from injury or death to
persons, including injuries, sickness, disease or death to Consultant's own employees, or
damage to property occasioned by a negligent act, omission or failure of the Consultant.
8. Insurance.
The Consultant shall obtain and keep in force during the terms of the Agreement, policies
of insurance as follows:
If and only if the Consultant employs any person(s) in the status of employee or
employees separate from or in addition to any equity owners, sole proprietor, partners,
owners or shareholders of the Consultant, Worker's Compensation Insurance in an
amount or amounts that are not less than the required statutory minimum(s) as established
by the State of Washington or the state or province where the Consultant is located.
Commercial Automobile Liability Insurance providing bodily injury and property damage
liability coverage for all owned and non-owned vehicles assigned to or used in the
performance of the work for a combined single limit of not less than $500,000 each
occurrence with the COUNTY named as an additional insured in connection with the
CONSULTANT'S performance of the contract..
General Commercial Liability Insurance in an amount not less than a single limit of one
million dollars ($1,000,000) per occurrence and a aggregate of not less than two (2) times
the occurrence amount ($2,000,000.00 minimum) for bodily injury, including death and
property damage, unless a greater amount is specified in the contract specifications. The
PROFESSIONAL SERVICES AGREEMENT
2
insurance coverage shall contain no limitations on the scope of the protection provided
and include the following minimum coverage:
a. Broad Form Property Damage, with no employee exclusion;
b. Personal Injury Liability, including extended bodily injury;
c. Broad Form Contractual/Commercial Liability - including completed operations;
d. Premises - Operations Liability (M&C);
e. Independent Contractors and subcontractors;
f. Blanket Contractual Liability.
Such insurance coverage shall be evidenced by one of the following methods:
* Certificate of Insurance;
* Self-insurance through an irrevocable Letter of Credit from a qualified financial
institution.
Certificates of coverage as required by this section shall be delivered to the County within
fifteen (15) days of execution of this agreement.
Any deductibles or self-insured retention shall be declared to and approved by the County prior to the
approval of the contract by the County. At the option of the County, the insurer shall reduce or
eliminate deductibles or self-insured retention or the Consultant shall procure a bond guaranteeing
payment oflosses and related investigations, claim administration and defense expenses.
The Consultant shall include all subcontractors as insured under its insurance policies or sha1l
furnish separate certificates and endorsements for each subcontractor. All insurance provisions for
subcontractors shall be subject to all of the requirements stated herein.
Failure of the Consultant to take out and/or maintain any required insurance shall not relieve
The Consultant from any liability under the Agreement, nor shall the insurance requirements be
construed to conflict with or otherwise limit the obligations concerning indenmification.
It is agreed by the parties that insurers shall have no right of recovery or subrogation against
the County (including its employees and other agents and agencies), it being the intention of the
parties that the insurance policies so affected shall protect both parties and be primary coverage for
any and all losses covered by the above described insurance. It is further agreed by the parties that
insurance companies issuing the policy or policies shall have no recourse against the County
(including its employees and other agents and agencies) for payment of any premiums or for
assessments under any form of policy. It is further agreed by the parties that any and all deductibles
in the above described insurance policies shall be assumed by and be at the sole risk of the
Consultant.
It is agreed by the parties that judgments for which the County may be liable, in excess of
insured amounts provided herein, or any portion thereof, may be withheld from payment due, or to
PROFESSIONAL SERVICES AGREEMENT
3
become due, to the Consultant until such time as the Consultant shall furnish additional security
covering such judgment as may be determined by the County.
The County reserves the right to request additional insurance on an individual basis for extra
hazardous contracts and specific service agreements.
9. Independent Contractor. The Consultant and the County agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this agreement.
Nothing in this agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither Consultant nor any employee of Consultant
shall be entitled to any benefits accorded County employees by virtue of the services
provided under this agreement. The County shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing to the state
industrial insurance program, otherwise assuming the duties of an employer with respect
to Consultant, or any employee of Consultant.
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secme this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant,
any fee, commission, percentage, brokerage fee, gifts, or any other consideration
contingent upon or resulting from the award or making of this contract. For breach or
violation of this warranty, the County shall have the right to aunul this contract without
liability or, in its discretion to deduct from the contract price or consideration, or
otherwise recover, the full amount of such fee, commission, percentage, brokerage fee,
gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it
under this agreement, will not discriminate on the grounds of race, color, national origin,
religion, creed, age, sex or the presence of any physical or sensory handicap in the
selection and retention of employees or procmement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
agreement without the express written consent of the County.
13. Non-Waiver. Waiver by the County of any provision of this agreement or any time
limitation provided for in this agreement shall not constitute a waiver of any other
provision.
14. Termination.
a. The County reserves the right to terminate this agreement at any time by giving
ten (10) days written notice to the Consultant.
PROFESSIONAL SERVICES AGREEMENT
4
b. . In the event of the death of a member, partner or officer of the Consultant, or any
of its supervisory personnel assigned to the project, the surviving members of the
Consultant hereby agree to complete the work under the terms of this agreement,
if requested to do so by the County. This section shall not be a bar to
renegotiations of this agreement between surviving members of the Consultant
and the County, if the County so chooses.
15. Notices. Notices to the County of Jefferson shall be sent to the following address:
Jefferson County Public Works
623 Sheridan Street
Port Townsend, WA 98368
Notices to Consultant shall be sent to the following address:
Cultural Resource Consultants, Inc.
PO Box 10668
Bainbridge Island, W A 98110
16. Integrated Agreement. This Agreement together with attachments or addenda, represents
the entire and integrated agreement between the County and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. This
agreement may be amended only by written instrument signed by both County and
Consultant.
PROFESSIONAL SERVICES AGREEMENT
5
~'';:.
-
.
,
SIGNATURE PAGE
DATED this \ '2- \'h
day of ~~
,2011
Consultant
b~
PrW-.~ Uwlfkl"'j'-hrT
County of Jefferson
Board of Commissioners
John Austin, Chair
Phil Johnson, Member
David W. Sullivan, Member
Approved as to Form Only:
rfJ 9Jz.411
F:1a1a!fI
Public Works Director
PROFESSIONAL SERVICES AGREEMENT
6
-
...,.~ .
,
'-
.
EXHIBIT A
Scope of Work
(Task Order Agreement)
Each item of work under this agreement will be provided by task assignment Each assignment
will be individually negotiated with the Consultant. The amount established for each assignment
will be the maximmn amount payable to that assignment unless modified in writing by the
County. The County is not obligated to assign any specific nmnber of tasks to the Consultant,
and the County's and Consultant's obligation hereunder are limited to tasks assigned in writing.
Task assignments made by the county shall be issued in writing by a formal Task Assignment
Docmnent similar in format to the example included in Exhibit A-I. An assignment shall
become effective when a formal Task Assignment Docmnent is signed by the Consultant and the
County.
Task assignments may include, but are not limited to, the following: perform background
research of project sites; contact tribes with interest in project areas; conduct field investigation
and identification of archaeological and historical resources on project site; docmnent and record
any findings; and prepare assessment reports including recommendations. All work performed
will be consistent with Washington Department of Archaeology and Historic Preservation
(DAHP) guidelines.
"
"\.'
'"
.
EXHIBIT A-I (EXAMPLE)
TASK ASSIGNMENT DOCUMENT
Task Number
The general provisions and clauses of Agreement CRC2011-1 shall be in full force and effect for this Task
Assignment
Location of Project:
Project Title:
Maximum AmOWlt Payable Per Task Assignment:
Completion Date:
Description of Work:
(Note attachments and give brief description)
Work on this Task Order may begin immediately following the Notice to Proceed, delivered to the
CONSULTANT by the AGENCY,
Project Manager Review
Date
Engineering Services Manager Review
Date
Consultant Approval
Date
County EngineerlPublic Works Director Approval
Date
; "
~"
EXHIBIT B
Consultant Fee Determination
DIRECT LABOR COST:
Classifications Rate ner Hour
Principal Investigator $57.00
Project Archaeologist I $31.50
Project Archaeologist II $30.00
Project Archaeologist ill $28.50
Field Archaeologist $19.00
Field Archaeologist $18.00
Field Archaeologist $17.00
Historic Architect $40.00
Project Historian $30.00
Office Manager $28.50
Office Assistant $16.00
OVERHEAD RATE: 110% x DLC
FIXED FEE RATE: 20% x DLC
- .
"'\ .'-
, .
. .
. .
--......
EXHIBIT C
Certification Regarding Debarment, Suspension, and Other Responsibility
Matters-Primary Covered Transactious
I. The prospective primary participant 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 this proposal 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 l( B) of this certification; and
D. Have not within a three (3) year period preceding this application/proposal had one or
more public transactions (federal, state, or local) terminated for cause or default.
II. Where the prospective primary participant is unable to certilY to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
Consultant (Firm): Cultural Resource Consultants Inc.
1'1...~...tvll
(Date)
C>q~e. --
(Signature) President or Authorized Official of Consultant
PROFESSIONAL SERVICES AGREEMENT