Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout100883 J R ENGINEERING - CONTRACT - CONTRACT - 24284PROFESSIONAL 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 JR Engineering, LLC 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 three (3) 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 October 1, 2006. 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:
Professional: City: With Copy to:
JR Engineering, LLC City of Fort Collins City of Fort Collins, Street Oversizing
2620 E Prospect Rd Attn: Purchasing Attn: Mark Laken
Fort Collins CO 80525 PO Box 580 281 N. College Ave.
Fort Collins, CO 80522 Fort Collins, CO 80524
P05127fc
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this
certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an
endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such
endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing
insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively
amend, extend or after the coverage afforded by the policies listed thereon.
ACoRo z5 (zootros)
kIN$025 (oloe).oi Page 2 of 2
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.
5. 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
City'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.
6. Compensation. In consideration of the services to be performed pursuant to this
Agreement, the City agrees to pay Professional a fixed fee not to exceed in the amount of
Eighteen Thousand Eight Hundred Twenty Dollars ($18,820). 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.
7. City Representative. The City will designate, prior to commencement of work, its
project representative who shall make, within the scope of his or her authority, all necessary and
proper decisions with reference to the project. All requests for contract interpretations, change
orders, and other clarification or instruction shall be directed to the City Representative.
8. Project Drawings. Upon conclusion of the project and before final payment, the
Professional shall provide the City with reproducible drawings of the project containing accurate
information on the project as constructed. Drawings shall be of archival, prepared on stable
mylar base material using a non -fading process to provide for long storage and high quality
reproduction. "CD" disc of the as -built drawings shall also be submitted to the owner in and
AutoCAD version no older then the established city standard.
9. 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, at the option of the City, suspend the processing of any partial payment
request.
10. 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.
11. 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.
12. 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 be construed to
operate as a waiver of any rights or benefits provided to the City under this Agreement.
11 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.
14. 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.
15. 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.
16. Law/Severability. 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.
THE CITY OF FORT COLLINS, COLORADO
garr*s B. O'Neill II, CPPO, FNIGP
Director urchasing & Risk Management
DATE: cl 1 21 I v
JR
Date: I — / `1 — cr--7� s-�
ATTEST:
(Corporate Seal)
Corporate Secretary
=NT
EXHIBIT "A"
August 15, 2005
Mark Laken
CITY OF FORT COLLINS-ENGINEERING DEPARTMENT
Street Oversizing Program
281 N. College Avenue
Fort Collins, CO 80522
Re: Drake/Ziegler Road Improvements Plan and Survey, Phase 2
Dear Mr. Laken,
JR Engineering, LLC greatly appreciates this opportunity to provide you with a proposal to
perform the compilation of plans and interim survey of phase 2 of the Drake/Ziegler Road
improvement project. The following scope of services has been prepared to include all of the
items that were requested at our meeting on Wednesday, August 10, 2005. We have attempted
to, as accurately as possible, estimate the man-hours required to complete each line item. We are
aware, that the budgeted costs cannot be exceeded, unless an Additional Services Request is
issued by the City of Fort Collins. Furthermore, it is mutually understood that billed fees for
each line item will only be charged for actual work performed, including time and materials, and
that possible subsequent remaining budget for each line item will not be billed if the anticipated
budgeted hours are not needed to complete the tasks described.
SCOPE OF SERVICES
➢ Phase 2 Construction Documents - Compile a comprehensive set of final construction
plans that incorporate all of the infrastructure crossings and appurtenances shown on
applicable approved plans to date. Update road cross -sections as needed to represent
current existing conditions. $4,760
➢ Interim Topography and Final Grade Earthwork — Conduct a survey of the volume of
soils currently unloaded along the future alignment of Ziegler Road. Quantify the
volume of earth that has been placed, as well as calculate the earthwork still needed to
bring the road to final approved grade. $4,540
➢ Parapet Wall Design — Revise parapet walls that will be built along both sides of the
Ziegler box -culvert bridge, to meet the City's new standards. $1,300
➢ Strip Map — Prepare a strip map for City of Fort Collins and Construction employees
that will comprehensively display the entire project. $225
➢ SWMP Exhibits (Each) — Prepare exhibits as requested by the City of Fort Collins that
will be incorporated into the SWMP report. $225
➢ Standard As -Built Plans — Prepare an As -Built document, for City of Fort Collins
records, that accurately displays and adequately describes what has been constructed in
the field, including storm sewer, sleeving, FCRID Channel and Pond 216 outfall channel,
both at 50' sections. imu
➢ Miscellaneous Meetings, Coordination and Constr. Admin. Engineering — Attend
and participate in construction coordination meetings, coordinate loose construction
items; such as the sidewalk issue on the north side of Environmental Drive, and assist in
engineering issues that arise during construction. $4,080
Engineering and Surveying Services (Total Anticipated Fees not to exceed):
If you have any questions or find that we have failed to include an additional desired service,
please contact me at your earliest convenience at (970) 491-9888. Thank you again for the
opportunity to be of service to you. We look forward to working with you and hope to hear from
you soon.
Respectfully,
JR ENGINEERING, LLC
Michael Brake, PE, PLS
Principal, Director of Operations
JR Engineering
Schedule of Hourly Rates
2005 Schedule of Hourly Rates
PROFESSIONAL HOURLY RATE
Director of Operations $135
Division Manager / Senior Technical Specialist $125
Senior Project Manager / Technical Specialist $105
Project Manager / Lead Project Engineer, Designer or Surveyor $ 95
Sr. Project Engineer / Sr. Project Designer / Sr. Project Surveyor $ 90
Project Engineer / Project Designer / Project Surveyor $ 85
Engineer II / Designer II / Surveyor II $ 80
Engineer I / Designer I / Surveyor 1 $ 75
Engineering Assistant II / Technician II / Surveying Assistant II $ 70
Engineering Assistant I / Technician I / Surveying Assistant 1 $ 65
Field Crew (1 person) $ 80
Field Crew (2 person) $ 125
Field Crew (3 person) $ 180
Clerical $ 45
DIRECT EXPENSES
Mileage $ 0.50/mile
Deliveries (local, one-way, non -rush) $12.00/each
Copies (each) $ 0.20/copy
Prints (24"x36") $ 1.60/print
Vellum (24"x36") $ 7.50/sheet
Mylar (24"x36") $13.00/sheet
Subconsultant At Cost Plus 10%
Effective January 1, 2005
*These rates are subject to change
This Schedule of Rates is considered "Company Confidential' and shall not be released to a
third party without written permission of JR Engineering.
ACORDnr CERTIFICATE OF LIABILITY
INSURANCE
DATE(MMMr"YV)
s/16/2005
PRODUCER PAX (303) 370-0118
Moody Insurance Agency, Inc.
3773 Cherry Creak North Drive
Suite 800
Denver CO 902093804
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY NO RIGHTSTHE CERTIFICATE
HOLDER.NTH SONFERS CER11FICATE DOES NOTOAMEND, EXTEND R
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
NAIC#
INSURED
Westrian Group, Inc.
D$A: JR Engineering, LLC
6050 Greenwood Plaza Blvd.
Greenwood Village CO 80111
INSURERA: Lexington Insurance
INSURERS Nationwide Mutual
INSURER C: Amer Guarantee Liab Ins
INSURERO. Pinnacol Assurance
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY
REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,
THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,
AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
ILTR
LTR
DD'L
NERD
TYPE OF INSURANCE
POLICYNUMBER
PDATE((MIVDDm)
DATE EXPIRATION
LIMITS
A
GENERAL LIABILITY
0328816
10/31/2004
10/31/200B
EACH OCCURRENCE
S 1,000,000
X COMMERCIAL GENERAL LIABILITY
cLAIMSMADE a OCCUR
DAMAGE TO RENTEDITY PREMI ESEecccurrence
$ 50,000
MEDEY,P (Any oneDemon)
$ 10,000
PERSONAL &ADV INJURY
$ 1,000,000
X $5,000 Dad.
GENERAL AGGREGATE
S 2,000,000
GEN'L AGGREGATE
LIMIT APPLIES PER:
PRODUCTS - COMPlOP AGG
$ 2,000,000
POLICY
JECT LOC
$
AUTOMOBILEUASILIY
X
ANY AUTO
ACDBA7501657648
10/01/2004
10/01/2005
COMBINED SINGLE LIMIT
(Ea acclderd
$ 1,000,000
BODILY INJURY
(Per oerecn)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per accident)
$
HRED AUTOS
NON -OWNED ALTOS
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
AUTO ONLY: AGG
$
C
EXCESSIUMBRELLA LIABILIN
OCCUR CLAIMS MADE
ADC5088801700
10/01/2004
10/01/2005
EACH OCCURRENCE
$ 5,000,000
AGGREGATE
$ 5,000,000
S
$
DEDUCTIBLE
$
RETENTION S
D
WORKERS COMPENSATION AND
EMPLOYERS' LIABIUTY
ANY PROPRIETOR/PARTNER/EXECUTIVE
4086235
10/01/2004
10/01/2005
L S
E.L. EACH ACCIDENT
$ 1,000,000
EL. DISEASE- EA EMPLOYEE
$ 1 , 000,000
11
OFRCERJMEMBER EXCLUDED?
f yea, describe order
SPECIAL PROVISIONS below
E.L. DISEASE- POLICY LIMIT
$ 1,000,000
$
OTHER Inland )Sarin
ACIPCIM750165833D
10/01/2004
10/01/2005
sch.squip. " 040,74
Lensed/Rented Equip.
neduatible t1,000
DESCRIPTION OF OPERATIONSILOCATIONSNEHCLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
Blanket Additonal Insured as required by written contract. Blanket waiver of Subrogation. by state law, 10 day notice
of cancellation applies to non-payment of premium.
(970)221-6707
City of Fort Collins
215 North Mason St
Fort Collins, CO 80522-0580
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT
FAILURE TO 00 80 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE
INSURER ITS AGENTS OR REPRESENTATIVES.
Y mmrmi;=N IN IIYG _4��
StoffeVPMC
0 ACORD CORPORATION 9999
IMRD741n10F1 nA &NIA VMP MHRnma PH,,t,na Inr lA001A97.11fiAF Pcne I of 7