Loading...
HomeMy WebLinkAboutContractDocuSign Envelope ID: 4EF7F8F7-6394-484D-AF43-CE06ABD17058 MASTER NON-EXCLUSIVE ON-CALL SMALL PUBLIC WORKS AGREEMENT FOR Pool Maintenance and Repair Services CAG-24-128 THIS AGREEMENT (" Agreement") is made as of th •+ _ day of April, 2024, (the "Effective Date") by and between the City of Renton, a Washington municipal corporation ("City"), and Aquatic Specialty Services, ("Contractor"), a Washington State Inc.who are collectively referred to as the "Parties", to provide non-exclusive on-call Pool Maintenance and Repairs for the City Owned Henry Moses Aquatic Center (i.e., Pump Repairs, PH Equipment Calibration, Pool etc.). City and Contractor agree as set forth below. The City desired on-call Pool Maintenance, Repairs, and Supplies services and solicited a written Bid Proposal for this Agreement. The Contractor responded to the Bid Proposal to provide these services and represents that it is qualified and possesses sufficient skills to perform such work. 1 Contractor agrees to provide non-exclusive on-call Small Public Works, Pool Maintenance and Repairs services as specified in Exhibit A. which is attached and incorporated herein and may be referred to as the "Work." Specific Work is to be assigned as INVOICE WORK ORDERS need under this agreement by the project managers. 2 City, without invalidating this Agreement, may order changes 3. to the Scope of Work consisting of additions, deletions or modifications, the Agreement Sum being adjusted accordingly by Parties mutual agreement. Such changes in the work shall be authorized by written Change Order or Amendment signed by the Parties. A.Contractor shall commence performance of the Agreement pursuant to the schedules set forth in an invoice. B.The Term of this Agreements is one year: All Work shall be performed not later than April 30th , 2025. C.This Agreement may be renewed for two (2) additional one (1) year periods. *Note the Prevailing Wage Rate update in Paragraph 5. A. D.This Agreement may be extended for less than one year to accomplish and existing INVOICE WORK ORDERS, if required, upon mutual written agreement of City and Contractor. CAG-24-128 DocuSign Envelope ID: 4EF7F8F7-6394-4B4D-AF43-CE06ABD17058 D.Final Acceptance. Final Acceptance of the Project of an ALL ON-CALL INVOICE WORK ORDERS when the City has determined that the Project is one hun dred percent (100%) complete and has been completed in accordance with the Plans and Specifications. 6.Termination: A.The City reserves the right to terminate this Agreement at any time, with or without cause by giving ten (10) calendar days' notice to the Contractor in writing. In the event of such termination or suspension, all finished or unfinished documents, data, studies, worksheets, models and reports, or other material prepared by the Contractor pursuant to this Agreement shall be submitted to the City, if any are required as part of the Work. B.In the event this Agreement is terminated by the City, the Contractor shall be ent itled to payment for all hours worked to the effective date of termination, less all payments previously made. If the Agreement is terminated by the City after partial performance of Work for which the agreed compensation is a fixed fee, the City shall pay the Contractor an equitable share of the fixed fee. This provision shall not prevent the City from seeking any legal remedies it may have for the violation or nonperformance of any of the provisions of this Agreement and such charges due to the City shall be deducted from the final payment due the Consultant. No payment shall be made by the City for any expenses incurred or work done following the effective date of termination unless authorized in advance in writing by the City. 7.Hold Harmless: Contractor shall indemnify, defend and hold harmless City, its elected officials, officers, agents, employees and volunteers, from and against any and all claims, losses or liability, or any portion of the same, including but not limited to reasonable attorneys' fees, legal expenses and litigation costs, arising from injury or death to persons, including injuries, sickness, disease or death of Contractor's own employees, agents and volunteers, or damage to property caused by Contractor's negligent act or omission, except for those acts caused by or resulting from a negligent act or omission by City an d its officers, agents, employees and volunteers. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, (Validity of agreement to indemnify against liability for negligence relative to construction, alteration, improvement, etc., of structure or improvement attached to real estate ... ) 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 contractor and City, its officers, officials, employees and volunteers, Contractor's liability shall be only to the extent of Contractor's negligence. It is further specifically and expressly understood that the indemnification provided in this Agreement constitute Contractor's waiver of immunity under the Industrial Insurance Act, PAGE 4 OF 16 DocuSign Envelope ID: 4EF7F8F7-6394-484D-AF43-CE06ABD17058 City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until final acceptance of the work by the City. 2.□ Required. Contractors Pollution Liability insurance covering losses caused by pollution conditions that arise from the operations of the Contractor. Contractors Pollution Liability insurance shall be written in an amount of at least $1,000,000 per loss, with an annual aggregate of at least $1,000,000. Contractors Pollution Liability shall cover bodily injury, property damage, cleanup costs and defense including costs and expenses incurred in the investigation, defense, or settlement of claims. If the Contractors Pollution Liability insurance is written on a claims-made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this contract; and that continuous coverage will be maintained, or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under the contract is completed. The City shall be named by endorsement as an additional insured on the Contractors Pollution Liability insurance policy. If the scope of services as defined in this contract includes the disposal of any hazardous materials from the job site, the Contractor must furnish to the City evidence of Pollution Liability insurance maintained by the disposal site operator for losses arising from the insured facility accepting waste under this contract. Coverage certified to the Public Entity under this paragraph must be maintained in minimum amounts of $1,000,000 per loss, with an annual aggregate of at least $1,000,000. Pollution Liability coverage at least as broad as that provided under ISO Pollution Liability-Broadened Coverage for Covered Autos Endorsement CA 99 48 shall be provided and the Motor Carrier Act Endorsement (MCS 90) shall be attached. 9.Discrimination Prohibited: Except to the extent permitted by a bona fide occupational qualification, the Contractor agrees as follows: A.Contractor, and Contractor's agents, employees, representatives, and volunteers with regard to the Work performed or to be performed under this Agreement, shall not discriminate on the basis of race, color, sex, religion, nationality, creed, DocuSign Envelope ID: 4EF7F8F7-6394-484D-AF43-CE06ABD17058 10. 11. marital status, sexual orientation or preference, age (except minimum age and retirement provisions), honorably discharged veteran or military status, or the presence of any sensory, mental or physical handicap, unless based u pon a bona fide occupational qualification in relationship to hiring and employment, in employment or application for employment, the administration of the delivery of Work or any other benefits under this Agreement, or procurement of materials or supplies. B.The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, national origin, sex, age, sexual orientation, physical, sensory or mental handicaps, or marital status. Such action shall include, but not be limited to the following employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training. C.If Contractor fails to comply with any of this Agreement's non-discrimination provisions, City shall have the right, at its option, to cancel the Agreement in whole or in part. D.Contractor is responsible to be aware of and in compliance with all federal, state and local laws and regulations that may affect the satisfactory completion of the project, which includes but is not limited to fair labor laws and worker's compensation. Independent Contractor: Contractor's employees, while engaged in the performance of any of Contractor's Work under this Agreement, shall be considered employees of the Contractor and not employees, agents, representatives of City and as a result, shall not be entitled to any coverage or benefits from the City of Renton. Contractor's relation to City shall be at all times as an independent contractor. Any and all Workman's Compensation Act claims on behalf of Contractor employees, and any and all claims made by a third-party as a consequence of any negligent act or omission on the part of Contractor's employees, while engaged in Work provided to be rendered under this Agreement, shall be the solely Contractor's obligation and responsibility. City of Renton Business License: The Contractor shall obtain a City of Renton Business License prior to performing any Work and maintain the business license in good standing throughout the term of this agreement with the City. Information regarding acquiring a city business license can be found at: https://www.rentonwa.gov/Tax PAGE 7 OF 16 PAGE 9 OF 16 CITY OF RENTON Edward Grube 1055 South Grady Way Renton, WA 98057 Phone: (206) 475-0662 egrube@rentonwa.gov CONTRACTOR Phone: Fax: B.Amendment and Modification. This Agreement may be amended only by an instrument in writing, duly executed by both Parties. C.Assignment and Subcontract. Contractor shall not assign or subcontract any portion of this Agreement without the City of Renton’s prior express written consent. D.Compliance with Laws. Contractor and all of the Contractor’s employees shall perform the Work in accordance with all applicable federal, state, county and city laws, codes and ordinances. A copy of this language must be made a part of any contractor or subcontractor agreement. E.Conflicts. In the event of any inconsistencies between contractor proposals and this contract, the terms of this contract shall prevail. F.Governing Law. This Agreement shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. G.Joint Drafting Effort. This Agreement shall be considered for all purposes as prepared by the joint efforts of the Parties and shall not be construed against one party or the other as a result of the preparation, substitution, submission or other event of negotiation, drafting or execution. H.Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or interpret this Agreement or any of its terms or covenants shall be brought in the King County Superior Court for the State of Washington at the Maleng Regional Justice Center in Kent, King County, Washington, or its replacement or successor. Contractor hereby expressly consents to the personal and exclusive jurisdiction DocuSign Envelope ID: 4EF7F8F7-6394-484D-AF43-CE06ABD17058 CITY OF RENTON Martin Pastucha Public Works Administrator 1055 South Grady Way Renton, Washington 98057 5/14/2024 I 4:05 PM PDT Date Approved as to Legal Form Shane Moloney Renton City Attorney Date CONTRACTOR �.�� Title L:) "- � rL¢-> Non-standard Master Small PW On-Call 10-12-23 db (1719) PAGE lloF 16 Approved by Cheryl Beyer via email 4/15/2024 PAGE 12 OF 16 Exhibit A SCOPE OF WORK City of Renton ON-CALL Pool Maintenance and Repairs SERVICES Project Manager: Edward Grube, Public Works – Facilities Capital Projects Coordinator Introduction The City of Renton requests services to perform Pool Maintenance and repairs on an “as needed” basiswith up to 3 of companies. A $00.00 “not-not-to-exceed” amount does not guarantee work to any contractor and the amount paid will be based upon time and materials of actualwork performed. A written quote will be required for each call-out under the agreement. The City reserves the right to awardmultiple contracts to multiple contractors for this work if it is in the best interest of the City. The City reserves the right to choose any of the companies awarded this contract for each call-out. The overtime rates set forth in the contract will be reimbursable only to the extent the overtime has been approved by the City. Equipment rental will be reimbursed for the exact amount paid; receipts must be submitted with invoice. Traffic control plans should be considered a requirement for some locations. Additional requirementsof the work are included below. It is your responsibility to read these requirements thoroughly and to become familiar with each site location work is assigned in relation to the amount and type of work involved to complete. Minimum Requirements of Contractor RentonBusiness License, registered contractor with the State of Washington, current State Unified Business Identifier Number Proof of Insurance - Minimum amounts to be approved in advance by City Risk Management. Includes General Liability, Automobile Liability, Workers Compensation and Employers’ Liability. See the attached contract for specific requirements. Include with the First Invoice the Company’s Intent to Pay Prevailing Wage Rates and submit the Affidavit to Pay Prevailing Wage Rates at the completion of the last Invoice of the Year; the Affidavit must total the amount of all Invoices Paid for the year. Labor rates shall be Prevailing Wage Rates for the industry. DocuSign Envelope ID: 4EF7F8F7-6394-484D-AF43-CE06ABD17058 •All Technicians shall wear the most up-to-date personal protective equipment (PPE) including but not limited to safety glasses, gloves, and footwear while on the job site. •Equipment and experience in Maintenance, Troubleshooting, and Repairing Pool equipment, Pool chemicals, and all associated components {i.e., Pumps, Valves, Chemicals, Chemical Pumps, Chemical Testing, etc.). •Work that is incomplete at the end of the workday must be in a state that allow the Safe operation of the Pool and the Facility. If that cannot be done; the HMAC Representative must be notified immediately. •The Contractor reserves the right to change any Technician Assignment and substitute another Technician at any time due to illness or other Emergency. •Technicians shall wear clothing that is non-offensive or distracting while at the location. •No Smoking is allowed by the Technicians except at designated areas. Preferred Qualifications of Pool Technicians •Familiarity with and adherence to: o Washington State Department of Health -Water Recreation o Water Recreation Facilities, Chapter 246-260 WAC o Recreational Water Contact Facilities, Chapter 246-262 WAC o The Model Aquatic Health Code (MAHC): An All-inclusive Model Public Swimming Pool and Spa Code •Certification Requirements o Certified Pool & Spa Operator (CPO) Certification and/or Aquatic Facilities Operator (AFO) Certification o Any Washington State required certifications not listed to safely work on Pool equipment and chemical systems. Project Area Specifications -Prior to Beginning Work •On-Site Meeting to with the Pool Tech�ician and HMAC Representative and/or Facilities to go over what work is to be accomplished. o Sign out a Key (if applicable) Non-Emergency Work - Pool Equipment Preventative Maintenance and Chemical System Cleaning and Calibration •Work must be scheduled out in Advance so that the HMAC Representative and/or Facilities can Schedule the work with the Pool Staff, if needed. Emergency Work Pool Equipment Emergency Repairs and Chemical System Repairs and/or cleanup � V PAGE 13 OF 16 DocuSign Envelope ID: 4EF7F8F7-6394-484D-AF43-CE06ABD17058 •l.Ontractor 1s responsm1e to: o Contact the HMAC Representative and/or Facilities o Placing the Pool Equipment or Chemical System in a Safe state that will not damage the .Pool Systems / Operations or further cause a Chemical Hazard. Non-Emergency/ Emergency - End of Work •Once work has completed, On-Site Meeting with the Pool Technician and HMAC Representative and/or Facilities to: o Walk the area to ensure all work has been completed and area has been cleared of any trash or debris. o Ensure that the Pool Equipment and/or Chemical System is returned to a Safe Operating State. o Return the Key (if applicable) Special Conditions •Damage that occurs as a direct result of contractor actions or inaction is the sole responsibility of the contractor. PAGE 14 OF 16 DocuSign Envelope ID: 4EF7F8F7-6394-484D-AF43-CE06ABD17058 1nvo1ces •Invoices should be submitted to: Brian Hammon, Facilities Manager Edward Grube, Facilities Capital Project Coordinator Public Works -Facilities Department -5th Floor 1055 South Grady Way, Renton, WA 98057 Email: Facilities@Rentonwa.gov Telephone: (425) 430-7222 •Invoices should contain the following information to prevent a delay in processing: o Contractor name, address and telephone number o Contract Number-assigned upon execution of agreement (CAG # ** -***) o Unique Invoice Number o Date work performed o Location where work was performed o Number of workers assigned to task o Classification of workers assigned to task o Total hours worked o Materials including mark-up o Amount due, Washington sales tax and total amount due o Washington Department of Labor and Industries Intent to Pay Prevailing Wage Statement with first invoice. Affidavit of Wages Paid Statement for each invoice thereafter. Failure to submit these forms may delay processing of invoices. o If there is a Disposal Fee, it must be included with the Invoice. PAGE 15 OF 16 DocuSign Envelope ID: 4EF7F8F7-6394-484D-AF43-CE06ABD17058 Invoices •Invoices should be submitted to: Brian Hammon, Facilities Manager Edward Grube, Facilities Capital Project Coordinator Public Works -Facilities Department-5th Floor 1055 South Grady Way, Renton, WA 98057 Email: Facilities@Rentonwa.gov Telephone: (425) 430-7222 •Invoices should contain the following information to prevent a delay in processing: o Contractor name, address and telephone number o Contract Number-assigned upon execution of agreement (CAG # ** - ***) o Unique Invoice Number o Date work performed o Location where work was performed o Number of workers assigned to task o Classification of workers assigned to task o Total hours worked o Materials including mark-up o Amount due, Washington sales tax and total amount due o Washington Department of Labor and Industries Intent to Pay Prevailing Wage Statement with first invoice. Affidavit of Wages Paid Statement for each invoice thereafter. Failure to submit these forms may delay processing of invoices. o If there is a Disposal Fee, it must be included with the Invoice. PAGE 15 OF 16 DocuSign Envelope ID: 4EF7F8F7-6394-484D-AF43-CE06ABD17058 Exhibit B SCHEDULE OF COSTS AND HOURLY RATES City of Renton ON-CALL Pool Maintenance and Repairs SERVICES •Time and Material Submission (sealed bid or by email) •Agreement Sum (based upon prevailing wage) o Regular Rate per Hou.r: See Below _ per man-hour o Overtime Rate per Hour: See Below per man-hour o Material Markup Percentage: See Below% •Equipment/ Chemicals Schedule Submission Description: PWR for general labor maintenance $210:00 PWR for Inside wireman classification $250.00 PWR for Plumber & Pipefitter classification $250.00 All overtime will be based upon classification at time and a half All mark up depends on manufacture price point and can vary 20% to 50% Description: We are a full service team and able to provide certified factory trained technicians that are AFO certified for various pump room operating equipment. All of our technicians have various skills and we are able to tackle various improvements, maintenance & service by operating as a team and assigning the task accordingly. We are able to buy direct, we stock major components for operating equipment maintenance, and we are the warranty station for several manufactures, because we are the certified distributors for those manufactures in Washington State. We are a small company, that focuses on keeping our clients up to date with best practices in technology in the industry and emphasize streamlining, continuity, all to reduce down time by proper maintenance. PAGE160F17