HomeMy WebLinkAboutWATER EARTH TECHNOLOGIES - CONTRACT - RFP - P1006 FLOOD WARNINGPROFESSIONAL SERVICES AGREEMENT
WORK ORDER TYPE
THIS AGREEMENT made and entered into the day and year set
between THE CITY OF FORT COLLINS, COLORADO, a Municipal
referred to as the "City" and Water & Earth Technologies, Inc., hereinafter
"Professional".
WITNESSETH:
In consideration of the mutual covenants and obligations herein
by and between the parties hereto as follows:
below by and
hereinafter
to as
, it is agreed
1. Scope of Services. The Professional agrees to provide services in accordance
with any project Work Orders for P1006 Flood Warning System Support Services, issued by the
City. A blank sample of a work order is attached hereto as Exhibit "A", consisti g of one (1)
page and is incorporated herein by this reference. No Work Order shall exceed 50,000. The
City reserves the right to independently bid any project rather than issuing a Wor Order to the
Professional for the same pursuant to this Agreement.
2. The Work Schedule. The services to be performed pursuant to this Agreement
shall be performed in accordance with the Work Schedule stated on each Work
3. Time of Commencement and Completion of Services. The services to be
performed pursuant to this Agreement shall be initiated as specified on each Work }Order. Time
is of the essence. Any extensions of any time limit must be agreed upon in whiting by the
parties hereto.
4. Contract Period. This Agreement shall commence within five J(5) days of
signing, and shall continue in full force and effect until March 1, 2007 unless soonej terminated
as herein provided. In addition, at the option of the City, the Agreement may be Ixtended for
Utffity PSA WO January, 2005
additional one year periods not to exceed four (4) additional one year period$. Renewals and
pricing changes shall be negotiated by and agreed to by both parties. They Denver Boulder
Greeley CPIU published by the Colorado State Planning and Budget Office*ill be used as a
guide. Written notice of renewal shall be provided to the Service Provider anp mailed no later
than ninety (90) days prior to contract end.
5. Early Termination by City/Notice. Notwithstanding the time poriods contained
herein, the City may terminate this Agreement at any time without cause by Oroviding written
notice of termination to the Professional. Such notice shall be delivered at Feast 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:
Professional: City: With copy o:
Water & Earth Technologies, Inc. City of Fort Collins, Purchasing City of Fo Collins, Stormwater
1225 Red Cedar Circle Ste A PO Box 580 700 Wood t
Fort Collins, CO 80524 Fort Collins, CO 80522 Fort Collin , CO 80521
In the event of any such early termination by the City, the Professional shall be poid 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.
6. Design, Project Insurance 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 act ordance with
law, from all
Ulilily PSA WO January, 2005
whatsoever claimed by third
the C t and for the
City's costs and reasonable attorneys' fees arising directly or indirectly out of thh 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 Oombined single
limits, and errors and omissions insurance in the amount of $500,000.
7. Compensation. In consideration of services to be performed pursuant to this
Agreement, the City agrees to pay Professional on a time and reimbursable direct cost basis
designated in Exhibit "B", consisting of one (1) page, attached hereto and incorporated herein
by this reference. The parties acknowledge that the sub -contractors are not partios to this
agreement. However, the rates listed for services to be provided by these subcontractors shall
be the rate paid by the City to the Professional for these services. If the amounts Icharged by
these subcontractors exceed the rates listed in Exhibit "B" the excess amount shall not be paid
or owed by the City. The limitation on increases in prices set forth in section 4 hertein shall
apply to all rates listed in Exhibit "B" including subcontractor rates.
.At the election of the City, each Work Order may contain a maximum fee, *hich shall be
negotiated by the parties hereto for each such Work Order. Monthly partial payments based
upon the Professional's billings and itemized statements are permissible. The *mounts of all
such partial payments shall be based upon the Professional's City -verified progress in
completing the services to be performed pursuant to the Work Order and upon abproval of the
Professional's direct reimbursable expenses. Final payment shall be mode 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 be4ome the sole
property of the City.
8. City Representative. The City will designate, prior to commencemeht of work, its
project representative who shall make, within the scope of his or her authority, all n cessary and
Utility PSA WO January, 2005
Proper decisions with reference to the project. All requests for contract interpretations,
orders, and other clarification or instruction shall be directed to the City Representative.
9• Project_ Drawings. awinas Upon conclusion of the project and before firlal
Professional shall provide the City with reproducible drawings of the project co
information on the project as constructed. Drawings shall be of archival, pr
mylar base material using a non -fading process to provide for long storage
reproduction. "CD" disc of the as -built drawings shall also be submitted tote
AutoCAD version no older then the established city standard.
change
payment, the
taining accurate
pared on stable
and high quality
owner in and
10. Monthl`port Commencing thirty (30) days after Notice to Proceed
any Work Order and every thirty days thereafter, Professional is required to Provide
Representative with a written report of the status of the work with respect tote
Work Schedule and other material information. Failure to provide any required
may, at the option of the City, suspend the processing of any partial payment reqt
11. Independent Contractor. The services to be performed by Professional
of an independent contractor and not of an employee of the City of Fort Collins.
not be responsible for withholding any portion of Professional's compensation hereunder
payment of FICA, Workers' Compensation, other taxes or benefits or for any other
12. Personal Services. It is understood that the City enters into th
based on the special abilities of the Professional and that this Agreement shall be considered
an agreement for personal services. Accordingly, the Professional shall neithe
responsibilities nor delegate any duties arising under this Agreement without the
consent of the City.
is given on
the City
Work Order,
monthly report
est.
are those
The City shall
for the
purpose.
s Agreement
as
assign any
prior written
13. Acceptance Not Waiver. The City's approval of drawings, designs,
specifications, reports, and incidental work or materials furnished hereunder shall n
plans,
t in any way
Utility PSA WO January, 2005
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 Oe construed to
operate as a waiver of any rights or benefits provided to the City under this
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.
15. Remedies. In the event a party has been declared in default, Ouch defaulting
party shall be allowed a period of ten (10) days within which to cure said defau t. 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 quire 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 reasonably attorney fees
and costs incurred because of the default.
16. Binding Effect. This writing, together with the exhibits hereto, Oonstitutes 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 sgrvivors, heirs,
personal representatives, successors and assigns of said parties.
17. Law/Severability. The laws of the State of Colorado shall govern the
construction, interpretation, execution and enforcement of this Agreement. In a 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 pr vision of this
Agreement.
Utility PSA WO January, 2005
THE CITY OF FORT COLLINS, COLOR
By:
� s B. O'Neill II, CPPO, FNIGP
ctor of Purchasing &Risk Man
Date: 8 ! « /n /
Water & Earth Technologies, Jic.,
By:
Title: / xcs epa-vT
CORPORATE PRESIDENT OR VICE PRE IDENT
Date: s/3/00
ATTEST: I -
I G�IZ�+V/2C4���
Corporate Secretary (Corporate Seal)
Utility PSA WO January, 2005
EXHIBIT "A"
WORK ORDER FORM
PURSUANT TO AN AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
DATED:
Work Order Number:
Purchase Order Number:
Project Title:
Commencement Date:
Completion Date:
Maximum Fee: (time and reimbursable direct
Project Description:
Scope of Services:
Professional agrees to perform the services
identified above. and on the attached forms in
accordance with the terms and conditions contained
herein and in the Professional Services Agreement
between the parties. In the event of a conflict
between or ambiguity in the terms of the
Professional Services Agreement and this work
order (including the attached forms) the
Professional Services Agreement shall control.
The attached forms consisting of Exhibits _, _, _,
consisting of ^ (_) pages are hereby accepted
and incorporated herein, by this reference, and
Notice to Proceed is hereby given.
cc: Purchasing
Professional:
By:
Date:
City of Fort Collins
Submitted By:
Project Man c
Date:
Reviewed by:
Date:
Approved by:
Date:
Approved by:
Director of Purchasing & f
(if over $30,000.)
Date:
ent
EXHIBIT B
FEE SCHEDULE
7.1. WET Published Labor Rate Schedule
Effective January 1, 2006 charges for labor services performed, including man
engineering, field support, and office time, will be calculated and billed on the
the fully loaded staff category rates shown below.
Clussificattfon
Principal Engineer/Project Manager
Professional Engineer
Senior Engineer
GIS Manager
Professional Scientist
Scientist
Field Technician III
Field Technician II
Field Technician I
$105.00
$100.00
$95.00
$90.00
$85.00
$80.00
$75.00
$70.00
$65.00
Charges for all direct costs incurred by the WET team will be invoiced to the Ci
Company and employee vehicle mileage will be charged at $0.50 per mile. Ma
purchased on behalf of the City will be charged back to the City at the vendor's
list pricing.
7.2.ACE Published Labor Rate Schedule
Owifteation IAsded L,gba
RAteJfiour
Principal Engineer
$120.00
Senior Project Manager
$115.00
Project Manager
$100.00
Senior Engineer/Scientist H
$95.00
Senior Engineer I
$90.00
Project Engineer 11
$85.00
Project Engineer I
$75.00
Engineer
$70.00
Senior GIS/CADD Technician
$70.00
GIS/CADD Technician
$65.00
Administration
$65.00
Administrative Assistant
$60.00
of
at cost.
Laborraft
schedule
STA(' r: VARCA l; CERTIFICATE OF INSURANCE
® STATE FARM FIRE AND CASUALTY COMPANY, Bloomington, Illinois
asocawc^ ri _ ❑ STATE FARM GENERAL INSURANCE COMPANY, Bloomington, Illinois
in ng policyholder for the coverages indicated below:
Name of policyholder WATER & EARTH TECHNOLOGIES INC
Address of policyholder
Location of operations
Description of operations
The policies listed below have been issued to tt
subiect to all the terms exclusions. and conditions
4
colder for the policy periods shown. The insurance described in these policies is
oolicies. The limits of fiability shown may have been rdduosd by anv paid claims.
POLICY NUMBER
TYPE OF INSURANCE
POLICY PERIOD
Effective DateExpiration Date
LIMITS OF LIABILITY
atbeatrini of policy period)
Comprehensive
BODILY INJURYAND
96-C7-9099-5
Business Liability
12/02/05
12/02/06
PROPERTY DAMAGE
This insurance includes: ❑ Products Completed Operations
® Contractual Liability
® Underground Hazard Coverage
Each Occurrence $ 1 r 0 0 0, 0 0 0
® Personal Injury
® Advertising Injury
General Aggregate $ 2, 0 0 0, 0 0 0
❑ Explosion Hazard Coverage
Products - Complet
❑ Collapse Hazard Coverage
Operations Aggrege $ EXCLUDED
❑ General Aggregate Limit applies to each project
EXCESS LIABILITY
POLICY PERIOD
BODILY INJURY D PROPERTY DAMAGE
Effective Date Er iration Date
(Combin Single Limit)
❑ Umbrella
Each Occurrence $
Other
Aggregate $
Part I STATUTORY
Part 2 BODILY INJU Y
Workers' Compensation
and Employers Liability
Each Accident $
Disease Each Emplo $
Disease - Polw Limit $
POLICY NUMBER
TYPE OF INSURANCE
POLICY PERIOD
Effective Date Expiration Date
LIMITS O LIABILITY
atbeginning policy"od
0983500 1106
AUTOMOBILE
08 11 OS
0 11 06
$!-MILLION
If any of the described policies are canceled before its
expiration date, State Farm will try to mail a written notice to
the certificate holder 3 0 days before cancellation. If,
however, we fail to mail such na' , no obligation or liability
will be imposed on State F rm or its agents or
representatives.
Name and Address of Certificate Holder
*** ADDITIONAL INSURED ***
The City of Fort Collins
Attn: Opal Dick/Purchasing Dept.
PO Box MO, o a-Qo1 lins�C 80522
558-994 a 2-90 printed in U.S.A.
f -Cl
eLS :0O 9D 9❑ Feu