HomeMy WebLinkAboutBIOHABITATS - CONTRACT - RFP - P1126 WETLAND AND RIPARIAN ECOLOGICAL RESTORATIONPROFESSIONAL SERVICES 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 Biohabitats, Inc., 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:
Scope of Services. The Professional agrees to provide services in accordance with
any project Work Orders for P1126 Wetland & Riparian Ecological Restoration per scope of
services, in Exhibit "B", consisting of one (1) page attached hereto and incorporated herein by this
reference issued by the City. A blank sample of a work order is attached hereto as Exhibit "A",
consisting of one (1) pages and is incorporated herein by this reference. The City reserves the right
to independently bid any project rather than issuing a Work 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 Order.
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 writing by the parties hereto.
4 Contract Period. This Agreement shall commence July 16, 2008, and shall continue
in full force and effect until July 16, 2009, 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. Pricing changes shall be negotiated by and agreed to
by both parties and may not exceed the Denver - Boulder CPI-U as published by the Colorado State
Planning and Budget Office. Written notice of renewal shall be provided to the Service Provider and
mailed no later than ninety (90) days prior to contract end.
stdwopsa rev 07/08
c�ntr€! fabric
ar-.ra
Seed
120
to 400
ides muU)bg. Larger sites
ea:i_.ansira. Seeld cyst
!swithmte. aprm: $?S-
Plantx,sts are I-osed ai Rc..kp Wintain Nall. -a Rants Ganrony whicli are valicl fcr 2<CjO-2011 (aarltrdhg clbGrenv)
[is
P.
WOPSA 05/01
Valid
Tcaliper F25"calipet 13"calil*r
EXHIBT D
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 insured on the Service Provider's general liability and
automobile liability insurance policies for any claims arising out of work performed under this
Agreement.
Insurance coverage's 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.
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.
WOPSA 05/01 4
5. Early Termination by City/Notice. 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 address:
Professional:
Biohabitats, Inc.
Attn: Claudia Browne
1752 Platte Street, Suite 200
Denver, CO 80202
Fort Collins Natural Areas Program
Attn: Rick Bachand
PO Box 580
Fort Collins, CO 80522
event of any such early termination by
With Copy to:
City of Fort Collins
Attn: Purchasing
PO Box 580
Fort Collins, CO 80522
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.
6. Design Proiect 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 accordance with Colorado law, from all damages
whatsoever claimed by third parties against the City and for the City's costs and reasonable
attorney's 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.
2
stdwopsa rev 07/08
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 "C", consisting of two (2) pages, attached hereto and incorporated herein by
this reference. At the election of the City, each Work Order may contain a maximum fee, which 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 amounts 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 approval of the Professional's direct
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.
8. 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.
9. Proiect 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.
10. Monthly Report. Commencing thirty (30) days after Notice to Proceed is given on any
Work Order and every thirty days thereafter, Professional is required to provide the City
Representative with a written report of the status of the work with respect to the Work Order, 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.
11. Independent Contractor. The services to be performed by Professional are those of
3
stdwopsa rev 07/08
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 hereunderfor the payment of
FICA, Workers' Compensation, other taxes or benefits or for any other purpose.
12. 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.
13. 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.
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, 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.
4
stdwopsa rev 07/08
16. 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.
17. 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.
18. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101,
C.R.S., et. seq., Service Provider represents and agrees that:
a. As of the date of this Agreement:
1. Service Provider does not knowingly employ or contract with an illegal
alien who will perform work under this Agreement; and
2. Service Provider will participate in either the e-Verify program created in
Public Law 208, 104th Congress, as amended, and expanded in Public Law 156,
108th Congress, as amended, administered by the United States Department of
Homeland Security (the "e-Verify Program") or the Department Program (the
"Department Program"), an employment verification program established
pursuant to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment
eligibility of all newly hired employees to perform work under this Agreement.
b. Service Provider shall not knowingly employ or contract with an illegal alien to
perform work under this Agreement or knowingly enter into a contract with a
subcontractor that knowingly employs or contracts with an illegal alien to perform work
under this Agreement.
C. Service Provider is prohibited from using the e-Verify Program or Department
Program procedures to undertake pre -employment screening of job applicants while this
Agreement is being performed.
d. If Service Provider obtains actual knowledge that a subcontractor performing
work under this Agreement knowingly employs or contracts with an illegal alien, Service
Provider shall:
1. Notify such subcontractor and the City within three days that Service
Provider has actual knowledge that the subcontractor is employing or contracting
5
stdwopsa rev 07/08
with an illegal alien; and
2. Terminate the subcontract with the subcontractor if within three days of
receiving the notice required pursuant to this section the subcontractor does not
cease employing or contracting with the illegal alien; except that Service Provider
shall not terminate the contract with the subcontractor if during such three days
the subcontractor provides information to establish that the subcontractor has not
knowingly employed or contracted with an illegal alien.
e. Service Provider shall comply with any reasonable request by the Colorado
Department of Labor and Employment (the "Department") made in the course of an
investigation that the Department undertakes or is undertaking pursuant to the authority
established in Subsection 8-17.5-102 (5), C.R.S.
f. If Service Provider violates any provision of this Agreement pertaining to the
duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement.
If this Agreement is so terminated, Service Provider shall be liable for actual and
consequential damages to the City arising out of Service Provider's violation of
Subsection 8-17.5-102, C.R.S.
g. The City will notify the Office of the Secretary of State if Service Provider violates
this provision of this Agreement and the City terminates the Agreement for such breach.
THE;Dirme'ctor
PITY F FORT COLLINS, COLORADO
aes B. O'Neill II, CPPO, FNIGP
of Purchasing &Risk Management
Date: � ,S
Keith
Bich,
an
Date: a
ATTEST:
Corporate Secr tary" `;
stdwopsa rev 07/08
PRESIDENT OR VICE PRESIDENT
EXHIBIT "A"
WORK ORDER FORM
PURSUANT TO AN AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
Biohabitats, Inc.
DATED: July 16, 2008
Work Order Number:
Purchase Order Number:
Project Title:
Commencement Date:
Completion Date:
Maximum Fee: (time and reimbursable direct costs):
Project Description:
Scope of Services:
Acceptance
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.
Professional
User
The attached forms consisting of _ (_) pages
are hereby accepted and incorporated herein, by
this reference, and Notice to Proceed is hereby
given.
City of Fort Collins
By:
James B. O'Neill II, CPPO, FNIGP
Direct6r of Purchasing and Risk Management
(over$60,000.00)
Date:
stdwopsa rev 07/08
EXHIBIT'B"
SCOPE OF WORK
General
• Consultant will submit preliminary wetland and or riparian restoration design and final design
for Natural Resources Program approval. Recommend modifications; work with City
designee to modify restoration prescription.
• Consultant will maintain ongoing communication with the Natural Resources Program
representative during design, construction and for final completion approval.
• Communications will include progress reports, changes in schedule, problems and periodic
inspection details.
• Consultant will oversee and complete any site preparation work required ahead of planting.
• The consultant will provide all construction administration and be responsible for all
monitoring.
• Consultant will ensure quality control over all aspects of project.
Soil Management
• Consultant will ensure soil suitability prior to planting.
• Native topsoil is expected to be salvaged, unless specifically approved by Natural Resources
staff.
• Natural Resources staff must approve of any soils being brought on site.
• Topsoil must be stored in a separate pile from all other soils and in a pile of not more than 4
feet tall. Pile must be labeled as topsoil pile.
• Soils must be replaced with sub -soils on the bottom layer and topsoil on the topmost layer.
Erosion Control
• Erosion control measures (such as silt fence, sediment traps, tracking pads, geofabric and/or
bioengineering measures) shall be installed to prevent sediment from being transported off -
site during construction activities.
• All erosion control efforts must be maintained and in good repair by consultant for the
duration of the project. Consultant must remove silt fence at the end of the project.
Vegetation and Planting guidelines
• Consultant will use only plants native to the Fort Collins region. All plant stock needs to be
approved by Natural Resources staff, before planting or seeding.
• Wetland forb and grass live plant material must be 10 cubic inch Ray Leach supercell size
containers or larger. Woody plant material may be bare -root or larger.
• Consultant shall be responsible for ensuring that outside weed seed is not being brought
onto natural area.
• Salvage plants must be watered immediately following, regularly throughout, and after
construction of site.
• Consultant shall use and retain proof that mulch used in restoration area is certified weed
free.
WOPSA 05/01
EXHIBT C
FEE SCHEDULE
Biohabitats Cost Table
prepared 7 r MW CAB
Category
Rent
Unit
Unit Cost
Installed oast
Comments
Personnel
Professiliaf cervices Rind Sol
H."Ur fate
$ 145,00
1;1) All labor e. for alright ralvv.
Ilr.rlima tour, aWj to houm
v04i.d n.tt.a. or ao hour
cck 3 lima and a ha(.
Professional Services 1
Hurt rate
$ 125.00
'We slsc� hwe an EngirHer
cabej:q of $IC6 which nwo be
appliable fcr some oske. PM
Professional =arvices 2
Hxtr , rate
1 $ 95.00
Sr Env. Se,
Professicm Services 3
ftirly rate
1 $ 8S.01)
Env. Sr
Protessonal Servicas 4
H_ur - rate
75.00
Tech
GI&A toC, al)
Harr l rate
85.00
Labx
lkurN rate
45.00
FCrentan sr operator
tkurty rate
. 35.00
Equip Operate
li_ufty fate
25.00
Entry loyal
mist. Costs
fvlcbilizatmNanotilization bawork sites
in ROOM*
VlprC46a
5Q la.a cf ar Li -ntent
Other braise.. Casts
Plant IAatetial sd11v Z
Plants GJttCtwJood TI'ae 2.5" Caliper hail
and burlap idelivared to Ft Oc insl
iP< iiNs c'al'oifl'es Lsp Aw,- Afra
1300.0-3S0.00
No d,k, rj charya ur ordcm as la
ilNn Cirj linib. w.wil aticraw to Ind
kco.xv.nrirq owrccsf" ltroo
matcdak. Fuvaycg oev and
wrxic .add:ndum tabl>
Plains oct[ .f wCod Traa 5" caliper ball
and Mule IdeLK red to Ft C<Cnsl
1
$ 400.00
No dcn,a7 chary. hr ordcrc a.r to
ilfin Pitt knits 'NQwil allunpl to Ind
leas riab. Forvarying Dto and
malcdab. Fu'wryug acw and
ecrxin rAa add:ndum labla
c;<vcta wl Ixb+ a .ea lSau asr aJ
uu bun,
14Xapp.
Pro, on
shrubs
C ha'ac eHy MI an; tf apt UyIIW fed
to Ft Ccllnsi f F%uws Vrgomna vsr,
rlta(yl4CA ny
1
$15.00-noo
t,45-117
5 sl contaitwr
mancan :urn I wtus atlha ncanal
7!Ju-...,
iao nourrant fPressureitmf
as )
.9
.'S
Sanj,Awr' 'Pruow r _ e41't
ea(fl
$ 14.05
S 44.E
-
ili lbbaf fabtithRISh
nwseosys)
each
$ 14.g5
8 44.SS
Wc.--Ts Rose (Rom woa,Wit
each
14.a5
44M
Threw leaf smtac( RAua wfotwa)
each
$ 14.gs
$ 44.35
Pea.h-laafwillcw (SaiixaFr cWades)
each
$ 14.95
$ 44.86
latiand plugs
tJsbraska sedge(Csr-ee nair¢-xeYluis)
1
$ 0.44
2.04
CGmYi three-sgtkYa (ScfxeJmtgeo.
^un wnaf
i
1.V3
t 3.27
Hardstem tulrush ? S:h,,wJ>dnfe:.AJs
scol
1
Ras
2.4t
Sokstam hulnrhi SChaelx>„iac,us
EeCwImenXANatii'I
11
RuR
t 2.(dt
Arctic wsh Jwxx. coldaold sl
1
. 0.94
2.=4
Rcl: , t lotmtain Iris this nxsscuransls)
I
. 2.85
8.55
alr' ae (Csr-� al IJlL'al
1
0.98
2.at.
S I' Rlahl cr eAtialusrns,
IT
1.w
3.2J
raffle cof 'Irass IS Lna f)eOg:45}'aJ
1
O.f45t
2.04
MIttall a SLIn C/Ner (HeI,$JWVS J)1/I&411 1
L.
tH'yef na l ar A !"�9,i.'cAIA f '