Loading...
031-20 - PND Engineers, Inc. - ContractCITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT TFIIS Agreement is made effective as of the 2l* day of February 2020,by and between the City of Port Orchard, a municipal corporation, organized under the laws of the State of Washington, whose address is: CITY OF PORT ORCHARD, WASHINGTON (hereinafter the "CITY") 216 Prospect Street Port Orchard, Washington 98366 Contact: MayorRobertPutaansuu Phone: 360.876.4407 Fax: 360.895.9029 And PND Engineers, a corporation, organized under the laws of the State of Washington, doing business at: PND ENGINEERS, INC (hereinafter the ,,CONSULTANT,) 1736 4'h Avenue S Seattle, WA 98134-1512 Contact:CarlMcNabb Phone:206.624.1387 Email:cmcnabb@pndengineers.com for professional services in connection with the following Project: DeKalb Pier Rubstrip Repair TERMS AND CONDITIONS 1. Services by Consultant. A. TIre Consultant shall perform the services described in the Scope of Work attached to this Agreement as Exhibit "A." The services performed by the Consultant shall not exceed the Scope of Work without prior written authorization from the City. B. The City may fiom time to time require changes ormodifications in the Scope of Work. Such changes, including any decrease or increase in the amount of compensation, shall be agreed to by the parties and incorporated in written amendments to the Agreement. 2. Schedule of Work. A. The Consultant shall perforrn the services described in the Scope of Work in accordance with the tasks identified within Exhibit "A" and the terms of this Agreement. If delays beyond the Consultant's reasonable control occur, the parties will negotiate in good faith to determine whether an extension is appropriate. B. The Consultant is authorized to proceed with services upon receipt of a written Notice to Proceed. City ofPort Orchardand PND Engineers, Inc Public Worl<s Project No. 2020-003 Professional Service Agreement Contruct No. C03l-20 U:\ENGINEERING\CITY PROJECTS\DekaIb Sret Piq\Phase 2v\dminU0?0 Repairs\Admin\PND\C031-20-PND EagineeDeKalb Picr Rubs.ip Repair.dc I ofl0 3.Terms. This Agreement shall comfllence on &!@@("Commencement Date") and shall terminateMarch20.2020 unless extended or terminated in rvriting as provided herein. The City reserves the right to offer two (2) one-year extensions prior to contract expiration to retain the selected company's services. 1. Compensation. TIME AND MATERIALS NOT TO EXCEED. Compensation for these services shall not exceed $2950.00 without written authorization and will be based on the list of billing rates and reimbursable expenses aftached hereto as Exhibit "A," 5. Payment. A. The Consultant shall maintain time and expense records and provide thern to the City nronthly atier services have been performed, along rvith monthly invoices in a format acceptable to the City for rvork performed to the date of the invoice. B. AII invoices shall be paid by City warrant within thirt), (30) days of receipt of a proper invoice. If the City objects to all or any portion of any invoice, it shall so notifo the Consultant of the same within fifteen (15) days from the date of receipt and shall pay that portion of the invoice not in dispute, and the parties shall irnmediately make every effort to settle the disputed portion. C. The Consultant shall keep cost records and accounts pertainirrg to this Agreement available for inspection by City representatives fbr three (3) years after final payment nnless a longer period is recluired by a thild-party agreement. Copies shall be made available on request. D. On the effective date of this Agreement (or shortly thereafter), the Consultant shall comply with all federal and state laws applicable to independent contractors, including, but not limited to, the maintenance of a separate set of books and rccords that reflect all iterns of income and expenses of the Consultant's business, pursuant to Revised Code of Washington (RCW) 5l .08.195, as required by law, to show that the services performed by the Consultant under this Agreement shall not give rise to an employer-employee relationship between the parties, which is sub-iect to Title 5l RCW, Industrial Insurance. E. If the services rendered do uot meet the requirements of the Agreement, the Consultant will corect or rnodifo the work to cornply with the Agreement. The City rnay witlrhold payment for such work until the work rneets the requirements of the Agreement. 6. Discrimination antl Compliance rvith Laws A. The Consultant agrees not to discriminate against any enrployee or applicant for employment or any other person in the pertcrnnance of this Agreement because of race, creed, color, national origin, marital status. sex, age, disability, or other circumstance prohibited by federal, state, or local law or ordinance, except for a bona fide occupational qualification. B. Even though the Consultant is an independent contractor with the authority to control and direct the perfbnnance and details of the work authorized under this Agreement, the work must meet the City of Port Orchard and PND Engtneers, Irc Public llorl<s Project No. 2024-003 Pro{essional Sen,ice .Agreement Corttract No. COil-20 UII,NGINEERINC\CITY PROJECTS\Dekllb S@t PiedPhoe 2\Adminumo Repairs\Admin\PND\C031-20-PND EDgineen-DcKslb Picr Rubstrip Rcpair.dm 2ofl0 approval of the City and shall be subject to the Cit-v's general right of inspection to secure the satisfactory completion thereof. The Consultant agrees to comply with all federal, state and municipal laws, rules and regulations that are norv effective or become applicable within the term(s) of this Agreement to the Consultant's business, equipment and personnel engaged in operations covered by this Agreement or accruing out ofthe perfonnance ofsuch operations. C. The Consultant shall obtain a City of Port Orchard business license prior to commencing work pursuant to a u,ritten Notice to Proceed. D. Violation of this Paragraph 6 shall be a material breach of this Agreement and grounds for cancellation, termination, or suspension of the Agreernent by the Cify, in whole or in part, and may result in ineligibilit-v tbr ftrrther work fcrr the City. 7. Relationship of Parties. The parties intend that an independent contractor-clieut relationship rvill be created by this Agreernent. As the Consultant is customarily engaged in an independently established trade which encompasses the specific service provided to the City hereunder, no agent, employee. representative or sub-consultant of the Consultant shall be or shall be deemed to be the employee. agent, representative or sub-consultant of tlre Cit-v. In the performance of the work, the Consultant is an indepenclent contractor rvith the ability to control and direct the performance and details of fhe rvork, the City being interested only in the results obtained under this Agreement. None of the benefits provided by the City to its employees, including but not limited to compensation. insurance, and unemployment insurance, are available from the City to the employees, agents, representatives or sub- consultants of the Consultant. 'fhe Consultant will be solely and entirely responsible lbr its acts and for the acts of its agents, employ'ees, representatives and sub-consultants during the performance of this Agreement. The City may, during the term of this Agreement, engage other independent contractors to perform the same or similar r.vork that the Consultant performs hereunder. 8. Suspension and Termination of Agreement A. Termitration without cause. This Agreement may be terminated by the Cif-v at any time for public convenience, for the Consultant's insolvency or bankruptcy. or the Consultant's assignment for the benefit of creditors. B. Termination with cause. This Agreement may be ternrinated upon the default of the Consultant and the failure of the Consultant to curc such default within a reasonable time after receiving written notice of the default. C. Rights Upon Terrnination. l. With or llithout C'ause. Upon terminatiou for any reason, all finished or unfinished documents, reports, or other material or lvork of the Consultant pursuant to this Agreement shall be subrnitted to the City, and the Consultant shall be entitled to just and equitable compensation for any satisfactory work completed priorto the date of termination, not to exceed the total cornpensation set forth hercin. The Consultant shall not be entitled to any reallocation of cost, profit or overhead. The Cor,sultant shall not in anv event be entitled to anticipated profit on work not performed because of such tennination. The Consultant shall use its best efforts to mininrize the cornpensation payable under this Agreement in the event of such Ciq,* of Port Orchard and PND Errgineers, Iru Public Worlc Project No. 2020-003 .Professional Setice Agreement Contract No. C03l-20 t.i:uENGh!'EERDiG\cIrY PRorEcrs\Dekalb sret Picr\Phase 2'Adnt.rri:rJT[i[tYrt"03l-2GPND EDsiners-DcKalb Pie, Rubstrip Repair dox 3ofl0 termination. Upon tennination, the Ciry" rnay take over the rvork and prosecute the same to completion, by conffact or otherwise. 2. Default. lf the Agreement is terminated for default, the Consultant shall not be entitled to receive any further payments under the Agreement until all work called for has been fully performed. Any extra cost or damage to the City resulting from such detbult(s) shall be deducted from any money due or coming due to the Consultant. The Consultant shall bear any extra expenses incurred by the City in completing the work, including all increased costs for conpleting the work, and all darnage sustained. or which may be sustained, by the City by reason of such default. D. Suspension. The Ciry" may suspend this Agreement, at its sole discretion. Any reimbursement fcrr expenses incurred due to the suspension shall be limited to the Consultant's reasonable expenses, and shall be subject to verification. The Consulta.nt shall resume perfonnance of services under this Agreement without delay when the suspension period ends. E. Notice of Termination or Suspension. If delivered to the Consultant in person, termination shall be effective immediately upon the Consultant's receipt of the City's written notice or such date as stated in the City's notice of termination, whichever is later. Notice of suspension slrall be given to the Consultarrt in writing upon one week's advanoe notice to the Consultant. Such notice shall indicate the anticipated period of suspensiort. Notice may also be delivered to the Consultant at the address set fbrth in Section l5 herein. 9. Standard of Care. 'l'he Consultant represents and rvarrants that it has the requisite training, skill and experience necessary to provide the seruices under this Ageement and is appropriately accredited and licensed by all applicable agencies and govemmental entities. Services provided by the Consultant under this Agreement will be perfomred in a rnamer consistent with that degree of care and skill ordinarily exercised by mernbers of the same profession currently practicing in similar circumstances. 10. Ownership of Work Product. A. All data, materials, reports, mernoranda, and other docurnents developed under this Agreement whether frnished or not shall become the property of the City, slrall be forwarded to the City at its request and may be used by the Ciry as it sees fit. Upon tennination of this Agreement pursuant to paragraph 8 above, all finished or unfinished documents, reports, or other material or work of the Consultant pursuant to this Agreenrent shall be subnritted to the City. Any reuse or modificafion of such docurnents, reports or other material or rvork of the Consultant for purposes other than those intended by the Consultant in its scope of services under this Agreernent shall be at the City's risk. B. All written infbnnation subrnittecl by the City to the Consultant in connection with the services perfotmed by the Consultant under this Agreernent will be safeguarded by the Consultant to at least the sarne extent as the Consultant safbguards like inforrrration relating to its own business. If'such information is publicly available or is already in the Consultant's possession or known to it, or is rightfully obtained by the Consultant frorn third parties, the Consultant shall bear no responsibility fbr its disclosure, inadvertent or otherwise. The Consultant is permiffed to disclose any such infbrmation only to the extent required by law, subpoena or other court order. 11. Work Performetl at the Consultant's Risk. The Consultant shall take all precautions necessary and shall be responsible for the saf'ety of its employees, agents and sub-consultants in the perfbnnance of CiN ol Port Orchard and PND Engineers, Inc Public llorks Project No. 2020-003 Professional Service .4greement Contact No. C03l-20 U:\INGINEERING\CITY PROJEClS\Dekalb Sfreet Pied,Phase 2\Admin\2020 Repvaif,sv\dnin\PlD\C0ll-20-PND EaCinerc-DeKslb Pier Rubsrrip Repair.docx 4ofl0 ,i:ttt the work hereunder, and shall utilize all protection necessary for that purpose. All work shall be done at the Consultant's own risk, and the Consultant shall be responsible for alry loss of or damage to materials, tools, or other articles used or held by the Consultant for use in connection rvith the work. 12. Indemnification. The Consultant shall defbnd. indemniff and hold the City, its officers, officials, employees, agents and volunteers hannless from any and all claims, injuries, damages, losses or suits. including all legal costs and attorneys' fees, arising out of or resulting from the acts, errors or omissions of the Consultant in pertbrrnance of this Agreement, except for in-iuries or damages caused by the sole negligence of the City. Slrould a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, tlren, in the event of liabilitv for damages arising out of bodily injury to persons or damages to properqy caused by or resulting from the concurrent negligence of the Consultant and the City. its officers, officials, entployees, agents and volunteers. the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. The provisions of this section shall survive the expiration ortermination of this Agreement. IT IS FURTTIER SPECIFICALLY AND EXPRESSLY L]NDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITL'TES THE CONSULTANT'S WAIVER OF IMMUNITY LINDER INDUSTRIAL INSURANCE, TITLE 5I RCW, SOLELY FOR THE PURPOSES OF THIS TNDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MLITUAT.I-Y NEGOTIATED THIS WAIVER. 13. Insurance. The Consultant shall procure and maintain for the duration of this Agreement, insurance against clairns for injuries to persons or damage to propert-v which may arise from or in connection with the performance of the work hereunder by the Consultant" its agents. representatives, or employees. A. Mininrum Scope of lnsurance Consultant shall obtain insurance of the t_vpes described below: Autornobile Liabilirr* insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be rvritten on Insurance Services Office (ISO) form CA 00 0l or a substitute forrn providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contmctual liability coverage. 2. Comrnercial General Liabilitl'insurance shall be written on ISO occun€nce form CG 00 01 or a substitute fom, providing equivalent liabilitl' coverage and shall cover liabiliry* arising from premises, operations, independent contractors altd personal injury and advertising injury. The City shall be named by endorsernent as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the rvork perfonned for the City. 3. Workers'Compensation coyerage as required by the Industrial Insurauce laws of the State of Washington. City o{Port Orchard and PND bryineers. Ittc Public lforks I'roiect No. 2020-003 Pro/bssional Service Agreenent Contract No. C0-1 I -20 U:\ENGINF.ERING\CITY PROIECTS\Dekalb SM Pier\Phse 2\Admin\2020 RepaiE\Adniil,PND\C03 l -20-PND Enginers-DeKslb ?is Rubsrip Repair.dcr 5 of l0 4. Professional Liabilitv insurance appropriate to the Consultant's profession. B. IUinirnum Arnounts of Insurance Consultant shall rnaintain the fbllorving insurance limits: l. Autornobile Liabiliw insurance with a rninirnum combined single lirnit for bodily injury zurd property damage of $ 1,000,000 per accident. 2. Cornmercial General Liability insurance slrall be written with limits no less than $l,000.000 each occurrence, $2,000,000 general aggregate. 3. Workers' Cornpensation Employer's Liability each accident $1,000,000, Employer's Liability Disease each ernployee $1,000,000, and Employer's Liability Disease - Policy Limit $ 1,000,000. 4. Professional Liabilitv insurance shall be written with lirnits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. C. Other Instrrance Provisions The insurance policies are to contain, or be endorsed to contain, the follorving provisions for Automobile l.iability. Professional l,iability and Commercial Ceneral Liabiliry insurance: l. 'Ihe Consultant's iusurance coverage shall be primary insurance as respeot the City. Any insurance, self-insurance, or iusurance pool coverage maintained by the City shall be excess ofthe Consultant's insurance and shall not contribute rvith it. 2. The Consultant's insurance shall be endorsed to state that coverage shall not be cancelled by either parfy, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City rvill not waive its right to subrogation against the Consultant. The Consultant's insurauce shall be endorsed acknowledging that the CiS will not waive their right to subrogation. The Consultant's insurance shall be endorsed to waive the right of subrogation against the City, or any self-insurance, or insurance pool coverage maintained by the City. 4. If any coverage is written on a ooclaims made" basis, then a minimum of a three (3) year extended reporting period shall be included with the clairns made policy, and proof of this extended reporling period provided to the City. D. Acceptability of Insurers Insurance is to be placed with insurers rvith a current A.M. Best rating of not less than A:VII. E. Verification of Coverage City ofPort Orchard and PND Engineers, Inc Public Worlc Project No. 2020-003 Professional Service Agreement Contract No. C031-20 U:\ENGTNEERING\ClTY PROJECTSD.kaIb Sftet PieAPhoe 2\AdminU020 Rwairs\Admin\PlD\C03 l -20-PND Engin@r&DeKalb Pier Rubsrip Repair dmx 6ofl0 The 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. 14. Assigning or Subcontracting. The Consultant shall not assign, transfer, subcontract or encumber any rights, duties, or interests accruing frorn this Agreement without the express prior written consent of the City, which consent may be withheld in the sole discretion of the City. 15. Notice. Any notices required to be given by the City to the Consultant or by the Consultant to the Cify shall be in writing and delivered to the parties at the following addresses: Robert Putaansulr Mayor 216 Prospect Street Port Orchard, WA 98366 Phone: 360.87 6.4407 Fax: 360.895 .9429 PND ENGINEERS, INC Attn: Carl McNabb 1736 Fourth Avenue S, Suite A Seattle, WA 981 34 Phone: 360.624.1387 Fax: 2A6.624.13 88 16. Resolution of Disputes and Governing Law A. Should any dispute, misunderstandirrg or conflict arise as to the tenns and conditions contained in this Agreement, the mafter shall first be referrcd to the Mayor, who shall detennine the term or provision's true intent or meaning. The Mayor shall also decide all questions which nrav arise between the parties relative to the actual services provided or to the sufficiency ofthe performance hereunder. B. If any dispute arises between the City and the Consultant under any of the provisions of this Agreement which cannot be resolved by the Mayor's deternrination in a reasonable time, or if the Consultant does not agree rvith the Mayor's deoisior on a disputed matter, jurisdiction of any resulting litigatiou shall be filed in Kitsap County Superior Court, Kitsap County, Washington. C. This Agreernent shall be governed by and construed in accordance with the laws of the State of Washington. In any suit or action instituted to enfcrrce any right gmnted in this Agreement, the substantially prevailing paLty shall be entitled to recover its costs, disbursements, and reasouable attorneys' fees fiom the other party. 17. General Provisions. A. Non-waiver of Breach. The tbilure of either party to insist upon strict perfbnnance of any of the covenants and agreements contained herein. or to exercise any option herein contained in one or rnore instances, shall not lre construed to be a waiver or relinquishment of said covenants. agreelnents, or options, and the same shall be in full force and effect. B. Modification. No waiver, alteration, modification of any of the provisions of this Agreement shall be binding unless in rvriting and signed by a dul_v authorized representative of the City and the Consultant. CiU of Port Ot'chard and PND Engineers, Inc Public Works Project No. 2020-003 Professional Senice Ag'eement Contract No. C0-1 I -20 U:\ENGMERING\CITY PROIECTS\DeI!|b Srer Pier\Phrs 2\Adnrin\2020 Repvairs\AdmidPND\Co3 I -2GPND Enginss-DcKalb Pis Rubstrip Repsir.dG 7ofl0 C. Severabilit_v. The provisions of this Agreement are declared to be severable. lf any provision of this Agreement is for any reason held by a court of competent jurisdiction to be invalid or tmconstitutional, sttch invalidity or unconstitutionality shall not affect the validity or constitutionality of any other provision. D. Entire Agreernent. The written provisiorrs of this Agreenrent, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any maruler whatsoever, the Agreement or the Agreement documents. The entire agreement between the parties with respect to the subject matter hereunder is contained in this Agreement and the Exhibits attached hereto, which may or may not have been dated prior to the execution of this Agreement. All of the above documents are hereby made a part of this Agreement and fbrm the Agreement document as fully as if the sarne wele set forth herein. Should any language in any of the Exhibits to tlris Agreement conflict with any language coutained in this Agreement" then this Agreement shall prevail. 18. Title VI The City of Port Orchard, in accordance rvith Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42U.5.C.2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation subtitle A, Office of the Secretary, Pa"t 21, nondiscrirnination irr,federally assisted programs of the Department of Transpofiation issued pursuant to such Act, must affinnatively insure that its contracts comply with these regulations. Therefore, during the performance of this Agreement, the Consultant. tbr itself, its assignees, and successors in interest agrees as follows: Compliance with Regulations: The Consultant rvill comply rvith the Acts and the Regulations relative to Nondisc.rirnination in Federally-assisted programs of the U.S. Department of 'fransportation, Federal Highrvay Adminishation (frHWA), as they may be amended frorn time to tirne, which are herein incorporated by referene.e and made a part of this Agxeement. 2. Nondiscrimination: The Consultant, with regard to the work performed by it during this Agreetnent, will not discriminate on the grounds of race, color, national origin, sex, age, disability, income-level, or LEP in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Consultant will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations as set forth in Appendix A, attached hereto and incorporated herein by this reference, including employment practices when this Agreement covers any activity, project, or program set forth in Appendix B of 49 C.F.R. partZ1. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by cornpetitive biddirig, or rregotiation made by the Consultant tbr work to be performed ttnder a subcoutract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the Consultant of the Cousultant's obligations under this Agreement and the Acts and the Regulations relative to Non-discrimination on the grounds of race, color, national origin, sex. age, disability, income-levcl, or LEP. City of Port Orclwrd and PND Engineers, Inc .Public Works Project No. 2020-003 Professional Sen'ice Agreement Contracl No. C03 l -20 U:\ENGTNEERING\CIfY PRoJEC'l suekllb stlcet Pieruhase 2\A*,,r"uroj:.T'?fiItYND\C03 I-20-PND En-qiners-DeKalb pier Rubstrip Repair.d6 8ofl0 4. lnfirrmation antl Rcporls: lhe Consultant rvill provide all information and reports required by thc Acs, the Regulations and directives issued pursuant thereto and rvill permil access to its books. records. accounts. other sources of information, and its facilities as nray be determined by the Ciry or the IrHWA to be pcrtinent to ascertain compliance rvith such Acts, Regulations, and inslruclions. Wherc any infomration required of the ConsuJlant is in the exclusive possession of anothcr rvho fhils or refuses to firmish the information, the Consultant will so ceiliry to the City or tlru' IrHWA, as appropriate, aud will set forth rvhat efforts it has made to obtain the infonnation. 5. Sanctions for Noncompliance: ln lhc event of the Consultiant's noncompliance with the Non- discrirnination provisions of this Agreement the City will impose such contract sanctions as it or the FHWA may detennine to be appropriate, including, hut not limited to: l. rvilhholditrg paylnetrts to lhe Consultant under the Agreement until the conlractor complies; and/or 2. cancelling, terminating, or suspending the Agreement, in rvhole or in part. 6. Incorporation of Provisions: The Consultant rvill include the provisions of paragraphs one through six in ever.y subcontract, including procuremenls of materials and leases of equipment, unlL'ss exempt lry thc Acts, the Regulations and directives issued pursuant lhereto.'fhe Consultanl rvill take action rvilh respect lo any subcontnct or procurement as the City or the FHWA may dircct as a rneans ol'cnfbrcing such provisions irrcluding sanctions fbr noncompliance. Provided, thar if lhc Consultant becomes involved ilr, or is threatened with litigation by a subcontractor, or' supplicr bccause of such direction. the Consultant may request the City to enler into any Iitigation ro prolect rhe interests of the City. In addition, the Consultant may requesl the United States to enter into lhe litigation lo prolcct lhe interests of the United States. lN WITNESS WHEREOF, llrc parties have executed this Agreement on the day and year set forth above. CI'N' OT PORT ORCI-IARD.CONSULTANl' w 3 By:By: Name: Title: it U? I3v: API'ROV By: Cit.y Clerk lVlal'ey I:: ljOlttr'l: A. Arclrer, flobert A (iiS,olPort 0rchartl ancl f ND Ettgineers, lnc l\blic H'orks Proiect Net. 2A20'(r03 Profcssiornl Setice Aereentcnl Conlract No. C03l'20 rl:$-(crNr-lRrNcicrry rRor'itso.l.lt, sr* Pird.tla! ia^dsrruo2oisu;rlffi$it *rl-2orND Esirerlld(.lb Piq Rub$ip n4!it.dq 9ofl0 )d- tb v-g*r'"e*"- lt APPENII}IX A During the perfbnnance of this Agreement. the Consultant, fbr itself, its assignees. and successors in interesf agrees to comply with the followirrg non-discrimination statutes and authorities; including but not Iinrited to; Pcrtin tnt lion-f)iscrimination Authoritics: Title vl of the civil Rights Act of 1964 (42 u .s.c. I 2000d er seq., 78 sral. 252), (prohibirs discrimination on the basis of race, color, national origin); and 49 C.F.R. Part2l. The Uniform Relocation Assistance and Real Property- Acquisition Policies Act of 1970, (42 U.S.C. $ 4601), (prohibits unfair treatment of persons displaced or w'hose property has been acquired becarme ofFederal or Federal-aid prograrns and projects); Federal-Aid Highway Act of 1973, (23 U.S.C. $ 324 et seq.), (prohibits discrimination on the basis of'sex); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. $ 794 et seqJ, as arnended, lprohibits discrimination on the basis of disability); and 49 C.F.R. Part27; The Age Discrimination Act of 1975. as arnended, (42 tJ .S"C. $ 6l0l et seq.). (prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982, (49 TJSCQ 471, Section 4 7123), as amended, (prohibits discrinrination hased on race, creecl, color, national origin. or sex): The Civil Rights Restoration Act of 1987. (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of I964, The Age Discrimination Act of 1975 and Section 504 o{'the Rehabilitation Act of 1973,by expanding the definition of the terms "progiranrs or activities" to include all of-the programs or activities of the Federal-aid recipients, sub- recipients attd coutractors, rvhether such programs or activities are Federally funded or not): 'l'itles tl and IIlof the Americans rvith Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportatiotl systems, places of-public accommodation, and certain testing entities (42 U.S.C. S$ 1213 l - l 2l 89) as itnplenteuted by Department of Transportation regulations at 49 C.P.R. parts 37 and 38; Tlre FederalAviatiort Administration's Non-discriurirratiou statute (49 U.S.C. S 47123) (prohibits discrinrination on the basis of race, color. national origin, and sex): Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Lorv-lncorne Populatious, which ensurcs discrimination against minority populations by discouraging programs, policies. and activities with disproportionately high and adverse hunralt healtlr or environnreutal effects on minorify and low-incorne populations; Executive Order 13166" tmproving Access to Services fbr Persons with Limited English Proficiency, and resulting agency guidance, national origin discrinrination includes discrimination because of lirnited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to -ellsure that LEP persons have lneaningfirl access 1o your prograrns (70 Fed. Reg. at 74087 ta 74100); f itle tX of the Education Antendnrents of 1972. as amended, rvhich prohibits you lrorn discrirninatirtg lrecause of sex in education progranls or activities (20 U.S.C. l68l et seq). City of Port O,'chard and PND Engineers, Inc Public llbrl<.s Project No. 2020-003 Prolbssional Serv'ice Agreemertt Contract No. C03l-20 U:\ENGINEEFJNG\CITY PRo]Ecrs\Dekalb Stru Pier\Phase 2\Aar,"rr"ftr#)il2t"r|tc03l-20-PND Eusin*rs-DeKalh PiqRubsrrip Repair.dex l0 of l0 a o e o a r o 3 g * @ Hlxiu EXHIBIT A I'rebruarl I 9, 202A PNID NIr:. 204A00 Iv{ark I)orsey, I'.11. Public \X,brks I)irector 216 Prospect Street Port Orchard, \X/A 98366 Subject: Dekalb Pier Improvements - Rubsrip Repair Task I)ear l\'lark: PND Engineers Inc. 8ND) understands that the Cit), of Port Orchard rvould like PND to revie'uv the Contractor's 2lpproach to reattaching the nrbsrrips to tlrc l)ekalb Pier floating dock, and to provide starnped calcr-rlations and drawings ior this puqpose. It is trtrderstood that the Contractor, NeprLrne, have proposed to fastcn the existing rubstrips u.rth thr-r-r-bolts itr the aluminum irame. IrI{D has copies of the original charviugs ancl calculations that were submitted in zAl(t, and a recent skerch from the Cotrftzrctor of the proposed moclificzrtion. PND proposes ro provide the City oue stamped drauing of the rubstrip attachrnent details with stamped calculations to support the design details. The calculations rvill include an estimation of the difterential morrernent due ro thermal expansion. as rvell as str'ength criteda of the fasteners and the alunirum n'alers. Site visits or inspections are not anticipated, but may be includcd af the Ciry's request. f-1 N (; I l'J- ll IiR S, I N (:. Engineering Services: (.ivil Plarning Sun'eying Strtrcnrral Permittine I-lvdrobw (ieorechnical [-invironmental Transpor:tadon t{anne Faciiitics (-oas ra] .[ln$nee rine Corr t.r'irct Ad rni ni srration Constrrrction l.iner. Strppor:r Offices: Arrchoragc l5()(r West 3(rdr Ayenue A rrclrr"rrage, i\l:rsk:r 99503 Plrole: 9tt7.56L 10l I [;r..lx: 907. S(ti. 4220 -|uneau 936{l (}lacier }hvv, Suire 1(X} .luneau. Alaska 99801 Pirone: 9A7.58(t.2093 Fax: 9ti7.58(r.?L)99 Seattlc 17\6 For.rrth Aventre S. Slrirt' A Seuttle, \X/ashirrgron 98 1 34 Phone: 206.624.1387 Fax: 206.624.1i88 lingirreering fees rvill be on a tinre and nrzrlerials basis. according to PNI)'s curretlt sthtrclard r^te sheet (attach".l). The fees arc cstinratecl tn be $3,000. PNI) Llngi,eers'com liyou havc qucstions or need further information. please feel free to contact us. Sincerely, PND Engineers, Inc. I Seattle Office ,12 /,/ (*l/ /k--*-f-, Jo, B. I(eiser, P.E. Vice President Carl lv{cNabb, P.8,. Senior Engineer u trlusls F:N(;INIiT;RS. INC; -Prcllqlrenal Surv-er ors: ---- 'f'echnicianU PND ENGINEERS, INC. - SEATTLE OFFICE STA}TDARD RATE SCHEDULE EFFECTIVE NOVEMBER 2OI9 Senior Engineer VII Senior Engineer VI Senior Engineer V Senior Engineer I\r Seniot Engineer III Senior Engineer II Senior Engineer I Staff }inginecr V Staff trnginccr fV Staff F.nginccr III Staff Engince.r II Staff Engineer I Environmental Scientis t VI E,nvironmental Scientist V E nvironmental Scientist IV E nvironmental Scientist III Environmental Scientist II E,nvitonmental Scientist I GIS Specialist Senior Land Surveyor III Senior Land Surveyor II Senior Land Sun-eyor I 'l'eclurician VI 'f'echnician V T'echnician IV 'l'echnician Ill 'I'echnician II 'f'echnician I CAD Designer VJ CAD Designer V CAD Designer IV CAD Desrgner III $20s.00 $1eo.oo $17s.00 $165.00 $1s0.00 $140.00 $ 1 30.00 $1 1s.00 $1 10.00 $10s.00 $es.00 $e0.00 $12s.00 $1 1s.00 $10s.00 $170.00 $1s5.00 $140.00 $12s.00 $1 10.00 $es.00 $es.00 $ 1 30.00 $1 1s.00 $es.00 $8s.00 $7s.00 $so.o0 $11s 00 xi10s.0o $e0.00 $7 s.00 PltOJECT ',rI'I'I.,H,: CLIE,NT: T1.\SK: Rtrbstrip Repair Ciqv o[ Port Orchard Rubstrip Repair 204000.00 19-Feb-20 LABOR: Scnior Senior Senior Staff Cad Task Eng. \,'II Eng. Y Eng. III Eng. IV Des. Yl Tech IV Total Labor No. I'ask (Scope of Work) 205.00 175.00 150.00 110.00 115.00 95.00 Flours Cost I Drawing and calcs 4 I I 2 18 $2,950 Labor Strbtotal:4 4 B 0 2 0 1B EXPtrNSES: Item $2,951) Expenses Quantiry' Unit Cost per Unit il.{alktrp Cost Travel - rnileage (see note) Loclging X.fezrls and IncicJen tals \''chicle i\{rle $0.5s $1 s1 $(',4 $ 12s 1.1 1.1 1.1 1.1 1.1 Nights f)avs Da,vs Allowance $o $o $o $o I,'fisc. ancl Fielcl Expenses Subtotal: SUBCONSULTAN IS: None 00 Nlowance 1,.1 $0 $o Subconsultants Subtotal:$0 &M - Expenses - Subconsultants