HomeMy WebLinkAbout214608 PBS&J - CONTRACT - CONTRACT - 26672PROFESSIONAL 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 Post, Buckley, Schuh & Jernigan, Inc., dba PBS&J, 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:
Scooe of Services. The Professional agrees to provide services in accordance with
the scope of services attached hereto as Exhibit "A", consisting of two (2) pages, and incorporated
herein by this reference.
2. The Work Schedule. The services to be performed pursuant to this Agreement
shall be performed in accordance with the Work Schedule attached hereto as Exhibit "A", consisting
of two (2) pages, and incorporated herein by this reference.
3. 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 6, 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.
4. 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 Services Agreement —January, 2005 1
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 alter the coverage afforded by the policies listed thereon.
ACORD 25 (2001108)
PDF created with pdfFactory Pro trial version www.adffactorv.com
Professional: City: With Copy to:
PBSU City of Fort Collins, City of Fort Collins, Purchasing
Attn: Dan Liddle Engineering PO Box 580
5690 Attn: Dean Klinger Fort Collins, CO 80522
215 N. College Ave.
eeiia- 4601 DTc 6"vn.J Fort Collins, CO 80524
Dsnve . J CO So237
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, Project 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 N/A.
6. Compensation. In consideration of the services to be performed pursuant to this
Agreement, the City agrees to pay Professional on a time and reimbursable direct cost basis
according to the following schedule:
Hourly billing rates
Reimbursable direct costs:
Project Manager $147.00
Project Engineer $ 81.00
Administration $ 55.00
as billed
with maximum compensation (for both Professional's time and reimbursable direct costs) not to
Professional Services Agreement —January, 2005 2
exceed Fifty Four Thousand Eight Hundred Eighty One Dollars and Fifty Cents ($54,881.50).
The parties acknowledge that the sub -contractors; TST, and Ripley are not parties 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 amount charged by
these subcontractors exceeds 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 of reimbursable direct costs 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
reimbursable direct costs. 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,
Professional Services Agreement —January, 2005 3
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.
13. 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 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
because of the default.
Professional Services Agreement —January, 2005 4
15. Bindinq 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
J mes B. O'Neill II, CPPO, FNIGP
Directbf of Purchasing & Risk Management
DATE:
Post, Buckley, Schuh & Jernigan, Inc., dba PBS&J
By: pD
Title: iia-
CORPORATE PRESIDENT OR VICE PRESIDENT
Date: T, 200�
ATTEST:
(Corporate Seal)
Corporate Secretary
Professional Services Agreement —January, 2005 5
EXHIBIT "A"
SCOPE OF WORK FOR THE
SOUTH TAFT HILL ROAD IMPROVEMENTS
HORSETOOTH ROAD TO CR-38E (HARMONY ROAD)
CONSTRUCTION ADMINISTRATION, MANAGEMENT AND INSPECTION SERVICES
I. GENERAL
Description of the project
The scope of services is to provide follow-on services during construction and will include the items
necessary to assist the City during the construction of the project. The City will provide daily inspection
services and PBS&J will provide as -needed services to support the construction phase of the project.
Assignments of responsibilities of the parties involved
City of Fort Collins Project Manager:
Dean Klingner
City of Fort Collins Engineering
215 N. College Avenue
Fort Collins, CO 80522
(970) 224-6108 phone
DKIingnerafcgov.com
Names of Key Personnel Responsible for Work:
PBS&J Project Manager
Dan Liddle
5500 Greenwood Plaza Boulevard
Greenwood Village, CO 80111
(303) 221-7275 phone
(303) 221-7276 fax
dliddleaa pbsj.com
R.A. Plummer, P.E., AICP, Principal -in -charge
Nate Allen, P.E., Sr. Designer I, Project Engineer
Jon Gellner, Sr. Designer I, Plans
TST Don Taranto, P.E., Quality Control and Peer Review
Steve Humann, P.E., Utilities and Storm Drainage
Ripley Cathy Mathis, Landscape Architect
Personnel responsible for the performance of the work are available and shall remain intact throughout the
duration of the contract. Any changes required will be submitted to the City of Fort Collins for review and
approval.
Scope of Services — Construction Administration
South Taft Hill Road Improvements,
Horsetooth Road to CR-38E (Harmony Road)
April 2006
II. SCOPE OF SERVICES
Attachment A
Primary. The following duties will make up the bulk of the work performed by PBS&J:
• Document Weekly project meetings. This will include attending the meetings, preparing meeting
minutes, tracking of Action Items, and tracking of Submittals.
• Interpret project plans and specifications. This will include responding to Requests for Information (RFIs)
from the contractor and revising and reissuing drawings and specifications when necessary either
because of errors or omissions in the plans or because of an addition or change authorized by the City.
• Track construction changes and prepare As -Constructed plans after completion of the project.
Secondary. These duties may be required on an as -needed basis, but we do not anticipate that these tasks will
be a majority of the work:
• Act as a liaison between the City and the Contractor.
• Maintain communication to the City Project Manager regarding project progress, problems, and any
possible modifications to the project plans.
• Assist in calculating project quantities and contractors monthly progress payments.
• Review and/or prepare construction Change Orders.
• Review and monitor Contractor's schedules.
• Review Traffic Control Plans and Method of Handling Traffic.
• Conduct periodic inspections of the Contractor's work.
• Assist the City in determining the appropriate course of action regarding nonconformance items.
• Attend miscellaneous design related meetings as necessary.
III. DELIVERABLES
The following is an estimate of the deliverables required for this project.
Project Administration:
Monthly progress reports with monthly invoices
Meeting and telephone conversation documentation
Quality Control review of all project deliverables prior to their submittal
Construction Administration Services:
- As -Built Plans (1 full-size mylar/5 half-size copies)
- Weekly Construction Reports (documenting work completed and as -built plan information)
- Meeting Minutes (weekly) with action items
- Submittal tracking log
- Revised plans and specifications (as -needed)
IV. DELIVERABLE SCHEDULES
The Scope of work described herein shall be completed in accordance with the contractors proposed schedule.
It is anticipated that the construction duration will be for 155 calendar days (5 months or 22 weeks). The
construction as-builts will be completed and submitted to the City within four weeks of the completion.
7of7
EXHIBIT C
South Taft Hill Road Improvements
(CR-38E (Harmony Road) to Horsetooth Road)
Construction Support Services
City of Fort Collins
CITY OF FORT COLLINS
SOUTH TAFT HILL ROAD IMPROVEMENTS
LABOR ESTIMATE - PBSBJ
Project
Project
Administration
Labor
Total
TST
VFRi le
Hines
Total
Manager
Engineer
Total
cost
cost
Cost
D. Liddle
D. Li
N. Allen
H. Meyer
$147.00
$81.00
$55.00
cost
cost
CONSTRUCTION MANAGEMENT
A. Project Management (22 weeks._
y
54
54
$7,938.00
B. Construction Field Support (22 weeksX16hrs per week)
352
32
384
$30,272.00
$4,800.00
$4,800.00
C. Final Landscape/ Irrigation Inspection
_
$1,200
$1,000
$2,200.00
D. As -Built Plans
_
48
8
56
$4,328.00
$3,200.00
$3,200.00
SUBTOTAL
CONSTRUCTION
MANAGEMENT
54
400
40
494
2,538.00
$8,000.00
$1,200
1,000
10,200.00
DIRECT EXPENSES
Quantity
Unit Cost
Mileage:
22 trips x 150 miles
3300
$0.445
-
$1,468.50
Reproduction:
81/2x11
1000
$0.10
$100.00
11x17
500
$0.15
$75.00
_
M lar (rolls)
1
$500.00
$500.00
SUBTOTAL
$2,143.50
TOTAL FEE
$54,881.50
Page 1 of 1
ACORQM CERTIFICATE OF LIABILITY INSURANCE 05/16/200 '
PRODUCER (305)822-7800 FAX (305) 827-0585 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Collinsworth, Alter, Fowler, Dowling ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
& French Group Inc. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P. 0. Box 9315
Miami Lakes, FL 33014-9315 INSURERS AFFORDING COVERAGE NAIC #
INSURED Post, Buckley, Schuh, & Jernigan, Inc. - INSURERA: Sentry Insurance a Mutual Compa y A+ XV
d/b/a PBS&J INSURERS: Steadfast Insurance Company A
2001 NW 107 Avenue INSURERC: Lloyds of London A XV
Miami, FL 33172-2507 INSURER D:
INSURER E:
V 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.
INSR
D
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE IMMM mm
POLICY EXPIRATION
DATE IMMUDDrfY%
LIMITS
A
GENERAL LIABILITY
X COMMERCIAL GENERAL UABILITY
CLAIMS MADE M OCCUR
X Contractual Liab
90-15807-03
09/30/2005
09/30/2006
EACH OCCURRENCE
$ 1,000,000
DAMAGE TO RENTED
$ 1, 000, 000
MED EXP (Any one pmon)
$ 25,000
PERSONAL & ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRO- X LOC
POLICY X JFCT
PRODUCTS-COMPIOP AGG
$ 2,000,000
A
AUTOMOBILE LIABILITY
X ANY AUTO
X ALL OWNED AUTOS
SCHEDULEDAUTOS
X HIRED AUTOS
X NON -OWNED AUTOS
X Contractual Li ab
90-15807-04
90-15807-05
09/30/2005
09/30/2006
COMBINED SINGLE LIMIT
(EaacotderA)
e 1 000,000
BODILY INJURY
(Perpereon)
$
BODILY INJURY
(Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
ANY AUTO
1
AUTO ONLY - EA ACCIDENT
S
OTHER THAN EA ACC
AUTO ONLY: AGG
$
$
gDEDUCTIBLERETENTION
SSIUMBRELLA LIABILITY
NCE0
OCCUR CLAIMS MADE
$ C
AUC508762101
09/30/2005
09/30/2006
EACH OCCURRENCE
S 25,000,000
AGGREGATE
$ 25,000,00
$
A
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
ANYPROPRIETOR/PARTNER/EXECUTIVEBEXULID
Ity es,de scribe under
SPECIAL PROVISIONS below
90-15807-01
90-15807-02
NO
09/30/2005
090/2006
/3
OTH-
X WCSLIM E
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYE
E 1, OOO , O00
E.L. DISEASE - POLICY LIMB
1 $ 1,000,00
C
TN
THr Tonal/
Iro
ollution Liability
LDUSA0500811
CLAIMS -MADE FORM
09/30/2005
09/30/2006
$1,000,000 Limits
Ea Claim and Annual Aggregate
11/11/1961 Retrodate
e RwnON O OPERyTIONS/1.QCARod 1 VEHCLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
/
Sout�i Ta t HTII Improvements.
L,cm I LrIVA ICI II LVGR -- —
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF,T HE ISSUING INSURER WALL ENDEAVOR TO MAIL
Fort Collins, City of 30 DAYS wRIREN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Attn:James B.O'Naill II, CPPO,FNIG
215 N. Mason Street BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NOOLIABILITYON OR LIABILITY
2 n d Floor OF ANY HIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES.
Fort Collins, CO 80522-0580 AUTHORED REPRESENTATIVE
Meade Collinsworth EEC?.'
ACORD 25 (2001/08) IAJAI Wmu a wmrwry I Ivn a ry
PDF created with pdfFactory Pro trial version www.Ddffactory.com