HomeMy WebLinkAbout214608 PBS&J; INTERWEST CONSULTING GROUP - CONTRACT - RFP - P1124 CIVIL ENGINEERING ANNUAL (2)PROFESSIONAL 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 Interwest Consulting Group hereinafter referred to as
Professional and/or 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 Scope of Services The Professional agrees to provide services in accordance
with any project Work Orders for P1124 Civil Engineering Annual issued by the City in
accordance to RFP documents and the Scope of Work attached hereto as Exhibit "B
consisting of one (1) page and is incorporated herein by this reference A blank sample of a
work order is attached hereto as Exhibit A consisting of one (1) page 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 15 2008 and shall
continue in full force and effect until July 15 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
1
EXHIBIT C
Fee schedule
2008 ComraOt Rates - City of Fort Collins Interwest Consulting Grou
Position Task
Rate
Position Task
Rate
Irm most consurtira Group
VF Riotev and Associates
Indor
ncpal
$12000
hour
nncipal
$16000
hour
Nor Project Manager
$105 00
hour
Mdor 11
$12000
hour
31roIacl Manager
$100 00 r
hour
I
Et 10 00
hour
nnr Prolact Engineer
$92 00,
hour
Mariagor N
$85 00
hour
ropctEngneer
$8700
hour
MmiagerIN CoordmdorfV
$8000
how
Design Engmaer
$75 00
hour
Mainagarll Gooslmator III
$75 00
how
Iona l
$50 00
hour
Maragor I CoorMnator 11
$70 00
how
esrgner II Goorc rimer I
$65 00
hour
+ lamDesigner
l
$60 00
how
A Structural Engineer
$108 00
hour
Intom It
$55 00
hour
Nor DraRer
$85 00
hour
IrKom 1
$50 00
hour
dnliustratNe
$4000
hour
Bred Lend
$88 00
hour
Protect Manager
$78 00
hour
Principal GrvilEngineer PE
$110 00
r hour
Technician 1
$68 00
hour
Senior Designer Engineer
$85 00
hair
Technician 11
$61 00
hour
Irrigation DoWvr Engineer
$75 0o
how
Technician IN
$51 00
hour
Survey Grew
$t3400
hour
ELB Enai Benno
perlWrness
$17600
hour
TrafficEngineer
$12000
hour
lencal
$3450
hour
ATV
$22 00
hour
Westem States Land Aeauraiwns
Supervisor
Monument Burr
$80 00 each
$6500
how
Right of Way Agent 1
$60 00
how
Earth En in rim Consultants
Right of Way Agent 2
$55 00
hour
eNorPropct ngineer
$lt000
hour
Staff Assistant
$3500
hen
Project Engmer
$95 00
� hour
FacsimileTransmissions
$1 00
shoot
Field Itrngirear
$75 00
hour
ran 111
hra
$6000
hourhnictan
II
$5000
hour
ppraiser Lump Sum Fee Per Job
hrrcian1
$4000
hour
ing 0 to 10 w typical lab testing
$400 00
bore
ypIQN
ing l0to25Wtypicallabtesting
In
$55000
bore
stmmstrg Specifications PTCWV
$85 0o
hour
uN Tmw Field Construction Mngrlt
$65 00
hour
MIM
cpal
$11500
hour
Colorado gonna Comnoerw
WONrneMal and Water Law Attorney
$110 00
hour
Aft Pothole
$150 00
hole
NcrErgronmortalEnglneerrSaerrtst
$9600
hour
Env Sawms I I Landscape Designer
$75 00
hour
Camps Services
Historic Pwswvahon Specialist
$75 00
hour
Single Lap Street Closure for Borings
$750 00
day
Historian Archaeological Specialist
$50 00
hour
Other services on a per lob basis
Senior GIs Spactaw
$96 00
hour
IS Specialist II
$75 00
Four
Resrdwrsablas
IS Specalist 1
$50 00
hour
Mileage
$0 58
Mlle
nWornentaf Scientist 1
1eW Technician
$59 00
$48 00 ,
hour
hour
Copies (8 1n x 1 t }
Pnrtst24 x 36 1
$0 20
$2 50
copy
+ shoot
achrrcal ScIrtor
$7500
hour
Wlar(24'r 36?
$1500
Sheet
drlor Graphics Specmhst
$60 00
hour
uIDGAD GISTechrrcon
$5000
hour
Giddings Drill R
$175 00 r day
I
10
EXHIBIT D
As per section VIII A , II , 2 , f), of your contract with CDOT the local agency shall ensure that its
consultant contract complies with the requirement of 49 CFR 18 36(1) and contains the required
provisions as well as the following language which shall be included verbatim
1) The design work under this contract shall be compatible with the requirements of a
separate contract between the Local Agency and the State (which is incorporated
herein by this reference) for the design/construction of the project The State is an
intended third party beneficiary of this contract for that purpose
2) 'Upon advertisement of the project work for construction the consultant shall make
available services as requested by the State to assist the State in the evaluation of
construction and the resolution of construction problems that may anse during the
construction of the project
3) The consultant shall review the construction contractors shop drawings for
conformance with the contract documents and compliance with the provisions of the
State s publication Standard Specifications for Road and Bridge Construction in
connection with this work
FEDERAL REQUIREMENTS
Federal laws and regulations that may be applicable to the Work include
A The Uniform Administrative Requirements for Grants and Cooperative Agreements to State and
Local Governments (Common Rule), at 49 Code of Federal Regulations Part 18 except to the
extent that other applicable federal requirements (including the provisions of 23 CFR Parts 172
or 633 or 635) are more specific than provisions of Part 18 and therefore supersede such Part 18
provisions The requirements of 49 CFR 18 include without limitation
1 the Local Agency/Contractor shall follow applicable procurement procedures as required by
section 18 36(d)
2 the Local Agency/Contractor shall request and obtain prior CDOT approval of changes to any
subcontracts in the manner and to the extent required by applicable provisions of section 18 30,
3 the Local Agency/Contractor shall comply with section 18 37 concerning any subgrants
4 to expedite any CDOT approval the Local Agency/Contractor's attorney or other authorized
representative shall also submit a letter to CDOT certifying Local Agency/Contractor
compliance with section 18 30 change order procedures and with 18 36(d) procurement
procedures and with 18 37 subgrant procedures as applicable
5 the Local Agency/Contractor shall incorporate the specific contract provisions described in
18 36(1) (which are also deemed incorporated herein) into any subcontract(s) for such services as
terms and conditions of those subcontracts
B Executive Order 11246 of September 24 1965 entitled Equal Employment Opportunity ' as
amended by Executive Order 11375 of October 13, 1967 and as supplemented in Department of
Labor regulations (41 CFR Chapter 60) (All construction contracts awarded in excess of $10,000 by
grantees and their contractors or subgrantees)
C The Copeland Anti -Kickback Act (18 US C 874) as supplemented in Department of Labor
regulations (29 CFR Part 3) (All contracts and subgrants for construction or repair)
D The Davis -Bacon Act (40 U S C 276a to a-7) as supplemented by Department of Labor regulations
(29 CFR Part 5) (Construction contracts in excess of $2 000 awarded by grantees and subgrantees
when required by Federal grant program legislation This act requires that all laborers and mechanics
employed by contractors or sub -contractors to work on construction projects financed by federal
assistance must be paid wages not less than those established for the locality of the project by the
Secretary of Labor)
E Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U S C 327-330) as
supplemented by Department of Labor regulations (29 CFR Part 5) (Construction contracts awarded
by grantees and subgrantees in excess of $2,000, and in excess of $2,500 for other contracts which
involve the employment of mechanics or laborers)
F Standards orders or requirements issued under section 306 of the Clear Air Act (42 U S C
1857(h) section 508 of the Clean Water Act (33 U S C 1368) Executive Order 11738 and
12
Environmental Protection Agency regulations (40 CFR Part 15) (contracts, subcontracts and
subgrants of amounts in excess of $100,000)
G Mandatory standards and policies relating to energy efficiency which are contained in the State
energy conservation plan issued in compliance with the Energy Policy and Conservation Act
(Pub L 94-163)
H Office of Management and Budget Circulars A-87 A-21 or A-122 and A-102 or A-110
whichever is applicable
I The Hatch Act (5 USC 1501-1508) and Public Law 95-454 Section 4728 These statutes state
that federal funds cannot be used for partisan political purposes of any kind by any person or
organization involved in the adrmmstration of federally -assisted programs
J 42 USC 6101 et sea 42 USC 2000d, 29 USC 794, and implementing regulation 45 C F R Part
80 et seq These acts require that no person shall on the grounds of race, color national
origin age or handicap be excluded from participation in or be subjected to discrimination in
any program or activity funded in whole or part by federal funds
K The Americans with Disabilities Act (Public Law 101-336 42 USC 12101 12102 12111-
t2117 12131-12134, 12141-12150, 12161-12165, 12181-12189 12201-12213 47 USC 225 and
47 USC 611
L The Uniform Relocation Assistance and Real Property Acquisition Policies Act as amended
(Public Law 91-646 as amended and Public Law 100-17 101 Stat 246-256) (If the contractor
is acquiring real property and displacing households or businesses in the performance of this
contract)
M The Drug -Free Workplace Act (Public Law 100-690 Title V subtitle D 41 USC 701 et se
N The Age Discrimination Act of 1975, 42 U S C Sections 6101 et seq and its implementing
regulation, 45 C F R Part 91
Section 504 of the Rehabilitation Act of 1973 29 U S C 794 as amended and implementing
regulation 45 C F R Part 84
O 23 C F R Put 172 concerning Administration of Engineering and Design Related Contracts
P 23 C F R Part 633 concerning 'Required Contract Provisions for Federal -Aid Construction
Contracts
Q 23 C F R Put 635 concerning Construction and Maintenance Provisions
R Title VI of the Civil Rights Act of 1964 and 162(a) of the Federal Aid Highway Act of 1973
The requirements for which are shown in the Nondiscrimination Provisions, which are attached
hereto and made a part hereof
APRIL 1980
13
Nondiscrimination Provisions
In compliance with Title VI of the Civil Rights Act of 1964 and with Section 162(a) of the
Federal Aid Highway Act of 1973 the Contractor for itself its assignees and successors in
interest agree as follows
A Compliance with Regulations The Contractor will comply with the Regulations of the
Department of Transportation relative to nondiscrimination in Federally assisted programs
of the Department of Transportation (Title 49 Code of Federal Regulations, Part 21
hereinafter referred to as the Regulations ) which are herein incorporated by reference and
made a part of this contract
B Nondiscrimination The Contractor, with regard to the work performed by it after award and
prior to completion of the contract work will not discriminate on the ground of race color
sex mental or physical handicap or national origin in the selection and retention of
Subcontractors including procurement of materials and leases of equipment The
Contractor will not participate either directly or indirectly in the discrimination prohibited
by Section 215 of the Regulations, including employment practices when the contract
covers a program set forth in Appendix C of the Regulations
C Solicitations for Subcontracts, Including Procurement of Materials and Equipment In all
solicitations either by competitive bidding or negotiation made by the Contractor for work to
be performed under a subcontract including procurement of materials or equipment each
potential Subcontractor or supplier shall be notified by the Contractor of the Contractors
obligations under this contract and the Regulations relative to nondiscrimination on the
ground of race, color, sex mental or physical handicap or national origin
D Information and Reports The Contractor will provide all information and reports required
by the Regulations, or orders and instructions issued pursuant thereto and will permit access
to its books records accounts other sources of information and its facilities as may be
determined by the State or the FHWA to be pertinent to ascertain compliance with such
Regulations, orders and instructions Where any information required of the Contractor is in
the exclusive possession of another who fails or refuses to furnish this information the
Contractor shall so certify to the State, or the FHWA as appropriate and shall set forth what
efforts have been made to obtain the information
E Sanctions for Noncompliance In the event of the Contractors noncompliance with the
nondiscrimination provisions of this contract, the State shall impose such contract sanctions
as it or the FHWA may determine to be appropriate including but not limited to
I Withholding of payments to the Contractor under the contract until the Contractor
complies and/or
2 Cancellation termination or suspension of the contract in whole or in part
14
F Incorporation of Provisions The Contractor will include the provisions of paragraphs A
through F in every subcontract, including procurement of materials and leases of equipment,
unless exempt by the Regulations orders or instructions issued pursuant thereto The
Contractor will take such action with respect to any subcontract or procurement as the State
or the FHWA may direct as a means of enforcing such provisions including sanctions for
noncompliance provided however, that in the event the Contractor becomes involved in or
is threatened with litigation with a Subcontractor or supplier as a result of such direction,
the Contractor may request the State to enter into such litigation to protect the interest of the
State and in addition the Contractor may request the FHWA to enter into such litigation to
protect the interests of the United States
15
Certification for Federal -Aid Contracts
The contractor certifies, by signing this contract to the best of its knowledge and belief that
No Federal appropriated funds have been paid or will be paid by or on behalf or the
undersigned, to any person for influencing or attempting to influence an officer or employee
of any Federal agency a Member of Congress an officer or employee of Congress or an
employee of a Member of Congress in connection with the awarding of any Federal loan
the entering into of any cooperative agreement and the extension, continuation, renewal
amendment or modification of any Federal contract grant loan or cooperative agreement
2 If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or of Congress, or an employee
of a Member of Congress in connection with this Federal contract grant, loan, or
cooperative agreement the undersigned shall complete and submit Standard Form-LLL
Disclosure Form to Report Lobbying in accordance with its instructions
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into Submission of this certification is a prerequisite for making
or entering into this transaction imposed by Section 1352 Title 31 U S Code Any person who
fails to file the required certification shall be subject to a civil penalty of not less than $10 000
and not more than $100 000 for each such failure
The prospective participant also agree by submitting his or her bid or proposal that he or she
shall require that the language of this certification be included in all lower tier subcontracts
which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly
Required by 23 CFR 635 112
16
COLORADO DEPARTMENT OF TRANSPORTATION
CERTIFICATE OF PROPOSED
DBE PARTICIPATION FOR
CMS #
Anticipated Location(s)
Project#
Sheet
PROJECT SPECIFIC (PS)
of
CONSULTANT CONTRACTS
Contract DBE Goal
a/o
Will Your DBE % Meet The Goal (box C)�
Bills
YES NO
Instructions For Prime Consultant
An officer of the consultant must compete and submit an original copy of this form as part of me Commendation Section of your PS contract
Statement Of Interest (SOP
Submit a separate CDOT Forin #1331 for each proposed DBE
Attach a signed etterofACCeptanCe and copy of DBE certificate from each DBE firm
Retain a photocopy for your records
INOTE See 49 CFR part 26 55 and the DBE Defirotxxis and Requirements section of the contract for further information concerning counting DBE
participation toward the contracts DBE goal )
NAME OF DBE SUBCONSULTANT
ITEMS OF WORK TO BE PERFORMED
BY DBE SUBCONSULTANT
REQUIRED ATTACHMENTS ❑ Letter of Acceptance ❑ DBE certificate
A) What percentage of the overall contract is this proposed subcontract supplylvendor contract OR
service/broker contract?
A> e/
NOTE Calculate % based on actual subcontractor dollars and not pnme contract prices Only report % amounts
o
that are eligible for Counting toward the contract goal See DBE DefifaPlans and Reativervents in contract
B) What is the total percentage value of proposed DBE participation from prior sheets/forms?
B> %
C) What is the accumuiahve percentage value of the overall contract that is committed to DBEs'2
C> %
C-[A + B]
1 certify that
• my company has accepted a proposal from the DBE subconsukant named above
• my company has notrried the proposed DBE subconsultant of the commitment % of work (Letter of Acceptance is attached)
my company s use of the proposed DBE subconsultant for the items of work listed above is a condition of the contract award
• my company will not use a substitute DBE subconsultant for the proposed DBE subconsultants failure to perform under a fully
executed subcontract unless my company complies with the DBE Definitions and Requirements section of the contract
• In addition if my company does not meet the intended DBE goal for this contract and is unable to document adequate good
faith efforts I understand that my company will receive a poor contract performance rating from COOT which will negatively
impact the sconng of our Statements Of Interest (SOI) on future COOT contracts
1 declare under penalty of perjury in the second degree and any other applicable state or federal laws that the statements
made on this document are true and complete to the best of my knowledge
COMPANY NAME
DATE
COMPANY OFFICER SIGNATURE
TITLE
uDOT Form 1331 1+g
17
ACO CERTIFICATE OF LIABILITY INSURANCE
�„
PRODUCERTHIS
Van Glider Insurance Corp
700 Broadway SUN& 1000
Denier CO 8020E
CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
303 837-8500
INSURERS AFFORDING COVERAGE
rea/R®
Intarvsest Consulting Group
1076 Lincoln Place
Boulder CO 80302
wM
s RER x HarNaCasually Insurance CO
INSURER B Hartford Insraance Group
INSURER c Hartford Accident and Indemnity Co
r o XL Specialty Insurance Cornpan y
NNSIIRER E
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
L
TYPE OF INSURANCE
aOLICYNI
PDATE(MWMduc�ovWnvE
EIPRAM
Letts
A
N36MLLIAB<nY
COMMERCIAL GENERAL LIABILITY
ClA1N3 MADE OCCUR
34SBAPA7634
06/01108
06101/09
EACH OCCURRENCE
s 000000
X
FIRE DAMAGE Ww " It.)
s10W000
HIED EXP (My arc Irani)
510800
PERSONAL S ADV INJURY
$000
GENERAL AGGREGATE
34000 000
GENL
AGGREGATE LIM ITAPPL TES PER
POLICY PRO Lm
PRODUCTS CowioPAGG
s4000000
B
AUTOwOBNP
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIREDAUTos
NON-OVWH AUTOS
34UECN04896
06/01/08
0610'1109
COMBINED SINGLE LINT
(Ea caas)
s1 000 D00
X
BODILY INJURY
(Parvalam)
X
BODILY INJURY
(Peres d.1*)
a
X
PROPERTY DAMAGE
(PW -M.l
f
OARA� LIABILITY
ANV AUTO
AUTO ONLY EA ACCIDENT
a
OTHER THAN EA ACC
AUTO ONLY AGG
f
s
A
mmessu^mum/
X OCCUR ❑ CLAW MADE
DEDUCTIBLE
X RETE m $18 000
34SBAPA7634
06101m
06/01/09
EACH OCCURRENCE
$1000O00
AGGREGATE
sl.ODO,000
a
s
Is
C
BONIERSCOMPEIM&TINAND
E PLOYEt4J UABurY
341NEGKC7038
06mmll
06M109
X We srATlr TI7-
E L. EACH ACCIDENT
f1 000 000
ELOISEASE EAEIPLOYEE
a1 000000
ELDTSEASE POLUCYLNIR
$11W0000
D
Professional
Mldy
Larms Made
DPR9607455
11/14107
11114108
$2,000 000 per clean
$2 000 000 annl aggr
DENIIPIIONOFOFBMTNxNIDCATMNJSf EHICLEIOCCLyNONBAOBLOMHpOR888R/8PBCA LROW19K S
RE P1124 Cwil Engkmering Anmual
N required by wrtften contract or wrttten agreenLent, the City of Fort Collins
is aiciuded as Additional Insured for ongang operations udder
General Liability and Automobile Liability with respect to the above referenced
(See Attached Descnptio s)
City of Fort Collins
Atln Mark Laken
P O Box 580
Fort Collins CO 80522
I
ACORD 2S-S (YIM1 of 3 #SS38793NA533981
SHOULD ANYOFTHEABOVE DESCRIBED POLICESSECANCEL ED BEFORE THE E)PRAR N
DATE THEREOF THE MIMING INSURER WILL ENDEAVOR TOMAIL 30—DAYSWBTIEN
NOTICETOTHE CERTIFICATE NOIDERNMIEDTOTHELE" BUTFAILURE TODOSOSHALL
IMPOSE NOOBUGATION OR UABILITYOF ANYIUND UPON THE INSURERITS AGENTS OR
Ag:OR= REPRE
198E
A 7/18/2008 13 50 Van Gildet Insurance Corp Colette 19n1ton- City of Ft Collins 3/4
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
ACORD25S(7197)2 of 3 #S538'793/M533981
by and agreed to by both parties using the Denver - Boulder CPI U as published by the
Colorado State Planning and Budget Office as a guide Written notice of renewal shall be
provided to the Service Provider and mailed no later than ninety (90) days prior to contract end
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
City
With Copy to
INTERWEST CONSULTING
City of Fort Collins Engineering
City of Fort Collins
GROUP
Attn Mark Laken
Attn Purchasing
Attn Michael Oberlander
P O Box 580
PO Box 580
1218 W Ash Suite C
Fort Collins CO 80522
Fort Collins CO 80522
Windsor CO 80550
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
6 Desion. 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
2
# 7/18/2008 13 50 Van WIdei Insw vice Coip Colette IV,)Iton-*City of Ft Collets 4/4
DESCRIPTIONS (Continued from Page 1)
10 days notice of cancellation will be given for nonpayment of premium
AMS 25 3 (07197)
negligent performance of any of the services furnished under this Agreement The Professional
shall maintain commercial general liability insurance in the amount of $500 00 combined single
limits and errors and omissions insurance in the amount of 1,000,000
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'C consisting of one (1) page(s), 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 The parties
acknowledge that the sub -contractors Smith Environmental San Engineering, Western States
Land Services, Earth Engineering, ELB Engineering, VF Ripley, White Pine Consulting, Value
Consultants Carnes Services King Surveyors and Hines Irrigation, Vizion Colorado Boring
Company 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 exceed the rates listed in Exhibit "C the excess
amount shall not be paid or owed by the City The limitation on increases in prices set forth in
section 4 herein shall apply to all rates listed in Exhibit C including subcontractor rates
Monthly partial payments based upon the Professionals 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 Professionals 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 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 Professionals compensation hereunder for 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 Citys 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
n
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
16 Bmdina 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/Severabdity 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 Aaainst Emolovina 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
5
2 Service Provider will participate in either the a 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 wdh an illegal alien to
perform work under this Agreement or knowingly enter into a contract wdh 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 a -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
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 wdh 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
19 Special Provisions Special provisions or conditions relating to the services to
be performed pursuant to this Agreement are set forth in Exhibit "D", CDOT and Federal
Requirements consisting of Seven (7) pages attached hereto and incorporated herein
by this reference
THE CITY OF FORT COLLINS, C�O,LOR�ADD�O�TX
`OF FORT O
SE ��! By
Az grmso
B ONei II, CPPO FNIGP
r of Purchasing & Risk Management
'�ORADO Date
a
Title
TE PRESIDENT OR VICE PRESIDENT
Date /8 Law
e `
r
A ST
A 410 J
v
(Corporate Seal) ; f
Corporate Secret
7
EXHIBIT A
WORK ORDER FORM
PURSUANT TO AN AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
INTERWEST CONSULTING GROUP
DATED July 15 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
M
Date
User
The attached forms consisting of _ U pages
are hereby accepted and incorporated herein by
this reference and Notice to Proceed is hereby
given
City of Fort Collins
0
James 0Neill 11 CPPO FNIGP
Director of Purchasing and Risk Management
(over $30 000 00)
Date
EXHIBIT B
Scope of work
On -Call Civil Enarneerina Design. Draftina and Survewna Services
The Consultant will work closely with City Project Managers to design and/or draft conceptual, preliminary
and final improvement plans Some project specific surveying may also be required to facilitate the design
The Consultant will be responsible for producing plan documents under the direction of a City Project
Manager The plan documents will consist of, but not be limited to, the following removals, plan views
profile views, cross sections general notes specifications construction notes and details suitable for
construction The Consultant may also assist in the roadway alignment, calculation of plan quantities, plans
required for right of way acquisition and other work related to producing plan documents It is essential that
the successful Consultant be familiar with the Larimer County Urban Area Street Standards (LUCASS) and
CDOT requirements and procedures Additional requirements may include
• Researching existing panel and right -of way boundaries, legal descriptions, easements water
rights, etc
• Creating displays and graphic representations of various design project elements for meetings
and/or City Council hearings
• Attend coordination and review meetings, public meetings, property owner meetings
• Coordination with other consultants (geotechnical, bridge, etc )
When the City provides survey data, that data will be provide in an ASCII file — comma delineated format
(point number northing, eastmg elevation, description)
For new projects the Consultant may be required to provide design drafting and/or surveying services In
such case, the Consultant will work closely with a City Project Manager to produce the best possible design
and within the budget constraints associated with that project Survey data is usually collected by City
crews however, there may be certain instances where the Consultant will be required to collect their own
survey data because of City staff s workload The City does not require a specific design software to be
used, but final drawings shall be submitted to the City in AutoCAD
Our anticipated need for design and drafting work is expected to be on an as needed basis The
Consultant should expect that services required for individual projects could range up to 500 hours
depending on the complexity of the project(s)
The City is seeking Consultants that can excel at delivering projects with complex requirements (City and
CDOT Standards, Federal Funding, publicly controversial projects, etc ) Equally important is the
Consultant s ability to quickly efficiently and cost effectively complete small, straightforward projects
W