Loading...
HomeMy WebLinkAboutCompass Rose Surveying, Inc. - Professional Service AgreementI PROFESSIONAL SERVICES AGREEMENT FOR YAKVHHAAUR TERM |NAK-NHCAU0STERFIELD COMPASS ROSE CALIBRATION PROJECT #202l'001 THIS PROFESSIONAL SERVICES AGREEMENT, entered into this 1~ day of J0Jl,between the City of Yakima, a Washington municipal corporation ("City"), and Compass Rose Surveying, Inc., VVITNESSETN:The parties, in consideration of the terms and conditions herein, do hereby covenant and agree as follows: 1. Statement of Work The minimum services (hereinafter referred to as "Services") that the Contractor will provide include services described in"Deliverables and fee Schedu|e"'which are attached ea Exhibit A hereto and incorporated herein by this reference. 2. Compensation The City agrees to pay the Contractor according to Exhibit A, attached hereto and incorporated herein, which Exhibit includes the deliverables and fee schedule of itemized prices in the manner and upon the conditions provided for the Contract. 3. Contract Term The period ofthis Contract shall 6efrom AprU1'ZO21¢oD�ce.m'ber31'3O%1' 4. Agency Relationship between City and Contractor Contractor shall, at all times, be an independent Contractor and not an agent o, representative ofCity with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for, or on, behalf ofCity. S. Successors and Assigns a. Neither the City, nor the Contractor, shall assign, transfer, or encumber any rights, duties or interests accruing from this Contract without the prior written consent of the other. b. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns' does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 6. Property Rights All records orpapers ofany sort relating tothe City and tothe project will atall times bethe property ofthe City and shall be surrendered to the City upon demand. All information concerning the City and said project which is not otherwise a matter of public record or required by law to be made public, is confidential, and the Yakima Air Term/na/wcm/iser Field Compass Rose Calibration pnnectw2ozz-0wz Page zof 19 Contractor will not, in whole or part, now or at anytime disclose that information without the express written consent ofthe City. 7' Inspection and Production of Records a. The records relating tothe Services shall, atall times, be subject to inspection by and with the approval of the City, but the making of (or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Services in accordance with this Contract, notwithstanding the Cit\/s knowledge of defective or non -complying performance' its substantiality orthe ease ofits discovery. Contractor shall provide the City sufficient, safe, and proper facilities, and/or send copies of the requested documents to the City. Contractor's records relating tothe Services will beprovided tothe City upon the Oty'srequest. b. Contractor shall promptly furnish the City with such information and records which are related to the Services of this Contract as may be requested by the City. Until the expiration of six (6) years after final payment of the compensation payable under this Contract, or for a longer period if required by law or by the Washington Secretary ofSka1e's record retention schedule, Contractor shall retain and provide the City access to (and the City shall have the right to examine, audit and copy) all of Contractor's books, documents, papers and records which are related tnthe Services performed byContractor under this Contract. c. All records relating to Contractor's services under this Contract must be made available to the [hK and the records relating to the Services are City of Yakima records. They must be produced to third parties, if required pursuant to the Washington State Public Records Act, [hapter42.S6 R[VV,orbylaw. All records relating to Contractor's services under this Contract must be retained by Contractor for the minimum period of time required pursuant to the Washington Secretary of State'srecords retention schedule, d. The terms of this section shall survive any expiration or termination of this Contract. 3. Work Made tor Hire All work the Contractor performs under this Contract shall be considered work made for hire, and shall be the property ofthe City. The City shall own any and all data, documents, plans, copyrights, specifications, working papers, and any other materials the Contractor produces in connection with this Contract. Oncompletion or termination ofthe Contract, the Contractor shall deliver these materials tuthe City. 9. Compliance with Law Contractor agrees to perform all Services under and pursuant to this Contract in full compliance with any and all applicable |ovvn rules, ordinances and regulations adopted or promulgated byany governmental agency or regulatory body, whether federal, state, local, or otherwise including policies adopted by the City, as such laws, ordinances, rules, regulations and policies apply to the use and operation of City of Yakima property, facilities and operations asthose laws, ordinances, rules, regulations, and policies now exist or may hereafter beamended orenacted. Contractor shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state' and local government or governmental authority or this project, pay all charges and fees, and give all notices necessary and incidental to the due and lawful execution of the work. Yakima Air Terminal-wcAllisField mmnassnmeuu/brat/no Project w20uz-0n1 Page zof 19 a. Procurement of a City Business License. Contractor must procure a City of Yakima Baines License and pay all charges, fees, and taxes associated with said license. b. Contractor must provide proof ofa valid Washington department of Revenue state excise tux registration number, aorequired inTitle QS R[VV. c. Contractor must provide proof of a valid Washington Unified Business Identification (UBI) number. Contractor must have currentU8| number and not be disqualified from bidding on any public works contract undcrRCVV 39.06.101or36.12.065(3). d. Although the City does not require foreign corporate proposers to qualify in the City, County or State prior to submitting a proposal, it is specifically understood and agreed that any such corporation will promptly take all necessary measures to become authorized to conduct business in the City of Yakima, at their own expense' without regard to whether such corporation is actually awarded the contract, and in the event that the award ismade, prior toconducting any business inthe City. 10. Nondiscrimination Provision During the performance of this Contract, the Contractor agrees as follows: The Contractor shall not discriminate against any person on the grounds of race, creed' color, religion, national origin, sex, age, marital status, sexual orientation, pregnancy, veteran's status, political affiliation or belief, or the presence of any sensory, mental or physical handicap in violation of the Washington State Law Against Discrimination (RCW chapter 49.60) or the Americans with Disabilities Act (42 USC 12101 et seq.). This provision shall include but not be limited tothe following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff ortermination, rates of pay or other forms of compensation, selection for training, and the provision ofServices under this Agreement. In the event of the Contractor's noncompliance with the non-discrimination clause of this contract or with any such rules, regulations, or orders, this Contract may be cancelled, terminated, or suspended in xvhn)e or in part and the Contractor may be declared ineligible for any future City contracts. 11. Pay Transparency Nondiscrimination Provision: The Contractor will not discharge or in any other manner discriminate against employees or applicants because they have inquired about discussed, or disclosed their own pay orthe pay ofanother employee or applicant. However, employees who have access to the compensation information of other employees or applicants as a part of their essential job functions cannot disclose the pay of other employees or applicants to individuals who do not otherwise have access tocompensation information, unless the disclosure is (a) in response to a formal complaint or charge, (b) in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or (c) consistent with the contractor's legal duty to furnish information. 12. Indemnification and Hold Harmless a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or property. Contractor agrees todefend, indemnify and hold harmless the City, its elected and appointed officials, officers, employees, attorneys, agents, and volunteers from any and all claims, demands' losses, liens, liabilities, penalties, fines, lawsuits, and other proceedings Yakima Air renn/nn|'wo^mo,,Field Compass Rose Calibration Project wo021-00z Page sof 19 and all judgments, awards, costs and expenses (including reasonable costs and attorney fees) which result or arise out of the negligent acts or omissions of Contractor, its officials, officers, employees oragents. b. If any suit, judgment, action, claim or demand arises out of, or occurs in conjunction with, the negligent acts and/or omissions of both the Contractor and the City, or their elected or appointed officials, officers, employees, agents, attorneys or volunteers, pursuant to this Contract, each party shall be liable for its proportionate share of negligence for any resulting suit, judgment, action, claim, demand, damages or costs and expenses, including reasonable attorneys' fees, c. Contractor's Waiver ofEmployer's Immunity under Title 51 RCVV. If any design or engineering work is done pursuant tothis Contract, Contractor intends that its indemnification, defense, and hold harmless obligations set forth above shall operate with full effect regardless of any provision to the contrary in Tide 51 RCVV, Washington's Industrial Insurance Act. Accordingly, tothe extent necessary tofully satisfy the Contractor's indemnification, defense, and hold harmless obligations set forth above, Contractor specifically waives any immunity granted under Title 51 RCVV, and specifically assumes all potential liability for actions brought by employees of the Contractor against the City and its elected and appointed officials, officers, employees, attorneys, agents, and volunteers. The parties have mutually negotiated this waiver. Contractor shall similarly require that its subcontractors, and anyone directly orindirectly employed or hired by Contractor, and anyone for whose acts Contractor may be liable in connection with its performance of this Agreement, shall comply with the terms of this paragraph, waive any immunity granted under Title 51 RCW, and assume all potential liability for actions brought by their respective employees. The provisions of this section shall survive the expiration or termination of this Agreement. d. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in any third party. e. The terms of this section shall survive any expiration or termination of this Contract. 13. Contractor's Liability Insurance At all times during performance of the Services and this Contract, Contractor shall secure and maintain in effect insurance to protect the City and Contractor from and against any and all claims, damages, losses, and expenses arising out of or resulting from the performance of this Contract. Contractor shall provide and maintain in force insurance in limits no less than that stated below, as applicable. The City reserves the right to require higher limits should it deem it necessary in the best interest of the public. Contractor shall provide a Certificate of Insurance to the City as evidence of coverage for each of the policies and outlined herein. A copy of the additional insured endorsement attached to the policy shall be included with the certificate. This Certificate of insurance shall be provided to the City, prior to commencement of work. Failure ofCity to demand such verification of coverage with these insurance requirements or failure of City to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation tomaintain such insurance" The following insurance is required: a. Commercial Liability Insurance Yakima Air Term mal-wownse,Field Compass Rose Calibration Page uof 19 Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of insurance and additional insured endorsements as proof ufcommercial liability insurance with a minimum liability limit of One Million Dollars ($1,000000.00) per occurrence, combined single limit bodily injury and property damage, and Two Million Dollars ($2'000000.00) general aggregate. |fContractor carries higher coverage limits, such limits shall be shown onthe Certificate ofinsurance and Endorsements and the City, its elected and appointed officials, employees, agents, attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are ineffect. Said policy shall beineffect for the duration of this Contmct. The certificate of insurance and additional insured endorsements shall name the City of Yakima, its elected and appointed oMlda|4 employees, agents, attorneys and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City prior written notice. The insurance shall be with an insurance company orcompanies rated A,VU or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yakima's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit orqualify the liabilities orobligations assumed by Contractor under this contract. Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this Contract. Any insurance, self-insurance orinsurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute to it, b. Automobile Liability Insurance Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of insurance as proof of automobile liability insurance with a minimum liability limit of One Million Dollars ($1,000000.00) per occurrence. |fContractor carries higher coverage limits, such limits shall be shown on the Certificate ofInsurance and Endorsements and the City, its elected and appointed officials, employees, agents, attorneys and volunteers shall be named asadditional insureds for such higher limits, The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Cuntract. The certificate of insurance and additional insured endorsements shall name the City of Yakima, its elected and appointed officials, employees, agents, attorneys and volunteers as additional insureds, and shall contain o clause that the insurer will not cancel or change the insurance without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yokime's review or acceptance ofinsurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. The business auto liability shall include Hired and Non -Owned coverage ifnecessary. c. Employer's Liability (Stop Gap) Contractor and all subcontractor(s) shall at all times comply with all applicable workers' compensation, occupational disease, and occupational health and safety laws, statutes, and regulations tothe full extent applicable, and shall maintain Employer's Liability insurance with a limit of no less than $1,000000.00. The City shall not be held responsible in any way for claims filed by Contractor or its employees for services performed under the terms of this Contract. Contractor agrees to assume full liability for all claims arising from this Contract including claims resulting from negligent acts of all subcontrao1or(u). Contractor is responsible to ensure subcontractor(s) have insurance as needed. Failure ofsubcnntracton(s) to comply with insurance requirements does not limit Contractor's liability or responsibility. Yakima Air rem/nal-wow/issField Compass Rose Calibration Project wznz1-uz Page sof 19 d. Professional Liability The Contractor shall provide evidence of Professional Liability insurance covering professional errors and omiosions. Contractor shall provide the City with a certificate of insurance as proof of professional liability insurance with a minimum liability limit ofOne Million DoUan($1,UU0OOU.U0) per claim combined single limit bodily injury and property damage, and One Million Dollars ($l,DUO0OO.0U)aggregate. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. The insurance shall be with an insurance company orcompanies rated A-VU or higher in Best's Guide. If the policy is written on o claims mode basis the coverage will continue in force for an additional two years after the completion of this contract. If insurance is on a claims made form, its retroactive date, and that ofall subsequent renewals, shall bonolater than the effective date ofthis Contract. Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this Contract. Any insurance, self-insurance or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute to it. If at any time during the life of the Contract, or any extension Contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the Contract, Should acourt ofcompetent jurisdiction determine that this Contract issubject toR[VV4.Z4.115'then, inthe event ofliability for damages arising out of bodily injury to persons urdamages to property caused by or resulting from the concurrent negligence of Contractor and the City, its officers, elected and appointed officials, employees, agents, attorneys and volunteers, Contractor's liability hereunder shall be limited tothe extent ofthe Contractor's negligence. 14. SeverabUity If any term or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions or applications which can be given effect without the invalid term, condition or application. To this end, the terms and conditions of this Contract are declared severable, 15. Contract Documents This Contract and Contractor's proposal (to the extent consistent with Yakima City documents) constitute the Contract Documents and are complementary. Specific Federal and State laws and the terms ofthis Contract, iothat order respectively, supersede other inconsistent provisions. These Contract Documents are onfile in the Office of the Purchasing Manager, 129 No. Z"uSt, Yakima, WA, 98901' and are hereby incorporated by reference into this Contract. 16. Termination Termination for Cause: The City may terminate the Contract after providing the Contractor with thirty (30) calendar days written notice of the Contractor's right to cure a failure of the Contractor to perform under the terms ofthis Contract. The Contractor may terminate the Contract after providing the City sixty (60) calendar days' notice of the City's right to cure a failure of the City to perform under the terms of the Contract. Yakima Air r°"n/,m/mcwo*,Feld Compass RomCaxbration Project o2ozz-0mz Page wof 19 : Either party may terminate the Contract at any time, without cause by providing written notice; the City by providing at least thirty (30) calendar days' notice to the Contractor, and the Contractor providing at least thirty (30) calendar days' notice to the City in advance of the intended date oftermination. |nthe event oftermination for convenience, the Contractor shall bcentitled toreceive compensation for any fees owed under the Contract. The Contractor shall also be compensated for partially completed services, in this event, compensation for such partially completed services shall be no more than the percentage of completion of the services requested, at the sole discretion of the City, multiplied by the corresponding payment for completion of such services as set forth in the Contract. Alternatively, at the sole discretion of the City, the Contractor may be compensated for the actual service hours provided. The City shall be entitled to a refund for goods or services paid for but not received or implemented, such refund to be paid within thirty (30)days ufwritten notice tothe Contractor requesting the refund. Contract Cancellation: The City reserves the right to cancel the Contract in whole or in part without penalty if the Contractor: a. Breaches ordefaults anobligation under the Contract; b. Fails to perform any material obligation required under the Contract; m. Files petition in benkruptcy, becomes insolvent, nrotherwise takes action todissolve as legal d. Allows any final judgment not to be satisfied or lien not to be disputed after legally -imposed, 30-day notice; e. Makes anassignment for the benefit ofcreditors; t Fails tufollow the sales and use tax certification requirements ufthe State ofWashington g. Incurs adelinquent Washington tax liability; h. Becomes aState nrFederally debarred Contractor; i. Is excluded from federal procurement and non'procurement[ontracts; j. Fails to maintain and keep inforce all required insurance' permits and licenses asprovided in the Contract; k. Fails to maintain the confidentiality of the City information that is considered to be Confidential Information, proprietary, or containing Personally Identifiable Information, or i Contractor performance threatens the health orsafety ofaCity, County ormunicipal employee m. Change in Funding: If the funds upon which the City relied to establish this Contract are withdrawn, reduced, or limited, or if additional or modified conditions are placed on such funding, the City may terminate this Contract by providing at least five business days written notice tothe Contractor. The termination shall be effective on the date specified in the notice of termination. Yakima Air Terminal-McAlliser Field Compass Rose Calibration Project wxozzcm1 Page 7of 19 Upon the termination of the Contract for any reason, or upon Contract expiration, each party shall be released from all obligations to the other party arising after the date of termination or expiration, except for those that bytheir terms survive such termination nrexpiration. 17. Dispute Resolution In the event that any dispute shall arise as to the interpretation of this agreement, or in the event of a notice of default as to whether such default does constitute a breach of the contract, and if the parties hereto cannot mutually settle such differences, then the parties shall first pursue mediation as a means to resolve the dispute. if the afore mentioned methods are either not successful then any dispute relating to this Agreement shall be decided in the courts of Yakima County, in accordance with the laws of Washington. If both parties consent in writing, other available means of dispute resolution may be implemented. 10.Subetitutimn The Contractor shall not substitute or deviate from said specifications of this Contract without a written amendment' signed by the City Manager, or pursuant toSection 52 below entitled "Change or Notice". Any violation of this procedure by the Contractor will be considered cause for immediate cancellation of the Contract for cause by the City. 19. Contractor Shall Furnish Except as otherwise specifically provided in this Contract, Contractor shall furnish the following, all as the same may be required to perform and provide the services in accordance with the terms of this Contract: personnel, labor, products and supervision; and technical, professional and other services. All such services products, property and other items furnished or required to befurnished, together with all other obligations performed or required to be performed' byContractor under this Contract are sometime collectively referred to in this Contract as the "(Services)." 20. Complementary Provisions All provisions of this Contract are intended to be complementary, and any services required byone and not mentioned inanother shall beperformed tuthe same extent as though required byall. Details ofthe services that are not necessary to carry out the intent of this Contract, but that are not expressly required, shall be performed or furnished by Contractor as part of the services, without any increase in the compensation otherwise payable under this Contract. 21. Invoices The City will use its best efforts to pay each of Contractor's invoices within thirty (30 days after the 0ty's receipt and verification thereof; provided, however, that all such payments are expressly conditioned upon Contractor providing services hereunder that are satisfactory tothe City. The City will notify the Contractor promptly if any problems are noted with the invoice. To insure prompt payment each invoice should cite purchase order number, RFCiP number, detailed description of work, unit and total price, discount term and include the Contractor's name and return remittance address. Yakima Air renn/nol-wcmnarField Compass Rose Calibration Page uof 19 Contractor will mail invoices to the City at the following address: City of Yakima Attn: Robert K.Peterson Airport Director Z4U6VV.Washington Ave, Suite B Yakima, VVA9D9O] 22.Credit Card Acceptance The City, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement The Cm/s preferred method of payment is by procurement (credit) card. Proposers may be required to have the capability ofaccepting the [i\y'yauthorized procurement card as a method of payment. No price changes oradditional fee(s) may be assessed when accepting the procurement card as a form of payment. 23. Prime Contractor Contractor is the Prime Contractor hereunder. The Prime Contractor shall be the sole point of contact with regard to all contractual matters arising hereunder, including the performance of services and the payment of any and all charges resulting from its contractual obligations. 24.Delegation ofProfessional Services The services provided for herein shall be performed by Contractor, and no person other than regular associates or employees ufContractor shall be engaged on such work or services. Contractor shall not (by contract, operation of law o, otherwise) delegate or subcontract performance of any services to any other person or entity without the prior written consent of the City. Any such delegation or subcontracting without the Oty'sprior written consent shall hevoidable atthe Cit/soption. No delegation of subcontracting of performance of any of the services, with or without the City's prior written consent, shall relieve Contractor of its responsibility to perform the services in accordance with this Contract. Contractor shall be fully responsible for the performance, acts and omissions of Contractor's employees, Contractor's subcontractors, and any other person who performs or furnishes any services (collectively, the "Support"). Contractor shall at all times be an independent contractor and not an agent or representative of the City with regard to performance of the services. Contractor shall not represent that it is, nor hold itself out as, an agent or representative of the City. In no event shall Contractor be authorized to enter into any agreement or undertaking for or on behalf ofthe City. Neither the Contractor nor any employee of the Contractor is entitled toany benefits that the City provides its employees. The Contractor issolely responsible for payment of any statutory workers compensation or employer's liability insurance as required by state law. The Contractor will have an active account with the Department of Revenue, other state agencies as needed, and a separate set of books or records that rmOemL all items of income and expenses of the business that the Contractor isconducting. Yakima Air Te,m/na/wownuer Field Compass Rose Calibration Page yof 19 Contractor shall perform the services in a timely manner and in accordance with the standards of the profession. At the time of performance, Contractor shall be properly licensed, equipped, organized, and financed to perform the services in accordance with this Contract, Subject to compliance with the requirements of this Contract, Contractor shall perform the services in accordance with its own methods. 25. Licenses If applicable, Contractor shall have a valid and current business license per ChapterS.O3 Section 5.02.010of the Yakima Municipal Code covering this type ofbusiness and shall satisfy all applicable City Code provisions. Said license shall be obtained prior tothe award of any contract. Inquiries as to fees, etc, should be made to the Office ofCode Administration, telephone (5O9)S7S-G1Z1. In addition' Contractors are required to be registered by the State per Chapter 18.27 of the Revised Code of Washington and their registration number must be listed on the bid/RFP/quote. Contractor shall take all reasonable precautions to protect against any bodily injury (including death) or property damage that may occur inconnection with the services. 26. Removal of Subcontractor If dissatisfied with the background, performance, and/or general methodologies of any subcontractor, the City may request in writing that the subcontractor be removed. The Contractor shall comply with this request at once and shall not employ the subcontractor for any further work/services under this Contract. 27.Taxes and Assessments Contractor shall be solely responsible for and shall pay all taxes, deductions, and assessments, including but not limited to federal income tax, FICA, social security tax, assessments for unemployment and industrial injury insurance, and other deductions from income which may be required by law or assessed against either party as a result of this Contract. In the event the City is assessed a tax or assessment as a result of this Contract, Contractor shall pay the same before |tbecomes due. The City and its agencies are exempt from payment of all federal excise taxes, but not sales tax (currently at 8.3%). Tax will not be considered in determining which proposal is the lowest or best, however RCVV 39.3O.D48allows the City totake any sales tax and B&O tax that it will receive from purchasing supplies, materials and equipment within its boundaries into consideration when determining the lowest responsible Proposer. 28. Contractor Tax Delinquency Contractors who have a delinquent Washington tax liability may have their payments offset by the State of Washington. 29. Inspection: Examination ufRecords The Contractor agrees tofurnish the City with reasonable periodic reports and documents as it may request and in such form as the City requires pertaining to the work or services undertaken pursuant to this Agreement. The costs and obligations incurred or to be incurred in connection therewith, and any other matter are to be covered by this Agreement, The records relating Uuthe services shall, atall times, besubject toinspection byandwiththeapprova|ofthp City, but the making of(or failure or delay in making) such inspection or approval shall not relieve Contractor Yakima Air Tennmal-wow//e/Field Compass Rose Calibration Project xzozz-0m1 Page o0ofz9 of responsibility for performance of the services in accordance with this Contract, notwithstanding the City u knowledge of defective or non -complying performance, its substantiality or the ease of its discovery. Contractor shall provide the City sufficient, safe, and proper facilities and equipment for such inspection and free access tosuch facilities. 30. Recmvdheepingand Record Retention The Contractor shall establish and maintain adequate records of all expenditures incurred under the contract. All records must be kept in accordance with generally accepted accounting procedures. All procedures must beinaccordance with federal, state and local ordinances. The City shall have the right to audit, review, examine, copy, and transcribe any pertinent records or documents relating toany contract resulting from this proposal held by the Contractor. The Contractor will retain all documents applicable to the contract for a period of not less than three (3) years after final payment is made. 31.Cnnfidential, Proprietary and Personally Identifiable information Contractor shall not use Confidential, Proprietary or Personally Identifiable Information of City for any purpose other than the limited purposes set forth in this Contract and all related and necessary actions taken in fulfillment of the obligations there under. Contractor shall hold all Confidential Information in confidence, and shall not disclose such Confidential Information to any persons other than those directors, officers, employees, and agents ("Representatives") who have a business -related need to have access to such Confidential Information infurtherance nfthe limited purposes ofthis Contract and who have been apprised of, and agree to maintain' the confidential nature of such information in accordance with the terms of this Contract. Contractor shall institute and maintain such security procedures as are commercially reasonable to maintain the confidentiality ofthe Confidential Information while in its possession or control including transportation, whether physically orelectronically. Contractor shall ensure that all indications of confidentiality contained on or included in any hem of Confidential Information shall be reproduced byContractor on any reproduction, modification, or translation ofsuch Confidential Information. If requested by the City in writing, Contractor shall make a reasonable effort to add a proprietary notice or indication ofconfidentiality to any tangible materials within its possession that contain Confidential Information of the City, as directed. Contractor shall maintain all Confidential Information asconfidential for a period ofthree (3)years from the date of termination of this Contract, and shall return or destroy said Confidential Information as directed by the City inwriting. Contractor may disclose Confidential Information in connection with a judicial or administrative proceeding to the extent such disclosure is required under law ora court order, provided that the City shall be given prompt written notice of such proceeding if giving such notice is legally permissible. 32.Suspension mfWork Yakima Air Terminal-Mcmliser Field Compass Rose Calibration Page 11 of 19 The City may suspend, in writing by certified mail, all or a portion of the Service under this Agreement if unforeseen circumstances beyond the Cit/s control are interfering with normal progress of the Service. The Contractor may suspend, in writing by certified mail, all or a portion of the Service under this Agreement if unforeseen circumstances beyond Contractor's control are interfering with normal progress of the Service. The Contractor may suspend Service on the Project in the event the City does not pay invoices when due' except where otherwise provided by this Agreement. The time for completion of the Service shall be extended by the number of days the Service is suspended. If the period of suspension exceeds ninety (SU) days, the terms of this Agreement are subject to renegotiation, and both parties are granted the option to terminate the Service on the suspended portion ofProject in accordance with Section 16. 33.Provision mfServices The Contractor shall provide the services set forth herein with all due skill, cane, and diligence, in accordance with accepted industry practices, standards and legal requirements, and to the Cby's satisfaction; the City decision in that regard shall be final and conclusive. The City may inspect, observe and examine the performance of the services performed on the City premises at any time. The City may inspect, observe and examine the performance of Contractor's services at reasonable times, without notice, at any other premises. a. If the City notifies the Contractor that any part of the services rendered are inadequate or in any way differ from the Contract requirements for any reason, other than as a result of the Cityt default or negligence, the Contractor shall, at its own expense, reschedule and perform the services correctly within such reasonable time as the City specifies. This remedy shall be in addition toany other remedies available tothe City bylaw orinequity. b. The Contractor shall be solely responsible for controlling the manner and means by which it and its Contracted Personnel or its subcontractors perform the services, and the Contractor shall observe, abide by, and perform all ofits obligations in accordance with all legal requirements and City work rules. This Contract, or any interest herein, or claim hereunder, shall not be assigned or transferred in whole or in part by Contractor to any other person or entity without the prior written consent of the City. In the event that such prior written consent to an assignment is granted, then the assignee shall assume all duties, obligations, and liabilities ofContractor stated herein. 35. No Conflict of Interest Contractor represents that it or its employees do not have any interest and shall not hereafter acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of this Contract. Contractor further covenants that it will not hive anyone orany entity having such a conflict of interest during the performance ofthis Contract. 36. Contract Preservation if any provision of the Agreement, or the application of such provision, shall be rendered or declared invalid by a court ofcompetent jurisdiction, or by reason of its requiring any steps, actions or results, the remaining parts urportions ofthis Agreement shall remain infull force and effect. 37. Promotional Advertising / News Releases Yakima Air Terrninal'McAlmer Field Compass Rose Calibration Page 12 of 19 Reference too,use ofthe City, any of its departments, agencies or other subunits, or any official or employee for commercial promotion is prohibited. News releases pertaining to this procurement shall not be made without prior approval of the City. Release of broadcast e'maUs pertaining to this procurement shall not be made without prior written authorization ofthe contracting agency. 38. Time is of the Essence Timely provision of the services required under this Contract shall be of the essence of the Contract, including the provision of the services within the time agreed or on a date specified herein. 39. Expansion clause Any resultant contract may be further expanded by the Purchasing Manager in writing to include any other item normally offered by the Contractor, as long as the price of such additional products is based on the same cost/profit formula as the listed item/service. At any time during the term of this contract, other City departments may beadded tothis contract, ifboth parties agree. 40.Patent Infringement The contractor selling tothe City the articles described herein guarantees the articles were manufactured or produced in accordance with applicable federal labor laws. Further, that the sale or use of the articles described herein will not infringe any United States patent. The contractor covenants that it will at its own expense defend every suit which shall he brought against the City (provided that such contractor is promptly notified of such suit, and all papers therein are delivered to it) for any alleged infringement of any patent by reason of the sale or use of such articles, and agrees that it will pay all costs, damages, and profits recoverable in any such suit. 41. Warranty Unless otherwise specifically stated by the Proposer, Contractor warrants that all goods and/or services furnished under this contract one warranted against defects by the Proposer for one (1) year from date of receipt, are new, conform strictly tothe specifications herein, are merchantable, good workmanship, free from defect, are fit for the intended purpose of which such goods and services are ordinarily employed and if o particular purpose is stated in a Special Condition, the goods are then warranted as for that particular purpose. Contractor further warrants that no violation of any federal, state or local law, statute, rule, regulation, ordinance or order will result from the manufacturer, production, sale, shipment, installation or use ofany other goods. Contractor's warranties (and any more favorable warranties' service policies, or similar undertaking of Contractor) shall survive delivery, inspection, and acceptance of the goods or services. 42. Access and Review of Contractor's Facilities The City may visit and view any of the offices, premises, facilities and vehicles of the Contractor and/or Contractor's Subcontractor upon request and reasonable notice during the term of the Contract and Contract renewals/extensions. 43.Notice uYChange |nFinancial Condition vaklma^ir Tennmal'wcmisynem Compass Rose Calibration Project wzmz-0mz Page 13 of 19 If, during the Contract Term, the Contractor experiences a change in its financial condition that may affect its ability to perform under the Contract, or experiences a change of ownership or control, the Contractor shall immediately notify the City in vvritin8. Failure to notify the City of such a change in financial condition or change of ownership or control shall be sufficient grounds for Contract termination. 44. Facility Security The City may prohibit entry toany secure facility, orremove from the facility, aContract employee who does not perform his/her duties in a professional manner, orwho violates the secure facility's security rules and procedures. The City reserves the right to search any person, property, or article entering its facilities. 45. Waiver of Breach A umker by either party hereto of a breach of the other party hereto of any covenant or condition of this Contract shall not impair the right of the party not in default to avail itself of any subsequent breach thereof. Leniency, delay or failure of either party to insist upon strict performance of any agreement, covenant or condition of this Contract, or to exercise any right herein given in any one or more instances, shall not be construed as a waiver or relinquishment of any such agreement, covenant, condition or right. 46. Integration No prior oral or written understanding shall beofany force wreffect with respect to those matters covered herein. This Contract may not be modified or altered except in writing signed by both parties. Contractor will not be responsible for delays in delivery due to acts of God, fire, strikes,epidemics,pandemics, war, hot, delay in transportation or railcar transport shortages, provided Contractor notifies the [by immediately inwriting ofsuch pending oractual delay. Normally, inthe event orany such delays (acts orGod, etc.) the date of delivery will be extended for a period equal to the time lost due to the reason for delay. '9= %J=°=111115 LOW This Contract shall be governed by and construed in accordance with the laws of the State of Washington. The venue for any judicial action to enforce or interpret this Contract shall lie in o court of competent jurisdiction in Yakima County, Washington. 50. Authority The person executing this Contract, on behalf ufContractor, represents and warrants that he/she has been fully authorized by Contractor to execute this Contract on its behalf and to legally bind Contractor to all the terms, performances and provisions ofthis Contract. . 51. Change or Notice Any alterations, including changes to the nature of the service made to the Contract shall be rendered in writing and signed by both responsible parties; nochanges without such signed documentation shall be valid. No alterations outside of the general scope and intent of the original Request for Proposals or in excess of allowable and accepted price changes shall bemade. Yakima Air rennma/'wownse,Field Compass Rose Calibration Page mof 19 In noevent shall the Contractor be paid or be entitled to payment for services that are not authorized herein orany properly executed amendment. Notice of Business Changes: Contractor shall notify the City in vvhdn0 within three (3) business days of any change in ownership of the facilities of the Contractor or of the facilities of any subcontractor. The Contractor shall notify the City in writing as soon as possible, and in no event later than three (3) business days, after any decision by the Contractor tochange or discontinue service that will affect services provided to the City under this Contract. The City shall have the right to renegotiate the terms and conditions of this Contract to the extent required to accommodate a change in governing law or policy that, in the sole discretion of the City, either substantially and unreasonably enlarges the Contractor's duties hereunder, or renders performance, enforcement or compliance with the totality of the Contract impossible, patently unreasonable, or unnecessary. Notices and demands under and related to this Contract shall be in writing and sent tothe parties at their addresses as TO CITY: Robert k. Peterson Airport Director Z4D6VV.Washington Ave, Suite B Yakima WA, 9O9O3 52. Survival AND ALSO TO: TO CONTRACTOR: A|anBeronducci Compass Rose Surveying, Inc. SO8OFall River Road Idaho Springs, CO8O4S2 The foregoing sections of this Contract, 3-52 inclusive, shall survive the expiration or termination of this Contract in accordance with their terms. IN WITNESS WHEREOF, the parties hereto execute this Contract as of the day and year first above written. CITY OF YAKIMA City Manager uazcc / J 2-1>Ile / �� onrCONTRACT mo��= M�~,~�= RESOLUTION NO: '"/=` Attest: Yakima Air Tenn/na/muuoo,Field Compass Rose Calibration Compass Rose Surveying, Inc. Date:'��// (Print name) Page 15 of 19 City Clerk ,.,"-\1•00 * Eg.141 IT A Compass Rose Surveying, Inc 5080 Fall River Road Idaho Springs, CO 80452 Phone: 303,567.0447 Fax: 303.567.0447 Email: PejerAccoyfi atao Cell: 303.550.7808 Su e a akima e *ital aki a, ashinton Introduction Compass Rose Surveying, Inc. (CRS) proposes to make magnetic surveys Yakima Air Terminal in order to locate a new compass rose site, certify and permanently mark a new compass rose. If a new site can not be found, we will try to certify the existing compass rose. The surveys will test several sites and chose one site for intensive surveys to establish a new compass rose that meets the specifications of the FAA AC 150/5300-13A, Appendix 6 dated 9/28/2012. The pavement will be marked where the compass calibration lines must be painted. The proposal includes installing permanent survey markers as required in the FAA AC. The total cost for the services described below will not exceed $9700. The procedures we use are described below: Yakima Air Terminal-McAlliser Field Compass Rose Calibration Project # 2021-001 Page 16 of 19 Procedures 1. Total field measurements will be taken in a cross pattern and randomly across several proposed sites. The sites will be surveyed in the airports preferred priority. When a suitable site is found a more intensive 'magnetic cleanliness survey' described below will be made. 2. A magnetic cleanliness survey will be conducted at one site. Total field measurements will be taken every 2.5-feet from the center of the preferred site to 100 feet from the center and to 250 from the center on the cardinal headings. Additional measurements will be made as needed. A total field survey is a magnetic cleanliness survey described under recommended procedures in the FAA AC to be sure that no ferrous material was introduced to the compass rose area that would affect compass calibrations. 3. An absolute declination survey will be made to be sure the site meets the FAA requirement of declination (30 minutes of arc over the entire site), to determine the average declination of the site and to mark where the compass rose radials will be painted. Declination measurements are made in a grid pattern over the proposed compass rose site approximately every 15 to 25 feet with additional auxiliary stations as appropriate. Calibrated DiFlux magnetometers will be used to measure the declination. 4. Determine the true headings of the compass rose and several permanent objects. 5. Install 3 permanent non-magnetic survey markers flush with the pavement and stamped with appropriate information. Markers will be at the center, true north and true south. 6. Mark the pad where the 12 radials will be painted. 7. Verbal and written reports detailing the findings of the magnetic surveys. 8. Follow-up consultation regarding the Compass Rose Survey. Instrument Calibrations All of our work is done to the requirements and recommended procedures of the FAA AC. Our magnetometers are absolute and are compared to World Standard absolute instruments at the IAGA Workshop held every 2 years. (There are only two places magnetometers can be calibrated, at the IAGA Workshop or by the US Geological Survey in Golden, CO). The last comparison we attended was near Vienna, Austria in June 2018. Our survey instruments are serviced and calibrated every year or two by a Zeiss factory service center, Clausen Instrument Co, Asheville, NC, Insurance Compass Rose Surveying, Inc. carries General Liability with $1,000,000 per incident and $2,000,000 overall liability limits. We also carry Errors and Omissions, Automobile insurance and Workers Comp with $1,000,000 liability limits. This proposal includes naming the City of Yakima as additional insured, a waiver of subrogation and primary/noncontributory wording. It also includes the costs for registering with the State of Washington DOR to obtain a Yakima business license, a state UBI number and state excise tax registration number and costs associated with filing a Washington state tax return. Yakima Air Terminal-McAlliser Field Compass Rose Calibration Project # 2021-001 Page 17 of 19 Site Access The Airport will provide access to the compass rose site, any needed escorts or equipment, including radio, flag, and strobe, as needed. Recommended Services Qualifications � Measure the magnetic heading nfrunways, This is0aaid |nfuture planning for runway o- numbering. $300 per runway. ° Compass Rose Surveying, Inc. is the most qualified finninthe world providing compass rose consulting, certifications and re-oertificadonx. The principal geophysicist for the firm has more than 38 years experience with compass rose surveys including 30 years working for the US Geological Survey (now retired) and 15 years as the principal at Compass Rose Surveying, Inc. We are the only finn in the United States doing exclusively compass rose related work. The principal geophysicist was a consultant to the FAA and the US Army Corps of Engineers regarding compass calibration pad certifications and developed the methods and procedures used for certification, Therefore our knowledge ofFAA and Military requirements, policies and procedures in unparalleled in the field. ~ During the last five years we have successfully completed more than 50 compass rose related jobs. • Our experience iounparalleled regarding compass rose consulting, cortifiouiinnand ,c' re - certifications. • We have demonstrated our capability to do this work at large and small airports, aircraft manufacturers, UGMilitary projects, anddcfenoecontmctom.Rcguodingquu|ityussumoce,vve calibrate Our magnetometers utunInternational Workshop every 2years (the world standard for magnetorneter calibration); our measurements are thoroughly checked before a report is issued. Our movement and work onthe airfield is coordinated with the on -site airport staff toensure we comply with all airfield, Military and FAA rules. ° Our company isfemale (majoriiy)owned, certified bvthe SBA. • The price listed is the complete price. Nochange orders (unless requested). • Our office imlocated inColorado, but wcwork anywhere inthe world. The fees are a|Anc|uyive. An invoice will accompany the written report and payment will 6cdue within 30 days, usoumin8all obligations have been met. This proposal ixgood until April 3O,202l. Alan Bemnducci, President 6L Geophysicist Compass Rose Surveying, Inc. 5080 Fall River Road Idaho Springs, C080452 Yakima Air Term mo/mow//arField Compass Rose Calibration ~ Page zoofs 303.567.0447; Mobile 303.550.7808 Website: vyfirkv.s,',911)114.5s!irpse-surveyj pg,conl Yakima Air Terminal-McAlliser Field Compass Rose Calibration Project # 2021-001 Page 19 of 19