HomeMy WebLinkAboutGEORGE K BAUM - CONTRACT - RFP - P964 PUBLIC OPINION SURVEY 21439SERVICES AGREEMENT
WORK ORDER TYPE
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 George K. Baum & Company, hereinafter referred to as "Service
Provider".
WITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed
by and between the parties hereto as follows:
1. Services to be Performed.
a. This Agreement shall constitute the basic agreement between the parties for
services for public opinion surveys. The conditions set forth herein shall apply to all services
performed by the Service Provider on behalf of the City and particularly described in Work
Orders agreed upon in writing by the parties from time to time. Such Work Orders, a sample of
which is attached hereto as Exhibit "A", consisting of one (1) page, and incorporated herein by
this reference, shall include a description of the services to be performed, the location and time
for performance, the amount of payment, any materials to be supplied by the City and any
other special circumstances relating to the performance of services. No workorder shall
exceed $30,000. The only services authorized under this agreement are those which are
performed after receipt of such Work Order, except in emergency circumstances where oral
work requests may be issued. Oral requests for emergency actions will be confirmed by
issuance of a written Work Order within two (2) working days.
b. The City may, at any time during the term of a particular Work Order and without
invalidating the Agreement, make changes within the general scope of the particular services
assigned and the Service Provider agrees to perform such changed services.
Exhibit "C"
INSURANCE REQUIREMENTS
1. The Service Provider will provide, from insurance companies acceptable to the City, the
insurance coverage designated hereinafter and pay all costs. Before commencing work under
this bid, the Service Provider shall furnish the City with certificates of insurance showing the
type, amount, class of operations covered, effective dates and date of expiration of policies,
and containing substantially the following statement:
"The insurance evidenced by this Certificate will not be cancelled or materially altered, except
after ten (10) days written notice has been received by the City of Fort Collins."
In case of the breach of any provision of the Insurance Requirements, the City, at its option,
may take out and maintain, at the expense of the Service Provider, such insurance as the City
may deem proper and may deduct the cost of such insurance from any monies which may be
due or become due the Service Provider under this Agreement. The City, its officers, agents
and employees shall be named as additional insureds on the Service Provider's general liability
and automobile liability insurance policies for any claims arising out of work performed under
this Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Service Provider
shall maintain during the life of this Agreement for all of the Service Provider's
employees engaged in work performed under this agreement:
Workers' Compensation insurance with statutory limits as
required by Colorado law.
2. Employer's Liability insurance with limits of $100,000 per
accident, $500,000 disease aggregate, and $100,000 disease
each employee.
B. Commercial General & Vehicle Liability. The Service Provider shall
maintain during the life of this Agreement such commercial general liability and
automobile liability insurance as will provide coverage for damage claims of
personal injury, including accidental death, as well as for claims for property
damage, which may arise directly or indirectly from the performance of work
under this Agreement. Coverage for property damage shall be on a "broad
form" basis. The amount of insurance for each coverage, Commercial General
and Vehicle, shall not be less than $500,000 combined single limits for bodily
injury and property damage.
In the event any work is performed by a subcontractor, the Service Provider shall be
responsible for any liability directly or indirectly arising out of the work performed under this
Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance.
EXHIBIT "A"
WORK ORDER FORM
PURSUANT TO AN AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
George K. Baum & Co.
DATED: November 22, 2004
Work Order Number: #1
Purchase Order Number:
Project Title: Public Opinion Phone Survey, December 2004
Commencement Date: November 22. 2004
Completion Date: December 7. 2004
Maximum Fee: (time and reimbursable direct costs): Not to exceed $15,000
Project Description: Public Opinion Survey
Scope of Services: _( 2 pages- attached)
Service Provider agrees to perform the services
identified above and on the attached forms in
accordance with the terms and conditions
contained herein and in the Services Agreement
between the parties. In the event of a conflict
between or ambiguity in the terms of the
Services Agreement and this work order
;s
Acceptance _
User
The attached forms consisting of _ (_)
pages are hereby accepted and incorporated
herein by this reference, and Notice to Proceed
is hereby given.
City'b'f-rtVt Collins(?
By: L�
Dat it d
P964 Public Opinion Survey
Work Order #1
SCOPE
• Community support for proposed capital improvement projects (funded by a sales tax renewal
package).
• The demographic groups and subsets that express the greatest degree of support for
proposed capital improvement projects.
• The demographic groups and subsets that express the greatest degree of opposition for
proposed capital improvements projects.
• Issues and concerns voters possess regarding the proposed capital improvement projects,
timing and scope of the tax package.
• Minimum and maximum tax thresholds voters will tolerate
• Correlation of community response to political ideology and party registration.
• Registered community response groups and subsets which express the greatest degree of
support for the proposed capital improvement projects, timing and scope of the tax package.
• Registered community response groups and subsets which express the greatest degree of
opposition for the proposed capital improvement projects, timing and scope of the tax package.
• The appropriate time to present the issue to the voters.
There may obviously be other issues that the City wishes to address in connection with the
community opinion survey. Our team will work with the City in developing questions that effectively
address all of the City's voter information needs.
Similar to the previous survey conducted on behalf of the City, we will use a four -phase survey
process:
Assessment. The initial state involves the assessment of the City's voter information needs and the
details of the proposed capital projects.
Survey Specification. To provide statistical accuracy oat the 95% confidence level, a random
sample of 400 individuals will be surveyed. It is likely that the quality of the database is good and that
a stratified random sampling can be performed. However, if the quality of the database is poor, a
cluster sample approach would be performed. The telephone interviews will be conducted over a
three-day period. However, interviews will not be conducted on a Friday or Sunday. Before
beginning the surrey pre -testing, we will provide the City with copy of the survey script for review.
Time will be allocated for review and any necessary script revisions. All telephone interview
schedules are pretested on a small sample by experienced interviewers to identify unclear wording
and unproductive questions. Time is allocated for preview of the pretest results with the client and
revisions before beginning data collection for the survey.
Survey Technique & Data Collection. Sample selection is a critical factor to ensure accurate
survey results. We will use stratified random sampling. Trained and experienced interviewers
conduct the survey from single site with a supervisor monitoring the work at all times. Interviews
receive specific training with special instructions for difficult questions and probing.
Lack of response is a concern in telephone surveys. The low response rates found in a recent study.
The No Response Problem in Consumer Telephone Surveys (performed by 182 commercial
marketing research firms), were the results of minimal callback efforts and refusal to participate by
respondents. These problems will be addressed by calling a number three times at different hours
and on different days before listing the sample elements as nonresponsive, and employing
interviewers who have been trained in specific techniques for getting and maintaining participation in
the call.
Schedule. Response must be received in the Purchasing Division by 2:00 P.M. (Our Clock)
November 15, 2004. The selected firm will be notified November 17, 2004. Bidders should indicate
that they can perform the survey during the week of December 1-7, 2004 with survey design work to
be completed in cooperation with City staff by late November 2004.
Statistical Analysis. Following the conclusion of the survey, the City will be provided scientific
statistical analysis (including a graphic analysis through cross -tabulation) and an explanatory
narrative. The analysts will provide the City a benchmark measure of attitudes toward the proposed
capital improvements and tax package (as well as other data required). The data will be summarized
using statistical analysis software (SPSS: Statistical Package for Social Sciences) which will create
qualitative classifications and responses for the various demographic variables surveyed. We will
work closely with the City to determine the focus and approach of the city-wide survey and to oversee
the survey proceedings. The City will receive bound copies and master of the survey results. Ann
Nock will present the findings of the survey to the City.
Report of Results. The Contractor will prepare a complete report of the survey results, with sufficient
analytic capability to cross tabulate and correlate certain portions of the population's attitudes and
responses. The Contractor will provide a brief summary (Top line) report regarding the results of the
survey within 3 days of the completion of the survey. Detailed cross tabulations will be completed
within 2 weeks following completion of the survey.
NNOVG23.2004 1�3 41�PM CGEDR6E, DRUM & CO
I
NN0.685 PP.3/3
I
ACORD. CERTIFICATE OF LIABILITY INSURANCE
o�mlraoos 94ro1n90
PRoauam I.p4RlOn C01MMIll
444 W, 071.11 Shot, Sall® 0
garmas Cry MG 041124005
(51M 060.9000
INSURERS AFFORDING CCYVERAGF-
1GEOROEK.9AUM&mWPANY,ING.ETAL
INanamA
71047 1047 ATTN. JIM COM INDUREA
120 WEST I"" STREET
12 WYANDO17E PLAZA pia
KANSAS orNO64105
v
ULivrmstmiIii hLQbLam I
v
THIN POLIOW OF INOURANOEUSTIRD EI.OW HAYS SEEN ISSUID W ! IN EO NAWIF . APOM PORTM POLICY PERIOD NOCATED-NOTWI7HRTANOINfl
ANY RECUIREMSNT, TEAM OF 09MITIDN ON ANY CONT ,� L1fi > ENr wrrH P5MVICT'm wHl�l ' "10 CEIMPICATO MIRY SS I964E4 OR
WAY PEg AINi, THE INSURANG UMrM 9 A QRDEO HY �EPOCIGa OCaCR1 IN Is mulu.CT TO ALLTHE7eRMB. EXCLUSIONR AND CONDIT)" 0P sue*
TY 9MRANMH num. Nismmum=
=NePAL. k mLITY fAgH o t o0D
A % -a2mmamaill. IJAGILITY A=474S 01/0112004 Ol/D112005 &lL(&WApspW
ctAPaeM paqul Iamt@PrAtwtl s to
avI D 000
A 20D
fAg6pGt:ATELIMIT AP>'LIkSPent 0
ifiLlayEAL Hl Lao
Ag7nMoGII.E LiAflILIT4 Mdi�l PMMOLe LIp11T s 1,09A,OD4
A X ANYALTrO 73131865 01101=04 OG0112OD5
A" OWNED ALIT08 p�I'Dt�'�I_N�URY 6 xxic�aoCi:
mcmllau.m AUTDG �u
X MIFMAUNG GaMR.Y I1jJ1�11' g +XXXV =
NON•OWN�4 AtITOG 1PhwCa��ltl��lyyPll
Physfeal Damn e
�tl�eGtl17eh4�� 8 x'�
OA risNAAlVfV 04V•
MYALIra 'NOTA"WCaLE qT�pT�y�
` PlI�� 1,—, tl6 B voogm
EYMeI!a LIA8I TY rAC14 Qa= 5 DOD 00D
A :X] areuR F-71 040 mhpE, 1965219E 4[101/ZOO4 OI/O11a005Aajr TE s , 00,000 _
asnUDTiaLa Q -
ReTewnaH G s
A WMRILGReCONPI?NSA ONAND 99 7161-76-23 Dl10112904 0r10112005 7C
E6IPLOY51 LIAGILITY AEH ! § 500,0130
9-6 O AMNII .FAA
ELO LA:Y 9 600,00
A PIIwFmTY 9dSIN474s Gr>olnaa4 DaroLnDas sP iAUa�
LronW►nIn 7 Iox
06st:RIPnoN OF GPGRAiinNEIILbCA'11aN¢IVEHIGLE61GkCLWpNe AOC6C EY RNpRn®GINRN�PRGIAL PRONeNINs
'* •OPBCIMAN Cppyrrr
I CANCEILLAIlbN
1887"/x9 - aryoul.p�WYEPTNepeow,bR3dlltrcppaugesgBtAlvAabepadAARIIReGtPkA4tN
OEORGEK.BAUM MATr; Tff IiRMTH4 05" FOUM VM.LGMWMQFI;QAu1L.L.DAYS VMM110
ATTN', JIM COOK
120 WEST 12TH STREET WmareYa TIM"tIFlPATE NOLAKR NAmmu TET THE LEFTI9URCAIbYpiT6PM.406NALI
12 WYANDOTTE PWA ANP MIIWIti �surraMN of LfP 3M1;�ANY NNIG MPMNiiP IN6��R
KANSAS CITY Ma 64106 Re
AUl'jlhRReQ R[:PryEet1NTAYAI�
AOORI]25.8(7107} P�nw•men�till�ManMA�snnro,eunrab.rtl,lotllnlh�Mpduotndlonmtlr�MN�pe{IIntlMMxrodwvcpK�f dDAcuRDOMFORATION1900
I CANCEILLAIlbN
1887"/x9 - aryoul.p�WYEPTNepeow,bR3dlltrcppaugesgBtAlvAabepadAARIIReGtPkA4tN
OEORGEK.BAUM MATr; Tff IiRMTH4 05" FOUM VM.LGMWMQFI;QAu1L.L.DAYS VMM110
ATTN', JIM COOK
120 WEST 12TH STREET WmareYa TIM"tIFlPATE NOLAKR NAmmu TET THE LEFTI9URCAIbYpiT6PM.406NALI
12 WYANDOTTE PWA ANP MIIWIti �surraMN of LfP 3M1;�ANY NNIG MPMNiiP IN6��R
KANSAS CITY Ma 64106 Re
AUl'jlhRReQ R[:PryEet1NTAYAI�
AOORI]25.8(7107} P�nw•men�till�ManMA�snnro,eunrab.rtl,lotllnlh�Mpduotndlonmtlr�MN�pe{IIntlMMxrodwvcpK�f dDAcuRDOMFORATION1900
2. Chan-ges in the Work. The City reserves the right to independently bid any
services rather than issuing work to the Service Provider pursuant to this Agreement. Nothing
within this Agreement shall obligate the City to have any particular service performed by the
Service Provider.
3. Time of Commencement and Completion of Services. The services to be
performed pursuant to this Agreement shall be initiated as specified by each written Work
Order or oral emergency service request. Oral emergency service requests will be acted upon
without waiting for a written Work Order. Time is of the essence.
4. Contract Period. This Agreement shall commence November 22, 2004, and
shall continue in full force and effect until November 21, 2005, unless sooner terminated as
herein provided. In addition, at the option of the City, the Agreement may be extended for
additional one year periods not to exceed four (4) additional one year periods. Renewals and
pricing changes shall be negotiated by and agreed to by both parties. The Denver Boulder
Greeley CPIU published by the Colorado State Planning and Budget Office will be used as a
guide. Written notice of renewal shall be provided to the Service Provider and mailed no later
than 90 days prior to contract end.
5. Delay. If either party is prevented in whole or in part from performing its
obligations by unforeseeable causes beyond its reasonable control and without is fault or
negligence, then the party so prevented shall be excused from whatever performance is
prevented by such cause. To the extent that the performance is actually prevented, the
Service Provider must provide written notice to the City of such condition within fifteen (15)
days from the onset of such condition.
6. Early Termination by City/Notices. 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 Service Provider. Such notice shall be mailed 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 address:
city
City of Fort Collins
Attn: Purchasing
PO Box 580
Fort Collins, CO 80522
Service Provider
George K. Baum & Co
Attn: Douglas Houston
717 17th St Ste 2500
Denver, CO 80202
In the event of early termination by the City, the Service Provider shall be paid for
services rendered to the termination date, subject only to the satisfactory performance of the
Service Provider's obligations under this Agreement. Such payment shall be the Service
Provider's sole right and remedy for such termination.
7. Contract Sum. This is an open-end indefinite quantity Agreement with no fixed
price. The actual amount of work to be performed will be stated on the individual Work Orders.
The City makes no guarantee as to the number of Work Orders that may be issued or the
actual amount of services which will in fact be requested. No Work Order of $30,000 or more
shall be issued.
8. Payments. a. The City agrees to pay and the Service Provider agrees to
accept as full payment for all work done and all materials furnished and for all costs and
expenses incurred in performance of the work the sums set forth in the Pricing Schedule
attached hereto as Exhibit "B", consisting of one (1) page, and incorporated herein by this
reference.
b. Payment shall be made by the City only upon acceptance of the work by the City
and upon the Service Provider furnishing satisfactory evidence of payment of all wages, taxes,
supplies and materials, and other costs incurred in connection with the performance of such
work.
9. City Representative. The City's representative will be shown on the specific
Work Order and shall make, within the scope of his or her authority, all necessary and proper
decisions with reference to the work requested. All requests concerning this Agreement shall
be directed to the City Representative.
10. Independent Contractor. It is agreed that in the performance of any services
hereunder, the Service Provider is an independent contractor responsible to the City only as to
the results to be obtained in the particular work assignment and to the extend that the work
shall be done in accordance with the terms, plans and specifications furnished by the City.
11. Personal Services. It is understood that the City enters into the Agreement
based on the special abilities of the Service Provider and that this Agreement shall be
considered as an agreement for personal services. Accordingly, the Service Provider shall
neither assign any responsibilities nor delegate any duties arising under the Agreement without
the prior written consent of the city.
12. Acceptance Not Waiver. The City's approval or acceptance of, or payment for
any of the services shall not be construed to operate as a waiver of any rights under the
Agreement or of any cause of action arising out of the performance of this Agreement.
13. Warranty.
(a) Service Provider warrants that all work performed hereunder shall be
performed with the highest degree of competence and care in
accordance with accepted standards for work of a similar nature.
(b) Unless otherwise provided in the Agreement, all materials and
equipment incorporated into any work shall be new and, where not
specified, of the most suitable grade of their respective kinds for their
intended use, and all workmanship shall be acceptable to City.
(c) Service Provider warrants all equipment, materials, labor and other work,
provided under this Agreement, except City -furnished materials,
equipment and labor, against defects and nonconformances in design,
materials and workmanship/workwomanship for a period beginning with
the start of the work and ending twelve (12) months from and after final
acceptance under the Agreement, regardless whether the same were
furnished or performed by Service Provider or by any of its
subcontractors of any tier. Upon receipt of written notice from City of any
such defect or nonconformances, the affected item or part thereof shall
be redesigned, repaired or replaced by Service Provider in a manner and
at a time acceptable to City.
14. 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 thereof.
15. Remedies. In the event a party has been declared in default, such defaulting
party shall be allowed a period of ten (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 because of the default.
16. Bindinci 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 representative, successors and assigns of said parties.
17. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save
harmless the City, its officers, agents and employees against and from any and all actions,
suits, claims, demands or liability of any character whatsoever, brought or asserted for injuries
to or death of any person or persons, or damages to property arising out of, result from or
occurring in connection with the performance of any service hereunder.
b. The Service Provider shall take all necessary precautions in performing the work
hereunder to prevent injury to persons and property.
c. Without limiting any of the Service Provider's obligations hereunder, the Service
Provider shall provide and maintain insurance coverage naming the City as an additional
insured under this Agreement of the type and with the limits specified within Exhibit "C",
consisting of one (1) page, attached hereto and incorporated herein by this reference. The
Service Provider before commencing services hereunder, shall deliver to the City's Director of
Purchasing and Risk Management, 215 N. Mason, PO Box 580, Fort Collins, Colorado 80522
one copy of a certificate evidencing the insurance coverage required from an insurance
company acceptable to the city.
18. Entire Agreement. This Agreement, along with all Exhibits and other documents
incorporated herein, shall constitute the entire Agreement of the parties. Covenants or
representations not contained in this Agreement shall not be binding on the parties.
19. Law/Severability. This Agreement shall be governed in all respect by the laws
of the State of Colorado. 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.
ATTEST:
CORPORATE SECRETARY
CITY OF FORT COLLINS, COLORADO
a municipal corporation
By: 90f&:.eQ4!—
Ja es B. O'Neill II, CPPO
Direct r Purchasing and Risk Management
Date: // Z.Zcp /of
George If 136prn
0
PRINT NAM f�
SJGNl�l1( V.CP, �l�Sl P ✓i
CORPORATE PRESIDENTORVICE PRESIDENT
Date:
(Corporate Seal)
10AIM1100M "TA
WORK ORDER FORM
PURSUANT TO AN AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
George K. Baum & Co.
DATED: November 22, 2004
Work Order Number:
Purchase Order Number:
Project Title:
Commencement Date:
Completion Date:
Maximum Fee: (time and reimbursable direct costs):
Project Description:
Scope of Services:
Service Provider agrees to perform the services
identified above and on the attached forms in
accordance with the terms and conditions
contained herein and in the Services Agreement
between the parties. In the event of a conflict
between or ambiguity in the terms of the
Services Agreement and this work order
(including the attached forms) the Services
Agreement shall control.
Service Provider
By:
Date:
Acceptance
User
The attached forms consisting of _ (J
pages are hereby accepted and incorporated
herein by this reference, and Notice to Proceed
is hereby given.
City of Fort Collins
By:
Date:
Exhibit "B"
Pricing Schedule
No surveys, which based upon the criteria included in the proposal, will exceed $20,000
without consent of the City.