Loading...
PROFESSIONAL SERVICES AGREEMENT CON9C .1/16 8;29/89 I " - AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is made and entered into on this P vday of -Sp(;:;.~_, 1989, , by and between the City of Clearwater, Florida (CITY) and Camp Dresser & McKee Inc. ( EN;INEER) . WITNESSETH : WHEREAS the CITY desires to engage the ENGINEER to perform certain professional services pertinent to such work in accordance with this Agreement; and WHEREAS the ENGINEER desires to provide such professional services in accordance with this Agreement; and WHEREAS the CITY selected the ENGINEER in accordance with the competitive selection process described in Section 287.055 of the Florida Statutes, and based on information and representations given by the ENGINEER in a proposal dated May 1989; NOW, THEREFORE, in consideration of the premises and the mutual benefits which will accrue to the parties hereto in carrying out the terms of this Agreement, it is mutually understood and agreed as follows: 1.0 GENERAL SCOPE OF THIS AGREEMENT The relationship of the ENGINEER to the CITY will be that of a professional consultant, and the ENGINEER will provide the professional and technical services requiref under this Agreement in accordance with acceptable engineering practices and ethical standards. -1- '\....-'. 0,,/', ',;:' . ; ~/~.4.7" ( .' 1,-- ,.':( (z' ~?-_-j/L}_=(I1D CON9C .1/16 8/29/89 I I 2.0 PROFESSIONAL TECHNICAL SERVICES 2.1 It shall be the responsibility of the ENGINEER to work with and for the CITY toward solutions to engineering problems and the approach or technique to be used toward accomplishment of the CITY's objective for each project or assignment. The ENGINEER's services shall typically include, but not be limited to, services as follows: 1. Preparation of construction drawings, specifications and bid documents for public works projects. 2. Studies related to value engineering and/or the cost effectiveness of proposed facilities, process trains, designs and equiJ;XDent. 3. Studies related to the planning for expansion, or sale, of any public works facility, and for assistance in financial matters, operations and maintenance manuals and training. 4. Studies related to water and wastewater management, master planning, design and financing. 5. Studies related to stormwater management, master planning, design and financing, including stormwater utility feasibility and implementation. 6. Studies related to rates, user charges and impact upon various agreements between the CITY and its customers, suppliers and consultants. 7. Assistance in meeting regulatory and grant requirements, permi tting and preparation of permit docwnents and representation of the CITY before appropriate regulatory bodies. 8. Other work as may be reasonably required under the general scope of professional and technical engineering services in connection with the CITY's public works system. 2.2 The ENGINEER's services under this Agreement will be provided under work Orders. Generally, each Work Order will include the services for a single project or assignment, and it will -2- CON9C .1/16 8/29/89 I I contain a mutually agreed upon detailed scope of work, fee, and schedule of performance in accordance with applicable fiscal and budgetary constraints. Total compensation for all services shall not exceed $100,000 per Work Order unless specifically authorized by the city Commdssion. 2.3 The ENGINEER shall maintain an adequate and competent staff of professionally qualified personnel available to the CITY for the purpose of rendering the required engineering services hereunder, and shall diligently execute the work to meet the completion time established. 2.4 The CITY reserves the right to enter into contracts with other engineering firms for similar services. 3.0 PERIOD OF SERVICE 3.1 The ENGINEER shall begin work promptly after receipt of a fully executed copy of each Work Order, in accordance with Paragraph 2.2, above. Receipt of a fully executed work Order shall constitute written notice to proceed. 3.2 If the ENGINEER's services called for under any Work Order are delayed for reasons beyond the ENGINEER's control, the time of performance shall be adjusted as appropriate. 3.3 It is the intent of the parties hereto that this Agreement continue in force until October 1, 1994, subject to the provisions for termination contained herein. The period of service thereafter may continue on an annual basis subject to the approval of the CITY until terminated in accordance with other provisions in this Agreement. 4.0 GENERAL CONSIDERATIONS 4.1 All documents including field books, drawings, specifications, calculations, etc., supplied by the ENGINEER shall become the -3- C0N9C .1/16 8/29/89 I I property of the CITY. The CITY acknowledges that such documents are not intended or represented to be suitable for use by the CITY or others for purposes other than those for which the documents are prepared. Any reuse of these documents wi thout written verification or adaptation by the ENGINEER for the specific purpose intended will be at the CITY's sole risk without liability or legal exposure to the ENGINEER. 4.2 The CITY hereby acknowledges that estimates of probable construction costs cannot be guaranteed, and such estimates are not to be construed as a promise that designed facilities will not exceed a cost limitation. When authorized, the ENGINEER shall prepare a final estimate of probable construction costs, following CITY approval of the bid documents and other prebid acti vi ties. In the event that the lowest, responsi ve and acceptable bid price, received by the CITY within three (3) months from the date of the CITY's approval of the bid documents, exceeds the final cost estimate prepared by the ENGINEER by more than ten percent (10%), the ENGINEER shall, upon receipt of written notice by the CITY, at its own expense and at no additional cost to the CITY promptly redo, modify, change and/or revise all or part of said designs, plans, drawings, specifications, and bid documents in such a manner as to be consistent with the established guidelines and criteria for the designed facilities as to result in the CITY obtaining a responsive and acceptable bid which does not exceed the ENGINEER's project estimate by more than ten percent (10%). 4.3 The ENGINEER shall carry at all times, on all operations hereinafter, workman's compensation insurance, public liability and property damage insurance, and automotive public liability and property damage insurance. The insurance shall be written for not less than the limits of liability specified below, or required by law, whichever is greater: o Workman's Compensation and Employer's Liability; or as required by state statute: $100,000 -4- CON9C.1/16 8/29/89 I I o Comprehensive General/Automotive Liability (CGAL), wi th a combined single 11mi t of not less than: $1,000,000 ENGINEER shall provide CITY with certificates showing proof of required insurance coverage. These certificates shall name the CITY as an additional insured. If the required insurance coverage expires prior to completion of ENGINEER's work herein, a renewal certificate shall be issued 30 days prior to said expiration date. Certificates of insurance must be on file, with an approval from the CITY's office of Risk Management, before any work activities commence. All policies shall provide thirty (30) days notice to the CITY of any cancellation or modification to the policy. 4.4 The ENGINEER shall provide professional liability coverage with a company or companies authorized to do business in the State of Florida in the amount of not less than $500,000. 4.5 The ENGINEER will provide expert witnesses, if required, to testify in connection with any suit at law. A supplemental agreement will be negotiated between the CITY and the ENGINEER describing the services desired and providing a basis for compensation to the ENGINEER. 4.6 Upon the ENGINEER's written request, the CITY will furnish or cause to be furnished such reports, studies, instruments, documents, and other information as the ENGINEER and CITY mutually deem necessary. 4.7 The CITY and the ENGINEER each bind themselves and their successors, legal representatives and assigns to the other party to this Agreement and to the partners, successors, legal representatives and assigns of each other party, in respect to all covenants of this Agreement; and, neither the CITY nor the ENGINEER will assign or transfer its interest in this Agreement without written consent of the other. -5- CON9C .1/16 8/29/89 , I 4.8 The ENGINEER hereby agrees to indemnify, defend, save and hold harmless the CITY from all claims, demands, liabilities and suits of any nature whatsoever to the extent caused by any breach of this Agreement by the ENGINEER, the ENGINEER's subcontractors, agents or employees, or any negligent act, error or omission of the ENGINEER, the ENGINEER's subcontractors, agents or employees in rendering the professional services called for herein. It is specifically understood and agreed that this indemnification agreement does not cover or indemnify the CITY for its own negligence or breach of contract. 4.9 The ENGINEER agrees not to engage the services of any person or persons in the employ of the CITY to an allied capaci ty, on either a full or part-time basis, on the date of the signing of this Agreement, or during its term. 4.10 Key personnel assigned to CITY projects by the ENGINEER shall not be removed from the projects until alternate personnel acceptable to the CITY are approved in writing by the CITY. Key personnel are identified as: o Louis R. Tortora, Officer-in-Charge o Thomas W. Burke, Projects Coordinator o Richard L. Schlemmer, Wastewater Engineering o Nilo Priede, Stormwater utility o Robert L. Matthews, Management Consulting Services 5.0 COMPENSATION 5.1 The ENGINEER shall be compensated for all services rendered under this Agreement in accordance with the provisions of each Work Order, upon presentation of ENGINEER's invoice. An hourly billing rate schedule and typical methods of compensation are attached hereto as Exhibit A. -6- CON9C .1/16 8/29/89 I I 5.2 Except as may be addressed in the initiating Work Order, the compensation for services shall be invoiced by the ENGINEER and paid by the CITY once each month. Such invoices shall be due and payable upon receipt. 5.3 The ENGINEER agrees to allow full and open inspection of payroll records and expenditures in connection with hourly rate and cost plus fixed fee work assignments upon request of the CITY. 6.0 PROHIBITION ~NST CONTINGENT FEES The ENGINEER warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the ENGINEER, to solicit or secure this Agreement and that it has not paid or agreed to pay any persons, company, corporation, individual or firm, other than a bona fide employee working for the ENGINEER any fee, commdssion, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this Agreement. 7.0 TERMINATION This Agreement may be terminated by either party with seven (7) days prior written notice, in the event of substantial failure to perform in accordance with the terms hereof by the other party through no fault of the terminating party. If this Agreement is terminated, the ENGINEER shall be paid in accordance with the provisions of outstanding Work Orders for all work performed up to the date of termination. 8.0 SUSPENSION, CANCELLATION OR ABANDONMENT If the project described in any Work Order is suspended, canceled, or abandoned by the CITY, without affecting any other Work Order or this Agreement, the ENGINEER shall be given five (5) days prior written notice of such action and shall be compensated for professional services provided up to the date of suspension, cancellation or abandonment. This Agreement shall be administered and interpreted under the laws of the State of Florida. -7- CON9C .1/16 8/29/89 I I 9.0 TERMINATION OF CONVENIENCE Either the CITY or the ENGINEER may terminate the Agreement at any time by giving written notice to the other of such termination and specifying the effective date of such termination at least thirty (30) days before said termination date. If the Agreement is terminated by the CITY as provided herein, the EN;INEER will be paid for services rendered through the date of termination. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the date and year first above written. WITNESS By~4':r6.~~ CITY OF CLEARWATER Rl: a Garvey Mayor-Commdssioner By: -U 71 -tiL-_ Ron H. Rabun City Manager Approved as to form and correctness: Attest: --....-..:.:- /'. w /' ". -8- CON9C .1/18 8/29/89 I I EXHIBIT A PROVISION OF PAYMENT BASIS FOR PAYMENT The G1NER shall pay ENGINEER and ENGINEER agrees to accept as full compensation for its services (as established by work Order) compensation as computed by one of the following methods. METHOD A - COSTS PLUS FIXED FEE BASIS Compensation in the form of actual direct payroll cost, times a multiplier, plus other direct costs, plus a fixed fee or profit as determined by the following formula: Actual Direct Payroll Cost x 2.79 + Other Direct Costs + Fixed Fee where: Actual Direct Payroll Cost shall mean the direct salaries of all ENGINEER's personnel engaged in the service or group of services to which this Agreement pertains, to the extent such personnel are so engaged, but not including the cost of benefits and contributions related thereto, whether mandatory or customary, times the respective hours worked on the project. A range of Actual Direct Payroll Costs is shown in the Rate Schedule attached to this Exhibit. The multiplier includes overhead and fringe benefits. The multiplier is subject to annual review and audit to reflect actual overhead and fringe benefit rates. Other Direct Costs are actual costs incurred for travel outside of the Tampa Bay area, printing, copying, long distance telephone calls, subcontractors, special consultants, outside experts, special services, etc. A-1 CON9C .1/18 8/29/89 I I Fixed Fee is a negotiated fee, not to exceed eight percent (8%) of the amount [2.79 x Initial Estimated Actual Direct Payroll Cost] for operating margin and profit. METHOD B - COSTS TIMES MULTIPLIER BASIS Compensation in the fonn of actual costs times a multiplier as determined by the following formula: Payroll Cost x Multiplier + Subconsultant Cost + Other Direct Costs where: Payroll Cost is equal to direct labor costs multiplied by 1.365. This factor (1.365) is established as the fringe benefit rate and is subject to annual revision and audit to reflect actual fringe benefit rate. Multiplier 2.25 includes overhead, operating margin and profit and is subject to annual review. Subconsultant Costs are actual costs incurred times a factor of 1.00. Other Direct Costs are actual costs incurred for travel outside of Tampa Bay area, printing, copying, long distance telephone calls, etc., times a factor of 1.00. METHOD C - LUMP SUM Compensation in the form of "lump sum" shall be determined by mutual agreement between the EN3INEER and the CITY. For Basic Design Services, as defined in ASCE Manual and Report on Engineering Practice No. 45 (1975 Revisions), Cost CUrves or ranges in that document shall provide the basis of compensation. Costs for Special Services or services not typically A-2 CON9C .1/18 8/29/89 I I included in the curves or range of costs provided in the ASCE Manual and Report on Engineering Practice No. 45 shall be determined by mutual agreement. ESTIMATES FOR ACTUAL DIRECT PAYROLL COST (EXCLUDING OVERHEAD, FRINGE BENEFITS AND OPERATING MARGIN) The estimates below represent 1988 costs and categories. Periodic changes are anticipated and modification can be made upon CITY and ENGINEER review. (Note: All rates are hourly rates.) Job Classification Rate ($jHour) Minimum Typical Maximum Senior Vice President $40.07 $51.52 $73.82 Vice President $23.00 $38.93 $50.00 Associate $21.75 $31.93 $46.43 Senior Engineer $16.00 $30.00 $41.67 Project Engineer $10.00 $15.80 $32.24 Construction Manager $21.33 $30.44 $42.36 Construction Coordinator $13.74 $26.64 $36.63 Resident Inspector $12.56 $23.18 $42.36 Specialty Inspector $8.48 $21.85 $42.36 Inspector $9.16 $13 . 57 $24.75 Planner $11.45 $21.75 $32.05 Scientist $11.00 $22.06 $37.78 Management Consultant $13 .12 $30.91 $39.29 Operations Specialist $12.00 $23.56 $38.92 In-House Consultant $40.07 $60.82 $62.96 Fiscal/Accounting $6.00 $12.00 $29.76 Designer $9.16 $17.03 $29.76 Drafter $5.72 $11.23 $25.18 Clerical $5.62 $9.10 $21.37 A-3 ,/~IZL.L ""'""":. ~~IJC)\I'\ O''''t~~ ~ j.--...; \L ,.,~ ~l~ -..." I - .... ~- ~~ ~==~~ - ii "'"~ TE\\ ~~i ~.uZ6~/J' _I 1- ~ CITY OF CLEARWATER POST OFFICE BOX 4748 C LEA R W ATE R, F LOR IDA 3 4 6 1 8 - 4 7 4 8 City Manager ;;--- September 15, 1989 Mr. Louis R. Tortora, P.E. Senior Vice President Camp Dresser & McKee, Inc. 1321 U. S. 19 South, Suite 100B Clearwater, Florida 34624 Dear Lou: Enclosed is a fully executed Agreement For Professional Services between the City of Clearwater and Camp Dresser & McKee Inc. dated September 12, 1989. Sincerely, /lL~L II-~~ Charles A. Hunsicker Assistant City Manager/Operations Enclosure cc: William C. Baker, Public Works Director Cynthia Goudeau, City Clerk 0/70 (