HomeMy WebLinkAbout150670 THE SEAR BROWN GROUP STANTEC - CONTRACT - CONTRACT - 9933112PROFESSIONAL SERVICES AGREEMENT
THIS AGREEMENT made and entered into the day and year set forth below, by and
between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred
to as the "City" and THE SEAR -BROWN GROUP, a corporation, hereinafter referred to as
"Professional"
WITNESSETH
In consideration of the mutual covenants and obligations herein expressed, it is agreed by
and between the parties hereto as follows
1 Scope of Services The Professional agrees to provide services in accordance with
the scope of services attached hereto as Exhibit "A", consisting of eleven (11) pages, and
incorporated herein by this reference
2 Time of Commencement and Completion of Services The services to be performed
pursuant to this Agreement shall be initiated within five (5) days following execution of this
Agreement Services shall be completed no later than December 31, 2002 Time is of the essence
Any extensions of the time limit set forth above must be agreed upon in writing by the parties
hereto
3 Early Termination by City Notwithstanding the time periods contained herein, the
City may terminate this Agreement at any time without cause by providing written notice of
termination to the Professional Such notice shall be delivered at least fifteen (15) days prior to the
termination date contained in said notice unless otherwise agreed in writing by the parties
All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent
to the following addresses
PSA 05/01
1
T a f t H i I I P r o t e c t s C o n s t r u c t i o n
255 Specialized Irrigation Inspection
Sear -Brown will have Aqua Engineering, as a subconsultant on the projeci as needed to provide
oversight, information and two site visits during irrigation installation Construction services by Aqua
Engineering are anticipated to include the following
• Submittal Review of irrigation components
• Clarifications to drawings and responses to contractor RFls
• Two site visits during construction to review mainline testing, layout of the system, and
contractor conformance to the construction documents A Site Visit Form will be prepared for
each visit These site visits will be at a time and date as specified by the City Project Manager
• Final walk through and preparation of a "Punch List'
260 Art in Public Places
Assist artists in identifying appropriate locations for art
• Assist with the coordination between the artist and the Contractor
300 Drainage
Sear -Brown will prepare documents as required by local, state and federal law regarding construction
activities in drainage areas
310 LOMR Preparation
The floodplain mapping revision (LOMR) will be completed in this section o F the scope Because of the
effort expended on the CLOMR submittal during the final design phase, one round of City review comments
and one round of FEMA review comments is anticipated for the LOMR It is assumed that City Surveyors
will provide an as -built survey of the pond (full topography) all culverts (diameters, invert elevations, and
lengths), and modified HEC-2 cross -sections (spot elevations over the entire length of each cross section)
over the entire span of the project (Drake Road bridge to pond of Ahnstedt property)
Sear -Brown will provide the cross-section coordinate points to the City Surveyors for exact location of field
data collection The cross section surveys will need to be stamped by a City PLS
320 Drainage Certification
The drainage certification will also be completed This will take the form of an update to the City Floodplain
Report prepared during the final design phase of this project, and will thus include updated City SWMM and
HEC-2 models The drainage certification will also include an updated UD-Sewer model for the Taft Hill
Road storm sewer and an updated HEC-RAS model for the Pleasant Valley & Lake canal crossing Both the
storm sewer and canal model updates will also require as -built inverts and/or cross -sections to be provided
by City Surveyors
400 Testing
Sear -Brown will contract directly with Terraeon to provide materials testing for concrete, hot mix asphalt
and earthwork on the Project Testing frequencies will be as delineated primarily in the Project
Specifications if a testing frequency is not detailed in the specifications, the default frequency shall be
that shown in the Larimer County Urban Area Street Standards Payment for materials testing services
will be paid in accordance with the "Reimbursement Schedule" included irk the attached scope of services
from Terracon
99
T a f t H i I 1 P r o j e c t s C o n s t r u c t i o n
500 Project Close -Out
510 Prepare Record Drawings
Sear -Brown shall prepare Record Drawings for submittal to the City based) on documentation of design
and field changes made during construction Any surveying that is required to complete the Record
Drawings shall be done by the City Surveyor Detailed Record Drawing of the landscape irrigation system
showing specific locations of the irrigation components is not included in this scope of services The
Record Drawings shall be printed on Mylar, stamped and signed by the Engineer The final Record
Drawings shall also be submitted to the City electronically in an AutoCad 14, or AutoCad 2000 if format
is compatible with the City system at time of submittal
520 Prepare Final Punch list
Sear -Brown will conduct final walk through inspections with the City of Fort Collins staff and the
Contractor to ensure compliance with specifications Sear -Brown will prepare a final punch list of
uncompleted work and monitor progress through completion as directed by the City
530 Project Closeout
Sear -Brown will conduct a final review of the project with the City, and review the final construction
Contractor pay request with City's representative for compliance with the Construction contract
Reimbursables
Reimbursable expenses will be handled in the same manner as in the design contract They are the actual
expenses metered directly in connection with the project and the anticipated items are detailed on the attached
CM Cost Estimate spreadsheet Item No 120 has been included in the CM Cost Estimate spreadsheet to cover
miscellaneous supplies and material at the on -site office Upon request from the City, Sear Brown will furnish
supplies, office materials and equipment necessary for daily operations at the site office trailer
SEAR BROWN
'�. .
September 25, 2001
The Sear Brown Group
209 South Meldrum Street
Fort Collins, CO 80521
Attn Mr Dale Stein
Re. Construction Materials Testing and Engineering Services
South Taft Hill Projects
Valley Forge South to Bronson Drive
Fort Collins, Colorado
Proposal No. C2001271(a)
Terracon Project No. 20011155
Dear Dale
301 NIrerracon'
03
Fort Collins Colorado 80521-0503
(970) 484 0359 Fax (970) 484 0454
Terracon is pleased to submit our proposal to provide the quality control testing and engineering services
during the construction phase at the above -referenced project This proposal includes an outline of the
project information provided to us, the proposed scope of services, our estimated fee and the proposed
testing schedule
PROJECT INFORMATION
As we understand, the project design has been completed for the South Taft Hill projects This project
includes reconstruction of South Taft Hill from Valley Forge south to Primrose Drive, construction of
medians and overlays from Primrose Drive to Bronson Drive, installation of new water lines, construction
of new box culverts for Spring Creek and the adjacent trail, and construction of the regional detention
pond Terracon is very familiar with the site and construction requirements, having provided the
geotechnical engineering report for the site (Project No 20995198)
PROPOSED SCOPE OF SERVICES
Our understanding of the required construction materials testing services for this project is based upon
testing at key "critical" points in the project and per the project specifications The following services are
recommended for the proposed construction
• Field density compaction testing and laboratory evaluation of soils for site grading, structural
earthwork, utility trench backfili and subgrade preparation prior to concrete and/or paving,
• Field testing and laboratory evaluation of concrete used such as for roadway paving, concrete
bikeways, foundations, slabs, sidewalks and curb concrete,
• Engineering observation for confirmation of site soils and construction procedures and
preconstruction meetings, as required, and
• Field testing and laboratory evaluation of asphalt concrete materials used during pavement
construction
Part-time testing services have been estimated for testing and inspection services Full-time observation
services were utilized for caisson observation services The detailed scope of services envisioned to
complete the testing is as follows
Arizona 0 Arkansas 0 Colorado 0 Georgia 0 Idaho 0 Illinois 0 Iowa 0 Kansas ■ Kentucky a Minnesota 0 Missouri
Montana 0 Nebraska 0 Naiads 0 New Mexico 0 Oklahoma 0 Tennessee 0 Texas 0 Utah 0 Wisconsin 0 Wyoming
Quality Engineering Since 1965
South Taft Hill Projects
Page 2
Proposal No. C2001271(a)
Terracon Protect No 20011155
lrerracon
Field Density Compaction Testing Field density compaction testing will be performed on a part-time
basis by an Engineering Technician during site grading, subgrade preparation and fill operations at the
site Additionally, we will provide part-time density compaction testing for utility trench backfill, subgrade
preparation and aggregate base course placement prior to placement of asphalt or concrete The field
services will be supported by appropriate laboratory evaluation of sods used as fill or backfill on the site
The laboratory testing will include laboratory moisture -density relationship (Proctor), sieve analysis and
Atterberg limit determinations as required Laboratory material evaluations will be conducted at a
minimum for each type of soil encountered during fill placement The testing will be performed to
determine compliance with project specifications The contractor/Sear Brown/City of Fort Collins
representative on the site will be informed of our field observations and test results Written reports of
test results including daily observation reports (as required) will be prepared on a regular basis
throughout the project duration and distributed per your directive
Concrete An Engineering Technician will be provided on a part-time basis to sample the plastic
concrete used during construction of site structures and building placement on site as applicable
Additionally, we will test the pavement concrete, sidewalk, curb and gutter concrete The concrete will be
tested for slump, air content and temperature at the time for each set of cylinders cast Sets of four
(4"x8" or 6"x12") cylinders will be molded at each sampling All samples will be field cured at the site and
returned to our laboratory for moist curing prior to compressive strength testing Compressive strength
testing will be conducted at 7-day (1 cylinder) and 28-day (2 cylinders) intervals for 4 cylinder sets to
determine compliance with project specifications One sample from each set will be held for further
evaluation if required The contractor/Sear Brown/City of Fort Collins representative on the site will be
informed of our field observations and test results along with a daily report for their review and approval.
All test results will be conveyed after testing is completed Additional testing of slump, air content and
concrete temperature will be provided as requested to assist in monitoring concrete consistency
Our recommendations for concrete testing would require one set per day for structural concrete
placements, and then one set of 4 cylinders per 50 cubic yards for major placements Our estimate
indicates the following number of sets will be molded and tested for this phase of the project
• Pavement
• Median Paving and Exposed Aggregate
• Curb -Gutter
• Tunnels, Bndges and Class B
• Sidewalks, Ramps and Island
• Bikeway.
• Miscellaneous
35 sets
6 sets
22 sets
19 sets
18 sets
10 sets
2 sets
112 sets
Hot Mix Asphalt (HMA): Field density compaction testing by nuclear methods will be provided by an
Engineering Technician on a part-time basis during the placement of asphalt concrete at the protect The
asphalt concrete will be sampled and submitted to our laboratory for extraction -gradation and theoretical
maximum (nce) daily to check for compliance with project specifications
HMA samples will be obtained at a frequency of once/500 tons or per day during paving Additionally, we
are available to obtain dnlled core samples from the completed pavement if requested Cores, if
obtained, will be used to correlate the nuclear density readings and to provide acceptance thickness and
South Taft Hill Projects
Page 3
Proposal No. C2001271(a)
Terracon Project No. 20011155
lrernacon
density confirmation Daily reports of test results will be available on -site for your review, and a written
report will be prepared at the completion of the project
COST OF SERVICES
The cost for our services including all field work, laboratory testing, engineering analyses and report
preparation has been estimated on the basis of unit rates especially prepared for this protect For testing
and observation services, our costs are based on the following estimated number of trips and on -site
times
Earthwork (Embankment, Recondition Subgrade, Aggregate Base and Utilities)
175 trips at 1 5 hours per trip for density compaction testing during subgrade and fill placement
(estimated average of 5 tests/trip), and
• Laboratory testing of which will include 25 proctor and classification tests
Concrete Testing:
• 112 sets of 4 concrete cylinders cast for compressive strength and field physical property testing for
placements at and estimated of 2 5 hours per set (including cylinder pickup)
HMA Site Paving and Patching:
• 30 trips at 1 5 hours per trip for sampling and density compaction testing of HMA paving, and
Laboratory testing of which will include 27 extraction -gradation and 10 theoretical maximum tests to
check conformance to project specifications
The estimated cost for providing the above services on the protect is as follows
Phase of Project:
• Earthwork
• Concrete Testing
• Hot Mix Asphalt
TOTAL PROJECT ESTIMATED COST ........................... ...............
Estimated Cost:
$17,110
$17,230
$6,550
...$40,890
The time required for construction materials testing on the protect will be directly related to the schedule
and performance of the various contractors on the site As a result, total fees for the construction
materials testing services will include only those services outlined in this section of the proposal
Additional services required for testing services beyond the on -site times outlined above will require
additional approval by the City of Fort Collins Project Manager Additional services, once approved, will
be invoiced based on the applicable unit rates as presented on the attached project reimbursement or
materials service fee schedule(s) in accordance with our City of Fort Collins contract unit pricing
South Taft Hill Projects
Page 4
Proposal No. C2001271(a)
Terracon Project No 20011155
Arramn
Our estimated fees are based upon our understanding of the project based on the information provided
Additionally, the following assumptions were used in preparing our estimated fees
• Technicians/personnel will be invoiced at an hourly rate plus laboratory testing at the appropriate unit
prices per the City of Fort Collins contract
• We have assumed that contractors on the site will work a single -shift, six -day week schedule,
• All work performed on Sundays and holidays will be billed at 1 3 times applicable hourly rates,
• Should additional services be required beyond the scope of work outlined above, our standard unit
rates will be applicable,
• The Sear Brown Group and/or City of Fort Collins representative will schedule testing and inspection
services,
• Unit rates will be applicable for on -site durations in excess of those outlined per our contract, and
• Invoices for the protect will be submitted on a bi-monthly reporting basin with a summary of cost of
services to date versus the project amount
AUTHORIZATION
We appreciate the opportunity of submitting this proposal and are available 10 discuss the details of this
proposal with you The City of Fort Collins agreed upon Terms and Conditions are considered a part of
this proposal Receipt of your signed "Acceptance" will be Terracon's authorization to proceed
We appreciate your consideration of Terracon for this work and look forward to working as your
geotechnical and construction materials consultant on this and future projects
Sincerely,
TERRACON
&� /X
Mike L Walker, CET
Manager of Construction Services
Copies, Addressee (3)
Enclosure Terms and Conditions
Construction Materials Fee Schedule
i
Accepted this 3 day of Oeroog�L AD 2001
By „
(Individua
Of ! _ir91 rp am dccl -s
(Company)
South Taft Hill Projects
Page 5
Proposal No. C2001271(a)
Terracon Project No. 20011155
REIMBURSEMENT SCHEDULE
Construction Materials Testing Services
PERSONNEL
Principal Engineer
Protect Geotechmcal Engineer/Department Manager
Senior Field Technician
Field Technician
LABORATORY TESTING
Atterberg Limits and Classification
Plus and Minus No 4 Wash Analysis
Laboratory Moisture Density Relationships
Standard Proctor
One -Point Check
Compression Testing of Concrete
Asphalt Content/Gradation
Concrete/Asphalt Coring
NErmcon
$95/hour
$63/hour
$52/hour
$42/hour
$63 each
$83 each
$68 each
$26 each
$8 each
$125 each
$26/hour plus $2/inch
'Note Items not addressed above will be invoiced per the City of Fort Collins Exhibit "B" Fee Schedule as
included in our contract with the City of Fort Collins
®Keith Meyer, P.E.
Jason Stutzman, P.E.
City PMs and Technical Support
• Submittal Review
• On Call Inspection
• "OWNER" preference Direction
CONTRACTOF
Project Superint,
Work by Othersi
i
Light and Power
Traffic (Signals, Sign.
��w, Ken Matthews, P.E.
M —EA allow David Thaemert, P.E.
design Angie Milewski
Doug McDonald
Consultant Technical Support
• Specialized On Call Inspection
• Desie Clarification
• Cuhmittal Ruview
p
EXHIBIT B
South Fart HIII Roadway Projects
Construction Management
Cost Estimate
Item
Task
Project Management
Strut
tuba,
Projectd
CABO/
Accounn
Clencall
TOTAL Se
SB COST
BHA
BHA
AQUA
Terri
SUB COST
Reimbur
sables
SUBTOTAL
Dale DividT
Engineer
Gary
Engineer
Paul
g
LorinL
Intem
Lose
HOURS
COSTS
7Angi,M
Luke0
Ken M
Jeremy F
Jane B
Ryan A
Martina W
Paula F
$1W 9500
$11000
$65 do
S5000
$3500
S85
$57
100
PRIOR TO NTP AND PROJECT MANAGEMENT
110
Protect Team Meei Onotmdudi. 0royress meetlrpst
12
4
2
12
2
8
40
$2,960
4
4
$568
$107
$3635
120
Field Office Ser,
4
16
20
$1440
$0
$500
$1940
130
Utility Coordination
8
24
32
$2360
$0
$120
S2,480
140
SuveY'Stekmq Coord na`on
8
16
24
$16A
$0
$0
$1,840
150
Public Relatiom(Wattles updates Ayers etc) monN,v eftorls
15
30
45
$4350
30
$2550
$119
$7,019
_ _ _ _
- _ -s;. SUBTOTAL(HRS)
47
=no N
12
_
_ - -6B
_
=2
_ _
=8
_ _
===__161
-34
-� 4
=--------==-=SUBTOTAL_f-$,Z
n_S1,]00
-P230
-$220
=$4,420
4= "$100
_3280
x�-_
_ = $12,950
_=$21190
228
_=-$i)-u-$0
_—
-= E3,118
=§046"_
-_---'Etfi 914
200
CONSTRUCTION SERVICES
21D
COrietruction Admmistraon(manapement Ing, and acmunhngf 8nrS'65 wks
52C
96
616
$56 800
$0
$192
$56992
215
Daily Field Serymes, onspecbon and meatngs) 35 hrs 65 wks
2275
2275
$147,875
$0
$21 So
$150035
220
Pmled Repute, and Documentation 5has 65 wks
325
325
$21125
$0
$228
$21353
225
Construction Stebry Ev Ccv)
0
$0
$0
So
$0
2305peciatzed/rechreal
Road lospeeton and Information 4M1r5'24 wks
W
8
104
$10480
$0
S77
$10557
235
SpeciatredRechmcal Food! Inspection and Information 4 his 24 wks
96
8
104
$10,0o0
$0
S77
$10077
240
Spenabzed7echmcal Waterline Inspection and information any ]wks
56
56
$5320
$0
$22
$5342
245
SOenalized7behnlcal Trail lnspecton and Information tons 8wks)
4
a
12
$1280
18
30
$3240
$26
$4546
250SpePdLzed?eenmWl
Landscailob,curan and lmennatOn I6hrs 12wk51
4
4
$400
32
40
$5000
$38
$51438
255
SpenallzeMechnical lromeon Inspection and Informal see attacnelsrvpe
4
4
$400
$2400
$2400
$19
$2619
260
Ad In Public Places
8
e
8
24
$2200
6
S510
$100
52810
---=SUBTOTALfHRS1
_ —e30
= -:_152
=`20
=2608
=90
_---0
—is
56
SUBTOTAL ($)
=$63 Bro
=$14440
$3520
=_$ifi9,520
-$6,BD0
=-$0
=--- -;
=-Hilt. 80
�54]fi10
00
®-x S3,990
D
=$2400
=$iJ
$0-$2,93
-511150
=E2r939-
= 5369y969
300
DRAINAGE
310
LOMR Preparation(9oodplan boundanes)
4
72
32
108
S6680
$0
$725
S7,,405
320
Drainage CeNficahon_ ___ _ _ __
4
48
24
76
S4 720
$0
$350
S5070
_- _____ ____________
=�` -' "SUBTOTAL" HRS
--8
__
_�0
____ _
—'
________
—
_____
--- -
_ _ _ _
....
"-184
____
_ _.�—
_________
= 0
_ _
--_-.
--
= ----
_ ___ _�� =SUBTOTAL_(.$)
_$800
�.-..�0
-- _ $0--$Ty800
==52800
_ =$0
- �
__St1400
=�$0
=50
�=$0
=50
-_ - EO
=51 �)5 :
--_f12,,475
400
TESTING
410
Earthwork
0
SO
$17,110
$17110
$0
$17110
426
Concrete Teebng see attached Scone
0
$0
$17230
$17,,230
So
$1723C
430
Hot Mix Asphal
so_-__
----- _ -----
==^SUBTOTALfHRSt
__
_......_. --•- _= - � ..m_ _- SUBTOTAL $
{ )
_— i10
==So
_
==50
S
- _
--0
_- _
=�80
- --__ __
^_ 0.---
_ —
-'-'_ 50
=o
$0
_
==0
_ _
==6====D—
=-,-=U
- _
�=-= 0
E
-- -
_
_S0
_
-�—$0
_ - _
=
-- $0
_____
=840,890
==540,890
_
n EO---
_ -
-_ 540,89(
_-
500
PROJECT CLOSE OUT
510
_
Record Drawings jAs Builts)
8
4
4
4D
32
88
$5820
8
16
$1592
S5476
51288E
520
Punch List
12
4
4
40
60
$4620
4
2
$454
S14
$5088
530
Protect Closeout
11
4
4
16
56
$4,260
2
2
$2.
S170
$4,1"
---
"--'-'----- "-'-_" - SUBTOTAL (HRS)
-
36
Y
^=12
-=_12
-. 96
_16
v=-48
_
—0
c==-204
_
=-"=
c 14
� 20
_W
SUBTOTAL"(5 j
$3 Sol
$1140
=$1 320
-=-=$6240
�82 J00
- 50
E14,700
-81190
=31,140
z350
==-==$0
=52,330
_ 55,660-
nE2�,690
TOTALS
$72,700
$18,810
$5,060
$187,980
E10100
E280
ama
$294,930
E8840
§5 ]58
§2400
$40890
$57488
$10519
$362937_
SPECIFIC OF PAY SCHEDULE
not to exceed Pay rates $toa $100 Silo
$75 so $35
$14,198
South Taft Hill Roadway Projects
Reimbursable Details
Item #
Task
Copies
$014
Misc
$100
Postage
$100
Plots
$1000
Printing
Color
photos
$099
Mileage
$032
Film
$1500
Subtotal
Costs
100
PRIOR TO CONTRACTOR NOTICE TO PROCEED
110
Project Team Meetings
50
100
$107
120
Field Office Setup equipment/supplies as requested by city
500
$500
130
Utility Coordination
500
50
$120
140
Survey/Staking Coordination
$0
150
Public Relations Activities
20
50
5
50
$119
==SUBTOTAL (units)
=_ =�570
-� 500
xy �200
= 5
._-- 0
="" 50
o- ([
646
SUBTOTAL ($)
=$80
:.;.� $500
=:.$200
. $50
—z' $0
_=_
=$16
`-$0
=--=—
200
CONSTRUCTION SERVICES
210
Construction Administration (management and meetings) 10 miles/wk
600
$192
215
Daily Field Services 300miles/ 100 dig pictures /24 photos/ me
500
4500
15
$2 160
220
Project Reporting and Documentation 5 copies/day
1625
$228
225
Construction Staking (By City)
$0
230
Specialized/Technical Road Inspection and Information 10 miles/wk
240
$77
235
Speaal¢ed/Technical Pond Inspection and Information 10 miles/wk
240
$77
240
Speaalrzed/Techmcal Waterline Inspection and Information 10 miles/wk
70
$22
245
Specialized/Technical Trail Inspection and Information 10 miles/wk
80
$26
250
Specialized/Technical Landscape Inspection and Information 10 miles/wk
120
$38
255
Specialized/Technical Irrigation Inspection and Information 10 miles/wk
60
$19
260
Art in Public Places_
10
$100
-
__ _ _ _ _ _
_ - -- -- __ — - SUBTOTAL:{units)
1625
�==0
0
=10
==500
5910
= 15
v-' $2,939
_--' — ---
.�..—'_ - -----_ _--- -_---SUBTOTAL=($)
$228.
=$0
_=$0
=$100=$495
=$1,891
= $225
300
DRAINAGE
310
LOMR Preparation (floodplain boundaries)
150
30
8
600
$725
320
Drainage Certffication
__
-------- --__-- _- -- _
— _� BT TAL'(unrts)
-__--
= � =-170
_
= =-0
_ _
�.�40
=mi2
_
900
== 0
_
0
..
w:J�t,075
---- SUBTOTAL ($)
_'—=$24
--==$0
�=$40
= _$---
==- --
=$0
- =----
-- '_
400
TESTING
410
Earthwork
$0
420
Concrete Testing
$0
430
Hot Mix Asphalt _
.. _
$0
.. .... .. . .... ... _
- ---- --=SUBTOTAL:(umis)0'
=,-0
=0-.0®.-=.0.:D
==SUBTOTAL`($)
.$0
— =$0
$0
=.$0
$0
=$0
--$0
�--' '_
400
PROJECT CLOSE OUT
410
Record Drawings (As Butlts)
1,200
120
400
1 200
$5 476
420
Punch List
100
$14
430
t eo Project Closeout
500
100
$17 0
==
_ _ _ __ _ _ _____ _ _ ___ _ _ __ _ _ _ _ _
�... -"`--------- "= —SUBTOTAL(units)
_ _
®1 800
_
�_= 120
_
.�-100
=400
_--=--1'200
_
�0
_
_
�_.,._._.W.��.-- - ,._. ._.dSUBTOTAL ($-)
_ $252
�$t20
�—$100
�.$4,000
—$1'188
�$0
= =$0
TOTALS
$583
$620
$340
$4,270
$2,5741
$1,907
$2251
$10,519
Professional
The Sear -Brown Group
209 South Meldrum
Fort Collins, CO 80521
John Lang, Project Manager
City of Fort Collins
Engineering Dept
P O Box 580
Fort Collins, CO 80522
With Copy to
Opal F Dick, CPPO Senior Buyer
City of Fort Collins
Purchasing/Utilities
P O Bor 580
Fort Collins, CO 80522
In the event of any such early termination by the City, the Professional shall be paid for services
rendered prior to the date of termination, subject only to the satisfactory performance of the
Professional's obligations under this Agreement Such payment shall be the Professional's sole right
and remedy for such termination
4 Design Proiect Indemnity and Insurance Responsibility The Professional shall be
responsible for the professional quality, technical accuracy, timely completion and the coordination
of all services rendered by the Professional, including but not limited to designs, plans, reports,
specifications, and drawings and shall, without additional compensation, promptly remedy and
correct any errors, omissions, or other deficiencies The Professional shall indemnify, save and hold
harmless the City, its officers and employees in accordance with Colorado law, from all damages
whatsoever claimed by third parties against the City, .and for the Cit s costs and reasonable
attorneys fees, arising directly or indirectly out of the Professional's negligent performance of any
of the services furnished under this Agreement The Professional shall maintain commercial
general liability insurance in the amount of $500,000 combined single limits, and errors and
omissions insurance in the amount of $1,000,000
5 Compensation In consideration of the services to be performed pursuant to
this Agreement, the City agrees to pay Professional a fixed fee in the amount of Three Hundred
Sixty-two Thousand Nine Hundred Thirty-seven Dollars($362,937 00) which includes reimbursable
direct costs, as set forth in Exhibit "B", consisting of two (2) pages, and incorporated herein by this
PSA 05/01
2
reference All such fees and costs shall not exceed Three Hundred Sixty-two Thousand Nine
Hundred Thirty-seven Dollars ($362,937 00) The parties acknowledge that BHA Design, Aqua
Engineering, and Terracon are not parties to this agreement However, the rates listed for seances
to be provided by these subcontractors shall be the rate paid by the City to the Professional for
these services If the amount charged by these subcontractors exceed the rates listed in Exhibit "B"
the excess amount shall not be paid or owed by the City Monthly partial payments based upon
the Professional's billings and itemized statements are permissible The amounts of all such partial
payments shall be based upon the Professional's City -verified progress in completing the services
to be performed pursuant hereto and upon the City's approval of the Professional's actual
reimbursable expenses Final payment shall be made following acceptance of the work by the City
Upon final payment, all designs, plans, reports, specifications, drawings, and other services
rendered by the Professional shall become the sole property of the City
6 City Representative The City will designate, prior to commencement of work, its
protect representative who shall make, within the scope of his or her authority, all necessary and
proper decisions with reference to the protect All requests for contract interpretations, change
orders, and other clarification or instruction shall be directed to the City Representative
7 Protect Drawings Upon conclusion of the protect and before final payment, the
Professional shall provide the City with reproducible drawings of the protect containing accurate
information on the protect as constructed Drawings shall be of archival quality, prepared on stable
mylar base material using a non -fading process to prove for long storage and high quality
reproduction
8 Monthly Report Commencing thirty (30) days after the date of execution of this
Agreement and every thirty (30) days thereafter, Professional is required to provide the City
Representative with a written report of the status of the work with respect to the Scope of Services,
Work Schedule, and other material information Failure to provide any required monthly report may,
PSA 05/01
3
at the option of the City, suspend the processing of any partial payment request
9 Independent Contractor The services to be performed by Professional are those
of an independent contractor and not of an employee of the City of Fort Collins The City shall not
be responsible for withholding any portion of Professional's compensation hereunder for the
payment of FICA, Workers' Compensation, other taxes or benefits or for any other purpose
10 Personal Services It is understood that the City enters into this Agreement based
on the special abilities of the Professional and that this Agreement shall be considered as an
agreement for personal services Accordingly, the Professional shall neither assign any
responsibilities nor delegate any duties arising under this Agreement without the prior written
consent of the City
11 Acceptance Not Waiver The City's approval of drawings, designs, plans,
specifications, reports, and incidental work or materials furnished hereunder shall not in any way
relieve the Professional of responsibility for the quality or technical accuracy of the work The City's
approval or acceptance of, or payment for, any of the services shall not Lie construed to operate as
a waiver of any rights or benefits provided to the City under this Agreement
12 Default Each and every term and condition hereof shall be deemed to be a material
element of this Agreement In the event either party should fail or refuse to perform according to
the terms of this agreement, such party may be declared in default
13 Remedies In the event a party has been declared in default, such defaulting party
shall be allowed a period often (10) days within which to cure said default In the event the default
remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek
damages, (b) treat the Agreement as continuing and require specific performance, or (c) avail
himself of any other remedy at law or equity If the non -defaulting party commences legal or
equitable actions against the defaulting party, the defaulting party shall be liable to the
non -defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred
PSA 05/01
0
because of the default
14 Binding Effect This writing, together with the exhibits hereto, constitutes the entire
agreement between the parties and shall be binding upon said parties, their officers, employees,
agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal
representatives, successors and assigns of said parties
15 Law/Severabihty The laws of the State of Colorado shall govern the construction,
interpretation, execution and enforcement of this Agreement In the event any provision of this
Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such
holding shall not invalidate or render unenforceable any other provision of this Agreement
PSA 05/01
5
THE CITY OF FORT COLLINS, COLORADO
John V Fischbach
City Manager
By
Jarles B O'Nedl II, CPPO, FNIGP
Direct r of/ urchasing & Risk Management
DATE / 'G
ATTIST
� al)E� A�" —
City Clerk I (�
APPROV D AS T FORM
Ass--ista�nt City Attorney
THE SEAR-BRO N GROUP
By
I/ _
Title /GC-
CORPORATE PRESIDENT OR VICE PRESIDENT
Date //— /— 0/
AT_E T
—� (Corporate Seal)
C Sec etary
PSA 05/01
EXHIBIT A
Construction Administration, Management and Inspection
Services for the South Taft Hill Roadway Projects
Scope of Services
Introduction
This scope of services represents the construction administration, management, and inspection services associated
with the construction of the City of Fort Collins' Taft Hill Projects (hereinafter referred to as the Project) This
scope accompanies the attached Construction Management (CM) Cost Estimate spreadsheet that details tasks and
anticipated professional staff effort These services will be completed on a time and expense basis with a not -to -
exceed fee limit as shown
Basic Services
Sear -Brown will provide a Project Manager, a Project Engineer and "Specialized / Technical" assistance to aid the
City in daily construction administration, management and inspection services The Sear -Brown Project Manager
and "Specialized" assistance will not be on site full time, but will be available to assist the City at the level of
effort shown in the attached CM Cost Estimate spreadsheet A Project Engineer shall be on site on a full time
basis, not to exceed 40 hours per week on average unless directed by the City
The team will provide "Specialized/Technical" services as needed for the various project components Sear -
Brown personnel as well as its sub -consultants, bha design and Aqua Engineering would provide this service it
is assumed that these services will consist of providing clarification to plans and specifications, equipment and
materials submittal review, attending on -site review meetings as needed, and providing "specialized" inspection
services upon request Assistance in the preparation and/or review of Contractor Change Orders as necessary is
included within the Project Management effort shown in the CM Cost Estimate IVlinor design and re -design
efforts that can be accomplished within the anticipated 40 hours per week by the Sear -Brown Project Engineer, as
directed by the City, shall be included in this scope of work Major design efforts for new project improvements,
outside the original scope of the project requiring additional Sear -Brown staff, are not included in this contract
Sear -Brown shall notify the City, and gain approval from the City, prior to any design work outside the scope of
this contract
Specific project task items are identified below with the anticipated level of labor effort shown on the attached
spreadsheet To assist in monitoring the project budget hours/fees will be tracked on a monthly basis by Sear -
Brown and reported to the City for review with Sear -Brown invoices Because the nature of the work is makes it
difficult to accurately estimate hours this scope assumes a level of effort as a basis A sustained higher (or lower)
required level of effort would be a basis for re-evaluation of tasks and/or re -negotiation of fees It is the intent of
Sear -Brown to work with the City to match the level of effort with the ongoing Contractors construction
activities Sear -Brown will monitor the level of effort expended by Sear -Brown and the sub -consultants on the
project and report this effort to the City on a monthly basis Discrepancies, high or low, will be brought to the
attention of the City Project Manager
1 SEAR BROWN
IN
T a f t H i I I P r o j e c t s C o n s t r u c t i o n
Project Personnel
It is assumed as a basis for this proposal that the Project will be staffed and organized generally as shown in the
attached organization chart The City will provide to the Project a full-time Construction Manager who will act as
main contact point with the Contractor Sear -Brown will provide Dale Stein as the part-time Project Manager,
and Paul Jagim as the full-time Project Engineer who will act as agents for the City during daily construction
activities Sear -Brown shall also provide to the Project, staff at the equivalent leve I should they be needed, to
replace the Sear -Brown personnel during vacations, sick or administrative leave Should the identified personnel
not be available for this project, other than for short term reasons as describes above, the City may elect to
renegotiate or cancel this contract
Basic Tasks
100 Prior to NTP and Protect Management
110 Meetings
Sear -Brown staff will be available to attend meetings as necessary to facilitate the start-up of the
construction work
120 Field Office Setup
Sear -Brown staff will assist the City in preparation of the field office for construction activities Sear -
Brown shall furnish and install one PC computer to the project trailer for use by Sear -Brown and shall
furnish typical office supplies for use by Sear -Brown Purchasing of additional supplies or equipment by
Sear -Brown shall be at the direction of the City Project Manager
130 Utility Coordination
Sear -Brown staff will be available to assist with the coordinate with utility companies to facilitate the
relocation of utilities
140 Survey/Staking Coordination
Sear -Brown staff will work with City survey crews as necessary to facilitate the surveying and staking
of the project
150 Public Relations Activities
Sear -Brown and bha staff will provide necessary public relations support on an hourly basis This is
anticipated to include monthly website updates, and newletters or flyers lobe direct mailed This does
not include an open house, nor the previously scoped public information for residents in the Dunbar
area
200 Construction Services
210 Construction Administration
Sear Brown shall provide a part-time Project Manager to provide construction management assistance to
the City staff Related management activities shall include the following tasks
• Act as a liaison between the City and Contractor
• Maintain communication to City Project Manager regarding project progress, problems, and any
possible modifications to project plans
• Perform public relation duties upon request from the City It is assumed as a basis for this proposal
that the City shall be responsible for activities including preparation of public notices,
correspondence, and meetings with property owners, concerned citizens and others interested in
project related issues
Review the Contractor's monthly progress estimates for accuracy
T a f t H i I I P r o j e c t s C o n s t r u c t i o n
• Attend and document weekly progress meetings
• Prepare and/or review construction Change Orders upon request
• Prepare weekly summary of work for the Owner
• Interpret project plans and specifications
• Review and maintain a project file including shop drawings
• Prepare responses to Contractors' requests for information
215 Daily Inspection Services
Sear Brown shall provide a full-time Project Engineer to provide assurance level inspection of items
installed on the project in accordance with the requirements set forth in the project specifications Related'
inspection activities shall include the following tasks
• Conduct quality assurance inspection of the Contractor's work as requested by the City
• Take appropriate action regarding nonconforming work
• Prepare written correspondence to Contractor regarding nonconformance work
Attend weekly progress meetings
Prepare written clarifications or minor modifications to the plans and specifications
220 Project Reporting and Documentation
Sear -Brown will furnish the staff to adequately report on and document the activities of the project
• Document construction activities on Daily Report
• Maintain project submittal log
• Maintain photo logs
• Maintain accurate notes to be used in preparation of As -Constructed plans
Document and track Contractor pay quantities
230 Specialized Road Inspection
Sear -Brown will have an Engineer on the project as necessary to provide oversight and specialized or
highly technical inspection
235 Specialized Pond inspection
Sear -Brown will have an Engineer on the project as necessary to provide oversight and specialized or
highly technical inspection
240 Specialized Waterline Inspection
Sear -Brown will have an Engineer on the project as necessary to provide oversight and specialized or
highly technical inspection
245 Specialized Trail Inspection
Sear -Brown will have an engineer or landscape architect on the project as necessary to provide oversight
and specialized or highly technical inspection
250 Specialized Landscape Inspection
Sear -Brown will have a landscape architect on the project as necessary to provide oversight and
specialized or highly technical inspection