Loading...
HomeMy WebLinkAboutAGR-7140 - GEVORK CONSULTING ENGINEERING INC - ENGINEERING DESIGN SERVICES FOR ORANGE POLICE DEPARTMENT EVIDENCE FREEZERAr C=?I'--'o PROFESSIONAL SERVICES AGREEMENT Engineering Design Services for Orange Police Department Evidence Freezer (Bid No. 20-21.43; SP-4146)] THIS PROFESSIONAL SERVICES AG EMENT (the "AgreemenY') is made at Orange, California, on this 1'+ day of , 2021 (the "Effective Date") by and between the CITY OF ORANGE, a municipal corporation ("City"), and GEVORK CONSULTING ENGINEERING INC., a California corporation ("Contractor"), who agree as follows: 1. Services. Subject to the terms and conditions set forth in this Agreement, Contractor shall provide to the reasonable satisfaction of City the services set forth in Exhibit"A," which is attached hereto and incorporated herein by reference. As a material inducement to City to enter into this Agreement,Contractor represents and warrants that it has thoroughly investigated and considered the scope of services and fully understands the difficulties and restrictions in performing the work. The services which are the subject of this Agreement are not in the usual course of City's business and City relies on Contractor's representation that it is independently engaged in the business of providing such services and is experienced in performing the work. Contractor shall perform all services in a manner reasonably satisfactory to City and in a manner in conformance with the standards of quality normally observed by an entity providing such services to a municipal agency. All services provided shall conform to all federal, state and local laws, rules and regulations and to the best professional standards and practices. The terms and conditions set forth in this Agreement shall control over any terms and conditions in E chibit "A" to the contrary. Matthew Lorenzen, Acting Fleet Superintendent ("City's Project Manager"), shall be the person to whom Contractor will report for the performance of services hereunder. It is understood that Contractor's performance hereunder shall be under the supervision of City's Project Manager or his/her designee), that Contractor shall coordinate its services hereunder with City's Project Manager to the extent required by City's Project Manager, and that all performances required hereunder by Contractor shall be performed to the satisfaction of City's Project Manager and the City Manager. 2. Compensation and Fees. a. Contractor's total compensation for all services performed under this Agreement, shall not exceed FOURTEEN THOUSAND EIGHT HUNDRED DOLLARS and 00/100 ($14,800.00) without the prior written authorization of City. b. The above compensation shall include all costs, including, but not limited to, all clerical, administrative, overhead, insurance, reproduction, telephone, travel, auto rental, subsistence and all related expenses. 3.Pavment. a. As scheduled services are completed, Contractor shall submit to City an invoice for the services completed, authorized expenses and authorized extra work actually performed or incurred. b. All such invoices shall state the basis for the amount invoiced, including services completed, the number of hours spent and any extra work performed. c.City will pay Contractor the amount invoiced within thirty (30) days after the approval of the invoice. d. Payment shall constitute payment in full for all services, authorized costs and authorized extra work covered by that invoice. 4.Change Orders. No payment for extra services caused by a change in the scope or complexity of work, or for any other reason; shall be made unless and until such extra services and a price,therefor have been previously authorized in writing and approved by City as an amendment to this Agreement. City's Project Manager is authorized to approve a reduction in the services to be performed and compensation therefor. All amendments shall set forth the changes of work, extension of time, and/or adjustment of the compensation to be paid by City to Contractor and shall be signed by the City's Project Manager, City Manager or City Council, as applicable. 5. Licenses. Contractor represents that it and any subcontractors it may engage, possess any and all licenses which are required under state or federal law to perform the work contemplated. by this Agreement and that Contractor and its subcontractors shall maintain all appropriate licenses, including a,City of Orange business license, at its cost, during the performance of this Agreement. 6. Independent Contractor. At all times during the term of this Agreement, Contractor shall be an independent contractor and not an employee of City. City shall have the right to control Contractor only insofar as the result of Contractor's services rendered pursuant to this Agreement. City shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. Contractor shall, at its sole cost and expense, furnish all facilities, materials and equipment which may be required for furnishing , services pursuant to this Agreement. Contractor shall be solely responsible for, and shall indemnify, defend .and save City harmless from all matters relating to the payment of its subcontractors, agents and employees, including compliance with social security withholding and all other wages, salaries, benefits, taxes,'exactions, and,regulations of any nature whatsoever. Contractor acknowledges that it and any subcontractors, agents or employees employed by Contractor shall not,under any circumstances,be considered employees of City,and that they shall not be entitled to any of the benefits or rights afforded employees of City,including,but not limited to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term disability or workers' compensation insurance benefits. 2 7.Contractor Not A ent. Except as City may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, express or implied, to bind City to any obligation whatsoever. 8. Desi nated Persons. Only those qualified persons authorized by City's Project Manager, or as designated in Exhibit"A," shall perform work provided for under this Agreement. It is understood by the parties that clerical and other nonprofessional work may be performed by persons other than those designated. 9. Assi nment or Subcontractin. No assignment or subcontracting by Contractor of any part of this Agreement or of funds to be received under this Agreement shall be of any force or effect unless the assignment has the prior written approval of City. City may terminate this Agreement rather than accept any proposed assignment or subcontracting. Such assignment or subcontracting may be approved by the City Manager or his/her designee. 10. Time of Completion. Except as otherwise specified in Exhibit "A," Contractor shall commence the work provided for in this Agreement within five(5)days of the Effective Date of this Agreement and diligently prosecute completion of the work within ten (10) calendar days from such.date or as otherwise agreed to by and between the representatives of the parties. 11. Time Is of the Essence. Time is of the essence in this Agreement. Contractor shall do all things necessary and incidental to the prosecution of Contractor's work. 12. Liquidated Dama es. Contractor shall pay City, or have withheld from monies due it, as liquidated damages, the sum of Two Hundred Fifty Dollars and 00/100 ($250.00) per day for each and every calendar days' delay in finishing the work within the time specified, including any written extensions which may be granted, in writing, in accordance with this Agreement. 13. Delays and Extensions of Time. Contractor's sole remedy for delays outside its , control, other than those delays caused by City, shall be an extension of time. No matter what the cause of the delay, Contractor must document any delay and request an extension of time in writing at the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the length of the delay outside Contractor's control. If Contractor believes that delays caused by City will cause it to incur additional costs, it must specify, in writing, why the delay has caused additional costs to be incurred and the exact amount of such cost at the time the delay occurs. No additional costs can be paid that exceed the not to exceed amount stated in Section 2.a, above, absent a written amendment to this Agreement. 14. Products of Contractor. The documents, studies, evaluations, assessments, reports, plans, citations, materials, manuals, technical data, logs, files, designs and other products produced or provided by Contractor for this Agreement shall become the property of City upon receipt. Contractor shall deliver all such products to City prior to payment for same. City may use, reuse or otherwise utilize such products without restriction. 3 15. Equal Emplovment Opportunitv. During the performance of this Agreement, Contractor agrees as follows: a.Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. Contractor shall ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. Such actions 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, including apprenticeship. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, a notice setting forth provisions of this non-discrimination clause. b. Contractor shall, in all solicitations and advertisements for employees placed by, or on behalf of Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. c.Contractor shall cause the foregoing paragraphs (a) and(b)to be inserted in all subcontracts for any work covered by this Agreement, provided that the foregoing provisions shall not apply to subcontracts for standard commercial supplies or raw materials. 16. Conflicts of Interest. Contractor agrees that it shall not make, participate in the making, or in any way attempt to use its position as a consultant to influence any decision of City in which Contractor knows or has reason to know that Contractor, its officers, partners, or employees have a financial interest as defined in Section 87103 of the Government Code. Contractor further agrees that it shall not be eligible to work as the design/build firm for the project that is the subject of this Agreement. 17. Indemnity. a. To the fullest extent permitted by law, Contractor agrees to indemnify, defend and hold City, its City Council and each member thereof, and the officers, officials, agents . and employees of City(collectively the "Indemnitees") entirely harmless from all liability arising out of 1) Any and all claims under workers' compensation acts and other employee benefit acts with respect to Contractor's employees or Contractor's subcontractor's employees arising out of Contractor's work under this Agreement, including any and all claims under any law pertaining to Contractor or its employees' status as an independent contractor and any and all claims under Labor'Code section 1720 related to the payrnent of prevailing wages for public works projects; and 2) Any claim, loss, injury to or death of persons or damage to property caused by any act, neglect, default, or omission other than a professional act or omission of 4 Contractor, or person, firm or corporation employed by Contractor, either directly or by independent contract, including all damages due to loss or theft sustained by any person, firm or corporation including the Indemnitees, or any of them, arising out of, or in any way connected with the work or services which are the subject of this Agreement, including injury or damage either on or off City's property; but not for any loss, injury, death or damage caused by the active negligence or willful misconduct of City. Contractor, at its .own expense, cost and risk, shall indemnify any and all claims, actions, suits or other proceedings that may be brought or instituted against the Indemnitees on any such claim or liability covered by this subparagraph, and shall pay or satisfy any judgment that may be rendered against the Indemnitees, or any of them, in any action, suit or other proceedings as a result of coverage under this subparagraph. b. To the fullest extent permitted by law, and as limited by California Civil Code 2782.8, Contractor agrees to indemnify and hold Indemnitees harmless from all liability arising out of any claim, loss, injury to or death of persons or damage to property to the extent . caused by its negligent professional act or omission in the performance of professional services pursuant to this Agreement. c.Except for the Indemnitees, the indemnifications provided in this Agreement shall not be construed to extend any third party indemnification rights of any kind to any person or entity which is not a signatory to this Agreement. d. The indemnities set forth in this section shall survive any closing, rescission, or termination of this Agreement, and shall continue to be binding and in full force and effect in perpetuity with respect to Contractor and its successors. 18. Insurance. a.Contractor shall carry workers' compensation insurance as required by law for the protection of its employees during the progress of the work. Contractor understands that it is an independent contractor and not entitled to any workers' compensation benefits under any City.program. b. Contractor shall maintain during the life of this Agreement the following minimum amount of comprehensive general liability insurance or commercial general liability insurance: the greater of (1) One Million Dollars ($1,000,000) per occurrence; or (2) all the insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover bodily injury, death and property damage and be written on an occurrence basis. c.Contractor shall maintain during the life of this Agreement, the following minimum amount of automotive liability insurance: the greater of(1) a combined single limit of One Million Dollars ($1,000,000); or (2) all the insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover bodily injury, death and property damage for all owned, non-owned and hired vehicles and be written on an occurrence basis. d. Any insurance proceeds in excess of or broader than the minimum required coverage and/or minimuxn required limits which are applicable to a given loss shall be available 5 to City. No representation is made that the minimum insurance requirements of this Agreement are sufficient to cover the obligations of Contractor under this Agreement. e.Each policy of general liability and automotive liability shall provide that City, its officers, officials, agents, and employees are declared to be additional insureds under the terms of the policy, but only with respect to the work performed by Contractor under this Agreement. A policy endorsement to that effect shall be provided t'o City along with the certificate of insurance. In lieu of an endorsement, City will accept a copy of the policy(ies)which evidences that City is an additional,insured as a contracting party. The minimum coverage required by Subsection 18.b and c, above, shall apply to City as an additional insured. Any umbrella liability insurance that is provided as part of the general or automobile liability minimums set forth herein shall be maintained for the duration of the Agreement. f.Contractor shall maintain during the life of this Agreement professional liability insurance covering errors and omissions arising out of the performance of this Agreement with a minimum limit of One Million Dollars ($1,000,000) per claim. Contractor agrees to keep such policy in force and effect for at least five (5) years from the date of completion of this Agreement. g. The insurance policies maintained by Contractor shall be primary insurance and no insurance held or owned by City shall be called upon to cover any loss under the policy. Contractor will determine its own needs in procurement of insurance to cover liabilities other than as stated above. h. Before Contractor performs any work or prepares or delivers any materials, Contractor shall furnish certificates of insurance and endorseinents, as required by City, evidencing the aforementioned minimum insurance coverages on forms acceptable to City,which shall provide that the insurance in force will not be canceled or allowed to lapse without at least ten(10) days' prior written notice to City. i.Except for professional liability insurance coverage that may be required by this Agreement, all insurance maintained by Contractor shall be issued by companies admitted to conduct the pertinent line of insurance business in California and having a rating of Grade A or better and Class VII or better by the latest edition of Best Key Rating Guide. In the case of professional liability insurance coverage, such coverage shall be issued by companies either licensed or admitted to conduct business in California so long as such insurer possesses the aforementioned Best rating. j Contractor shall immediately notify City if any required insurance lapses or is otherwise modified and cease performance of this Agreement unless otherwise directed by City. In such a case, City may procure insurance or self-insure the risk and charge Contractor for such costs and any and all damages resulting therefrom, by way of set-off from any sums owed Contractor. k. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide insurance, Contractor shall look solely to its insurance for recovery. 6 Contractor hereby grants to City, on behalf of any insurer providing insurance to either Contractor or City with respect to the services of Contractor herein,a waiver of any right to subrogation which any such insurer may acquire against City by virtue of the payrnent of any loss under such insurance. 1.Contractor shall include all subcontractors, if any, as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor to City for review and approval. All coverages for subcontractors shall be subject to all of the requirements stated herein. 19. Termination. City may for any reason terminate this Agreement by giving Contractor not less than five (5) days' written notice of intent to terminate. Upon receipt of such notice, Contractor shall immediately cease work, unless the notice from City provides otherwise. Upon the termination of this Agreement, City shall pay Contractor for services satisfactorily provided and all allowable reimbursements incurred to the date of termination in compliance with this Agreement, unless termination by City shall be for cause, in which event City may withhold any disputed compensation. City shall not be liable for any claim of lost profits. 20. Maintenance and Insnection of Records. In accordance with generally accepted accounting principles, Contractor and its subcontractors shall maintain reasonably full and complete books, documents, papers, accounting records, and other information (collectively, the records")pertaining to the costs of and completion of services performed under this Agreement. City and its authorized representatives shall have access to and the right to audit and reproduce any of Contractor's records regarding the services provided under this Agreement. Contractor shall maintain all such records for a period of at least three (3) years after termination or completion of this Agreement. Contractor agrees to make available all such records for inspection or audit at its offices during normal business hours and upon three(3)days' notice from City, and copies thereof shall be furnished if requested. 21. Compliance with all Laws/Immigration Laws. a.Contractor shall be knowledgeable of and comply with all local, state and federal laws which may apply to the performance of this Agreement. b. If the work provided for in this Agreement constitutes a"public works," as . that term is defined in Section 1720 of the California Labor Code,for which prevailing wages must be paid, to the extent Contractor's employees will perform any work that falls within any of the classifications for which the Department of Labor Relations of the State of California promulgates prevailing wage determinations, Contractor hereby agrees that it, and any subcontractor under it, shall pay not less than the specified prevailing rates of wages to all such workers. The general prevailing wage determinations for crafts can be located on the website of the Department of Industrial Relations (www.dir.ca.ov/DLSR). Additionally, to perform work under this Contract, Contractor must meet all State registration requirements and criteria, including project compliance monitoring. c.Contractor represents and warrants that it: 1) Has complied and shall at all times during the term of this Agreement comply, in all respects, with all iinmigration laws, regulations, statutes, rules, codes, and orders, including, without limitation, the Immigration Reform and Control Act of 1986 IRCA); and 2) Has not and will not knowingly employ any individual to perform services under this Agreement who is ineligible to work in the United States or under the terms of this Agreement; and 3) Has properly maintained, and shall at all times during the term of this Agreement properly maintain, all related employment documentation records including, without limitation, the completion and maintenance of the Form I-9 for each of Contractor's employees; and 4) Has responded, and shall at all times during the term of this Agreement respond, in a timely fashion to any government inspection requests relating to immigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the Department of Homeland Security, the Department of Labor, or the Social Security Administration. d. Contractor shall require all subcontractors or subconsultants to make the same representations and warranties as set forth in Subsection 21.c. e.Contractor shall, upon request of City, provide a list of all employees working under this Agreement and shall provide,to the reasonable satisfaction of City,verification that all such employees are eligible to work in the United States. All costs associated with such verification shall be borne by Contractor. Once such request has been made, Contractor may not change employees working under this Agreement without written notice to City, accompanied by the verification required herein for such employees. f.Contractor shall require all subcontractors or sub-consultants to make the same verification as set forth in Subsection 21.e. g. If Contractor or subcontractor knowingly employs an employee providing work under this Agreement who is not authorized to work in the United States, and/or fails to follow;federal laws to determine the status of such employee,that shall constitute a material breach of this Agreement and may be cause for immediate termination of this Agreement by City. h. Contractor agrees to indemnify and hold City, its officers, officials, agents and employees harmless for, of and from any loss, including but not limited to fines,penalties and corrective measures City may sustain by reason of Contractor's failure to comply with said laws, rules and regulations in connection with the performance of this Agreement. 22. Governin Law and Venue. This Agreement shall be construed in accordance with and governed by the laws of the State of California and Contractor agrees to submit to the 8 jurisdiction of California courts. Venue for any dispute arising under this Agreement shall be in Orange County, California. 23. Integration. This Agreement constitutes the entire agreement of the parties. No other agreement,oral or written,pertaining to the work to be performed under this Agreement shall be of any force or effect unless it is in writing and signed by both parties. Any work performed which is inconsistent with or in violation of the provisions of this Agreement shall not be compensated. 24. - Notice. Except as otherwise provided herein, all notices required under this Agreement shall be in writing and delivered personally, by e-mail, or by first class U.S. mail, ' postage prepaid, to each party at the address listed below. Either party may change the notice address by notifying the other party in writing. Notices shall be deemed received upon receipt of same or within three (3) days of deposit in the U.S. Mail, whichever is earlier. Notices sent by e- mail shall be deemed received on the date of the e-mail transmission. CONTRACTOR" CITY" Gevork Consulting Engineeririg Inc. City of Orange 285 E. Imperial Hwy, Suite 208 300 E. Chapman Avenue Fullerton, CA:92835 Orange, CA 92866-1591 Attn.: Gevork Martirosian Attn.: Matthew Lorenzen Telephone: 714-680-6182 Telephone: 714-532-6488 E-Mail: geork@aol.com E-Mail: mlorenzen@cityoforange.org 25. Counteruarts. This Agreement may be executed in one or more counterparts,each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Signatures transmitted via facsimile and electronic mail shall have the same effect as original signatures. Remainder of page intentionally left blank; signatures on next page] 9 1 IN WITNESS of this Agreement, the parties,have entered into this Agreement as of the year and day first above written. CONTRACTOR" CITY" GEVORK CONSULTING ENGINEERING CITY OF ORANGE, a municipal corporation INC., a California corporation gy. By. Printed Name:_GrLY/' iti ri,c,ev i,s-r R'ck Otto, City Manager Title: /2 3i r ' By: APPROVED AS TO FORM: Printed Name:7`; Title: Mary E. ' ning Senior As istant City Atto e NOTE:City requires the following signature(s) on behalf of the Contractor: 1)the Chairman of the Board,the,President or a Vice-President,AND (2)the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer holds more than one corporate office, please so indicate. OR The corporate officer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the execution of the Agreement, must be provided to City. r 10 EXHIBIT "A" SCOPE OF SERVICES Beneath this sheet.] GCGEVORKCONSULTINGENGINEERING , I n c CONTRACT AGREEMENT 1/11/2021 To: City of Orange Public Works Departmentt 637 W. Struck Ave.. Orange,Ca.92867 Attn: Mr.Matthew Lorenzen Tel:714)744-5566 Email: mlorenzen@cityoforange.org Ref.: City of Orange Police Department Install Evidence Walk-in Freezer 1107 N.Batavia Orange,Ca. Gevork Consulting Engineering, Inc. is pleased to submit proposal for consulting Electrical engineering services for above mentioned project to City of Orange(client). Project Description: To provide Electrical design for new walk-in freezer.The freezer manufacturer to provide'installation details and anchorage details for panels,ceiling&equipment. A. SCOPE OF WORK: Electrical design to provide power for the condensers and evaporative fan of the walk-in-freezer. The design will be based on load measurement dated 10/26/2020 to 12/09/2020. Condensers would be mounted on the rack which will be installed on the comer of the parking storage and anchored to the parking floor. Design Period Services: Electrical: It's assumed that existing service is adequate.) 1. Non invasive site visits(prior to design) 2. Specifications 3. Partial electrical power plan 4. Partial Single Line Diagram. 5. Panel Schedule. 6. Structural anchorage details for walk-in freezer condenser 7. Response to plan check comments. Note:Design services performed under item A are limited to satisfying specific items required by the building and safety in order to obtain building pernut. Additional items or detailing/ items needed to help/facilitate construction shall be treated as extra services under item C. Construction Period Services 1. Response to contractor's RFIs 285 E.Imperial Hwy, Suite 208 2. Review Submittals in a timely manner Fullerton,Ca.92835 3. Site visits(Three site meetings during Construction upon request) Tel:(714)680-6182 Fax:(714)680-6183 City of Orange Police Department,Evidence Walk-in Freezer. 1 of 4 inirial GCGEVORKCONSULTINGENGINEERING , I n c Table- 1 qty hrs rate/Hr/mtg Total lA) (2A) 3A) lAa 2Ax3A) Three site mtgs during Construction upon request 2 mtg 300.00 600.00 Submittal Review Electrical 2 sbmtl 2 100.00 400.00 Response to RFIs.10 RFI 1 100.00 $1,000.00 Total 2,000.00 Notes: Construction Sunnort Services will be charged per occurrence as snecified in,Table-1 Construction Support Services shall be performed solely for the purpose of assisting in achieving conformance with contract drawings and specifications;they do not guarantee contractor's performance.These services shall be distinguished from inspection services which are furnished by others.. Requested additional services would be extra charge and would require client approval. Egclusions: Any service bevond the items and the maximum Quantiries specified in Table- 1. Additional engineering work needed by Contractor/Client(if any) Any changes requested by Contractor/Client due to findings during construction that beyond scope of work B. WORK NOT INCLUDE 1. Additions to THE SCOPE OF WORK or changes in Engineer's calculations, or design of project, caused by Client or others after commencement of Engineer's work. 2. Upgrade/Replacement of existing main switchboard 3. As-built plans prepazation. 4. Redesign due to construction cost. 5. Life Safety,Fire Alarm plans&Fire Sprinkler plans 6. Low Voltage,Security system 7. Sound Proofing&Acoustic work 8. Submittal to other agencies 9. Means,methods,techniques,or sequences of construction and safety precautions. 10. The design of shoring,scaffolding,temporary bracing,underpinning,temporary retaining of excavations and erection methods or sequences 11. Any ADA design 12. Any changes due to findings during construction that were not part of scope of work 13. Manufacturer bracing detail for conduit/pipe support 14. Inspection of contractors'works 15. All other services not mentioned in article"A" 16. Design of Condenser rack by others C. EXTRA SERVICES 285 E.Imperial Hwy, 1. Client requested changes which are inconsistent with previously approved or completed designs. suite 2os 2. An Chan e orders chan es to the ori mall a roved drawin s Fullerton,Ca.92835 y g g g y pp g Tel:(714)680-6182 3. Construction period clienbcontractor requested Change orders in order to help/facilitate construction or Fax:(714)680-6183 reduce construction costs. City of Orange Police Department,Evidence Walk-in Freezer. 2 of 4 initial GCGEVORKCONSULTINGENGINEERING , I n c 4. Items not included in paragraph A,Scope of Work. 5. Any upgrade requested by Client which are not itemized in article"A"above. 6. Additional Site visits will be$300.00 per visit per engineer 7. Compensation for extra services shall be reimbursed on an hourly rate of$160.00 per hour. 8. Review of Procedure Submittal,$800.00 each D. COMPENSATION 1. Our Fee for services outlined in Scope of Work,item A,will be as itemized below: Design services"` 12,800.00 Construction Period Services mentioned in Table-1 " 2,000.00 Any seswice beyond scope of work would be exd a 2. The fee is due and payable in accordance with the following payment schedule: Design services Initial Payment 15% 1,920.00 Upon%30 of Design Progress 20% 2,560.00 Upon%60 of Design Progress 25% 3,200.00 Upon Submittal to cliend for review 30% 3,840.00 Upon approval 10% 1,280.00 Construction Period Services Invoiced biweekly per occurrence 3. 30 days net waiting period after each Invoice.Invoices not paid within terms are subject to a 1%monthly fmance charge. F. REIlVIBURSABLES 1. Plan check and construction permit fees,if any 2. Reproduction cost of drawings for coordination, submittal, bidding and construction purposes when requested by client,architect or owner($8.00 per sheet). 3. Messenger services. 4. Plot file$15.00 per sheet. G. ABANDONMENT In the event the project is abandoned,the compensation will be the last progress billing plus a mutual agreement upon amount of work executed since the last billing. H. SUBMITTAL REVIEW If within the scope of work, Gevork Consulting engineering shall review and take appropriate action on shop drawings,product data, samples, and other submittals required by the Contract Documents. Such review shall be solely for general conformance with the design concept and general compliance with the Contract Docuxnents. It shall not include review of quantities, dimensions, weights or gauges, fabrication processes, construction methods, coordination with the work of other trades, or construction safety precautions, all of which are the sole responsibility of the contractor. I. LIABII.TTY 285 E.Imperial Hwy, Suite 208 Engineer (Gevork Consulting Engineering Inc) will not be responsible for the performance of other Fullercon,Ca.92835 consultants'/contractors' failures. Client will keep Engineer harmless from any legal actions.Engineer(Gevork Tel:(714)680-6182 Consulting Engineering Inc) is not responsible for the means, methods, sequencing, installation, techniques or Fax:(714)680-6183 scheduling of the work,and therefore is not responsible for jobsite safety except for its own personnel. City of Orange Police Department,Evidence Walk-in Freezer. 3 of 4 initial GCGEVORKCONSULTINGENGINEERING , I n c Agreement shall be binding on and shall inure to the benefit of the parties to this Agreement and their respective heirs,legal representatives,successors and assigns. This Agreement shall be construed in accordance with, and governed in all respects by, the laws of the State of California. The venue for any disputes arising from or relating to this Agreement is the County of Orange, State of California. Neither parly shall be liable for any failure or delay in performance under this Agreement(other than for delay in the payment of money due and payable hereunder)to the extent said failures or delays are proximately caused(I) by causes beyond that party's reasonable control and occurring without its fault or negligence,including,without limitation, failure of suppliers, subcontractors, and carriers, or party to substantially meet its performance obligations under this Agreement, provided that, as a condition to the claun of non-liability, the party experiencing the difficulty shall give the other prompt written notice, with full details following the occurrence of the cause relied upon.Dates by which performance obligations are scheduled to be met will be extended for a period of time equal to the time lost due to any delay so caused. If any proceeding, arbitration or other action relating to this Agreement is brought by any pariy hereto against any other pariy hereto, the prevailing party shall be entitled to recover reasonable attomeys' fees, costs and disbursements(in addition to any other relief to which the prevailing party may be entitled. Gevork Consulting Engineering is not liable for any delay caused by any other agency/firm due to their planning process,design process or any other related engineering process. Gevork Consulting Engineering, its principals, employees, agents or consultants shall perform no services relating to the investigation, detection, abatement, replacement, discharge, or removal of any toxic or hazardous contaminants or materials.The client acknowledges that the Gevork Consulting Engineering has no professional liability(errors and omissions)or other insurance for claims arising out of the performance or failure to perform professional services related to the investigation, detection, abatement, replacement, discharge or removal of products, materials or processes containing asbestos or any other toxic or hazardous contaminants or materials Hazardous Materials"). Any substitution or modification to the approved plans without the engineer's knowledge or approval will void all liabilities and responsibilities by the engineer. I. CLIENT RESPONSIBILITY The client(City of Orange)will provide Engineer: a. Access to the site of scope of work b. Load Measurements(if required) c. Existing as built drawings and Floor plans(dwg format)of the scope of work d. Equipment cut-sheets&specifications e. Freezer manufacturer's stamped Structural Plan including installation details and anchorage details for panels, ceiling&equipment We look forward to this opportunity of working with you.Please indicate your acceptance of this contract by signing in the space provided and return one copy for our files. . Commence of project will be upon receiving of signed contract and initial paymen With Regards Gevork Martirosian Agreement Accepted By: Client(City of Orange): 285 E.Imperial Hwy, Name Signature Date: Suice 2os Fullerton,Ca.92835 Tel:(714)680-6182 Fax:(714)680-6183 City of Orange Police Depa trnent,Evidence Walk-in Freezer. 4 of 4 initial