HomeMy WebLinkAbout109224 BROWN & CALDWELL; 150670 STANTEC CONSULTING - CONTRACT - RFP - P1117 CONSULTING ENGINEERING SERVICES FUTURE WATER WW SW FACILITIES CAPITAL IMPROVEMENTSPROFESSIONAL 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 Brown and Caldwell, hereinafter referred to as "Professional' 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 for project Work
Orders for P1117 Consulting Engineering Services For Future Water, Wastewater and
Stormwater Facilities Capital Improvements Work Order Contract, issued by the City, and in
accordance with the scope of services attached hereto as Exhibit "A", consisting of three (3)
pages and incorporated herein by this reference. The services to be performed pursuant to the
Agreement shall be performed in accordance with the Work Schedule stated on each Work
Order. A blank sample of a work order is attached hereto as Exhibit "B", 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. The
Describe how your firm would proceed to establish the source and causes of the
infiltration in the North West Trunk Line. Provide details as to potential innovative
and cost effective solutions your firm may recommend to address the problem.
Include a description of any types of trenchless technology that your firm has
experience with that may offer innovative and desireable results, and enhance
project quality and value.
General Information For Future Work
Consultant should have experience with H2OMap Sewer and Water, model
produced by MWHSoft. The SELECTED CONSULTANT will be expected to
purchase (or already have) the specified modeling software for their own use.
Thus, hydraulic modeling for sanitary and water projects will be prepared using
H2OMap Sewer and/or Water, produced by MWHSoft, Inc. Documentation in
both hard copy and disk format will be required at the working and complete
model levels.
• Hydraulic modeling for stormwater projects will be prepared using HEC-RAS.
Frequencies analyzed shall be the same as provided for in the Master Plan.
Documentation will be provided in both hard copy and disk format will be required
at the Preliminary design level. Residual flood plains will be documented on "as -
constructed" drawings.
• Drawings will be AutoCAD (Version 2008) generated, ink on mylar. "As -
Constructed drawings" will be provided to the City on CD's or DVD's at the
completion of each project. Provide "As -Constructed" stamped, original mylars
at the completion of the project to become the property of the City of Fort Collins
Utility.
• Prepare construction contract documents and specifications using CSI format
and City of Fort Collins modified EJCDC General Conditions, standard front end
and Utility Technical Specifications with modifications.
• Identify all easements or properties required for project construction and prepare
all legal descriptions and exhibits needed by City staff in acquiring these
easements and/or properties.
• All known existing utilities and structures will be identified, located and shown
horizontally and vertically, if possible, in relationship to proposed improvements.
• All applications for permits will be prepared by the consultant.
• Provide construction administration, submittal review and continuous full time
field inspection of the project. Resident Project Representative duties must be
performed with experienced and qualified personnel approved by the Utility.
• Provide all surveying required for the design of the project and baseline control
for contractor use during construction.
Provide all geotechnical services required for the design process and for testing
during construction projects.
Provide detailed written monthly progress reports throughout the duration of the
design and construction of all work. The progress reports will be part of the billing
submitted monthly.
Provide detailed estimate of construction cost at the 50% and 90% levels of
design.
EXHIBIT'B"
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 costs):
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:
51
Date:
City of Fort Collins
Submitted By:
Project Manager
Date:
Reviewed by:
Senior Utility Engineer
Date:
Approved by:
Utilities General Manager
Date:
Approved by:
Director of Purchasing & Risk Management
(if over $30,000.)
Date:
EXHIBIT C
FEE SCHEDULE
MERRICK & COMPANY
Civil Infrastructure
Survey Rate Schedule
Standard Hourly Billing Rates
Effective June 2008
Work Class
Per Hour
PROJECT MANAGEMENT:
Senior Project Manager
$170.00
Project Manager
$145.00
SURVEYING:
Survey Manager
$120.00
Professional Land Surveyor
$90.00
Survey Party Chief
$80.00
Computer Survey Technician (office)
$85.00
Three -Person Crew
$160.00
Two -Person Crew
$145.00
One -Person Crew
$100.00
Three -Person OSHA Health/Safety Trained Crew
$170.00
Two -Person OSHA Health/Safety Trained Crew
$150.00
GIS MAPPING:
GIS Manager
$130.00
GIS Applications Engineer
$100.00
GIS Applications Technician
$80.00
GIS Photogrammetrist
$80.00
GIS Technician
$70.00
ADMINISTRATION:
Clerical
$65.00
OTHER:
Courier
Cost + 15%
Expert Witness Court Appearance
$1,280.00/day
Xerox Copies
$.10/page
Color Copies
$1.00/page
Fax Transmissions
$1.00/page
B&W - Paper
$1.00/sheet
B&W - Vellum (24" X 36")
$5.00/plot
B&W - Mylar (24" X 36")
$10.00/plot
Color - Vellum (24" X 36")
$9.00/plot
Color - Mylar (24" X 36")
$15.00/plot
Blueline/Blackline (24" X 36")
$1.00/sheet
Computer (Special)
$6.68/hour
Analytical Triangulation Instruments
$20.00/hour
Survey Instruments
$5.00/hour
G.P.S. System
$100.00/unit/day
Workstations/Specialized Equipment
$40.00/day
Minimum Charge
$20.00
Vehicle Mileage
$0.55/mile
Truck Minimum Charge
$60.00/day
Vehicle Minimum Charge
$35.00/da
Total Station/Data Collector
$25.00/day
Special Software
Cost + 15%
Other Materials or Equipment
Cost + 15%
Standard rates are subject to review annually.
Client will be notified in writing of any changes.
FEE �� CTLITHOMPSON
SCHEDULE
EFTF.CINENW-CA A2003
Personnel Includes analysis and preparation of reports, calculation time, travel, consultation, sample oreoaration and direct SlloerviSinn of the cTl
on
Investigation
Services
or P
Observation Drilled Pier Installation
and Testing Asphalt Placement and Compaction
Services rl,nfl'PfP Stra,nrh T�0r—...
Fuel charge may be assessed on individual project basis and based on market conditions. - -- --_-
March, 200b
Page 1 of 6
FEE lii} CTLITHOMPSON
SCHEDULE
March, 2008
Page 2of6
FEE
SCHEDULE
EFFECINEAM O-1,M
Asphalt
Laboratory
Testing
Concrete
Testing
Tensile Creep
Does not include engineering of special problems or multiple gradations or AC types.
There are additional charaes for AC or aaareenle additives
Laboratory
Services
CTLITHOMPSON
RR
IN
........ _....... _.........
350
................_..
390
$ 40
Fine
March, 200t3
Page 3 of 6
FEE Ali; CTLITHOMPSON
SCHEDULE111 .
FTFEC1 W MARCH, caffl
Aggregates'
5-Cycle Sodium Soundness' -- ---
- - - 200
- 200
Laboratory
-
5-Cycle_MagnesmmSoundness'
200
200
Services
_
12-Cycle Sodium/ Magnesium Soundness' --
265-
265
(cont'd)
Potential Reactivity (Chemical Method ASTM C289)_
--- 265
- 265
Potential Reactivity (Mortar Bar Method ASTM C227, includes Agg.._Prep)
800
800
Potential Reactivity (Mortar Bar Method ASTM C1260, includes Agg Prep.) -- -
700
700
Potential Reactivity (Mortar Bar Method ASTM C1293 includes Agg Piep)
-.
1,000
1,000
28-bay ASTMC1567.
_
700
700
Micro Duval __- -- -
- -
200 set
RoddedUnit Weight +Voids --_ _ ._ _.
_.-.. 50
_.-.-50
Loose Unit WetghHVoids
--
50
__ ...
50
Specific _Oravdyland AbsorptiW
40 --
40
Staining Test Lightweight Aggregates)
105 -
---- -- ---
Rat, Elongated and Plat and Elongated -_- _
_-- 135- -
__---
Los Angeles Abrasion _._ Small -Sized Aggregate
--_
g5 ----
_- - ""-
---
Large -Sized Aggregate'.__
--_..........
120--
---------
Moisture Coolant
_... '^...
11
and Miscellaneous Testing --- -- 55 / hour
)f Large Pit -Run, Samples (Larger than 12 inch) - - 80 / hour
Concrete' Compressive Strength of Test Cylinders Qncluding "Held" or
Laboratory Compressive Strength of Test Cylinders Cast by Others
Services Prenaretion and Testinn of Cnres rl2nsihr I (i ,,,oc io. Rh
core
Repoit Review (Laboratory Test Results) 100I each
Roper! Review (Ship - in only) 40 / each
March, 2008
Page 4 of 6
FEE
SCHEDULE
FJT-ECTM- MAJRC.FI, taxi
Cement and'
Cement: SulfateExpai
Fly Ash
Compressive
Laboratory
Additional Cu
Services
Time of Settir
Chemical
�� CT'LITHOMPSON
m iHa I ivl x, 4oz) $600
engthTests (6Cubes lMix) 200
30
__
Gilmore orVicat) -- - 160
Blaine or No. 325 Sieve
ng False Set (Paste Mel
�Ul i row wi¢Gin Ui ildlUUIiGU WIrQl',!l
ASTM C 150, Standard Properties
Fly Ash: Loss on Ignition, Moisture
Loss on Ignition, Moisture
Fineness, No. 325 Sieve
nar Bar
Per Set
Alkali Reactivit
/avai axle Alkalies
ASTM C 618, Standard Properties --
Masonry' Block and Segmental Retaining Wall Units:
Laboratory Compressive Strength Tests (Set of
Services Q-Block Test Series �-
Stone
Testing
265
200
85
90
85
575
British Shrinkage (3 Samples / Set with Preparation) --- - --__-- ---325
30leach
Dimensional Analysis (Set of 3) - 75 / set
Fire Rating by UL 618 -_. _. _... _._206
Density Absorption Analysis (Set of 3) - 125 / set
Block Freeze / Thaw, 100 cycle with Preparation 850
Block Freeze / Thaw, 150 cycle with Preparation - - - 1250
Brick: Compressive Strength Tests (Set of 5) - --
1801 set
Coefficient of Saturation, Absorption Analysis (Set of 5)
_
- _--- 150 /set
Absorption by Soaking (Set of 5)
- 1001 set
Initial Rate of Absorption Per Set (Set of 5)
256 / set
Efflorescence (Set of 5)
_
- 1251 set
Dimensional Analysis (Set of 5) -
-- - 751 set
Modulus of Rupture (Flexural Strength) (Set of 5) --
20011 1 set
Brick Freeze / Thaw, 50 cycle, ASTM C 67 - -----
- - 425 / set
Adobe Brick Properties with Report --
- -- 6501set
Report Review (Ship- in only) 40 / each
' Conditions are described by ASTM and related to the moisture condition at the time of testing and direction of rift with regards to the loading faces
Eadh test requires a set of five specimens per conditions from different submitted pieces, each with exact saw air dimensions C 880 - Flexural slminIxi testing is to Its
performed using the producers intended thickness Saw culling is charged at BOO /hour. Expect 1--1/2 hour minimum culling time for each test method (5 samples),
except for spedlic gmvitylabsorption We do not perform ASTM C 241; Abrasim Resistance or ASTM C 1028; Confident of Fricllon.
Wet/Perpendicular Wet/Parallel Drv/Perpendinular Div t Parailm
Masonry Mortar and Grout:
March, 2008
Page, 5 or 6
parties acknowledge that the sub -contractors CTL Thompson and Merrick and Associates, 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. 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. Renewals and pricing changes shall
be negotiated by and agreed to by both parties. The Denver Boulder Greeley CPIU published by
the Colorado State Planning and Budget Office will be used 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:
Brown and Caldwell
Attn: Pat Roman, P.E.
1697 Cole Boulevard, Suite
200
Golden, CO 8040
City of Fort Collins
Attn: Sue Paquette
700 Wood Street
Fort Collins, CO 80524
With copy to:
City of Fort Collins
Attn: Purchasing
PO Box 580
Fort Collins, CO 80522
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
Utility PSA WO rev06/07
FEE CTL I THOMPSCN
SCHEDULE
EFFECINENWICl1,20
Laboratory Mortar Mix (6 Cubes Per Ma) S 175
Services INaterRetentivity Test -- _- -_- __-- -gp
Tests and Preparation of
Tests and Preparation of
Masonry Prisms (8-inch Width)
Hollow Prisms, Brick
-- _- -70
Hollow Prisms, Block - 2 Course Maximum �- _-
- _-- -- - 70
Hollow Prisms, Block - Over 2Courses
100
Grout -Filled Prisms, Brick
100
Grout -Filled Prisms, Block - 2 Course Maximum
80
Grout Filled Prsms, Block - Over 2 Courses
105
Quote on
Masonry Prisms (10-inch or 12-inch Width):
--
IlollowPrisins,Brick ----
.- 100 each
Grout -Pilled Prisms, Block 2 Course Max
-
1001 each
Hollow block, Over 2 Courses
_
-- 1301 each
Grout Filled Prisms, Brick
160 / each
Laboratory Sawing of Specimens
- 80 /hour
Report Review (Laboratory Test Results)
- - - 1001 each
Report Review (Ship - in only) -
- - - 401 each
Steel
Ultimate Tensile Strength _
g 100
Laboratory
_.
Percent Elongation -
- - -- - - _7:15
Services
Yield Strength --�-- -
-- ._. 15
Reduction of Ai _.. _..... _.. _..
_.. _. ._..-�:15
Hollow or Circular Samples
__ - __ � 15
Torsional Strength Tests and Calibrations (up to 1 Million in-lbs.)
- - - - 100
Tensional Testing of Helical Piers, other Items or Materials - -- -
- - Quote on Request
Wood
Wood Moisture Testing (Lamp Method) with Report
$ 85l set
Product
_...._.
Services
March, 2008
Page 6 of 6
Brown and Caldwell Schedule of 2008 Hourly Billing Rates
A Office/Support Services 1 $45
' Word Proses5orI
B:i Drafter-Tralnes - ,Field SetVICe Technician i, ; Oftide/Support Servib@§ II $54 d?
C Assistant Drafter
C
Engineer
Senior Drafter
Senior Illustrator
Inspector
Field Service Technician II
Geologist/Hydrogeologist I
Scientist I
Senior Field Service Technician
Word Processor II
Office/Support Services III $62
Accountant ll
Word Processor IV $86
Engineer III
Inspector III
Senior Designer
Supervising Drafter Geologist/Hydrogeologist III Accountant IV
G Supervising Illustrator Scientist III Administrative Manager $118
Principal Engineer
Principal Construction Engineer Principal Geologist/Hydrogeologist
I Supervising Designer Principal Scientist Corp. Contract Administrator $152
Managing Geologist/Hydrogeologist
K Managing Engineer Managing Scientist Area Bus Ops Mgr IV $191
Chief Engittee� Chief Scientist ;
L Exeeuti3e Engineer ' , Chief CaeolpgisUHydr'ogeofagisr CQrp.Marketing Comm. MgC $191
M Vice President $191
N SeniorYiI ristdent $191
O President/Executive Vice Pres. $191
P Chief Eye^eeufive Offider , . _ $1§t
M:TY2008TW Collins\09_Negotiation\2008 GSA Billing Rates\2008 GSA Billing Rates.xis
Brown and Caldwell Schedule of 2008 Hourly Billing Rates
Hourly rates based off of GSA Brown nd Caldwell Rates and include APC
M:\FY2008\Fort Collins\09_Negotiation\2008 GSA Billing Pates\2008 GSA Billing Rates.xis
Professional's obligations under this Agreement. Such payment shall be the Professional's sole
right and remedy for such termination.
6. Desion, 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 accordance with
Colorado law, from all damages whatsoever claimed by third parties against the City and for the
City's costs and reasonable attorneys fees arising directly or indirectly out of the Professional's
negligent performance of any of the services furnished under this Agreement. The Professional
shall maintain commercial general liability insurance in the amount of $500,000 combined single
limits, and errors and omissions insurance in the amount of 1,000,000.00.
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 nine (9) 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. The parties acknowledge that the
sub -contractors: Merrick & Company and CTL/Thompson 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
Utility PSA WO rev06/07
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. 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. 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.
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 Professional's 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
Utility PSA WO rev06/07
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.
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
Utility PSA WO rev06/07
jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this
Agreement.
18. Prohibition Against Employ
ing 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.
G. 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
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
Utility PSA WO rev06/07
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.
Utility PSA WO rev06/07
THE CITY OF FORT N01-4LIN,LORADO
By: ; % ✓
Darin Atteberry
City Manager
®,xj•Cat< .•...4
iS By: tr L%
®; Ja es B70N"e
, CPPO, FNO IGP
Dir ctor rchasing & Risk Management
3: y✓
f�� I
°. rp Date: �
brown and Caldwell
By:
Title: Viet ere s: de,.f
CORPORATE PRESIDENT OR VICE PRESIDENT
Date: -7)Z,5Z vg
ATTE T: �
r--.,. (Corporate Seal)
Corporate Secretary
Utility PSA WO rev06/07
EXHIBIT A
SCOPE OF SERVICES
General Description
The intent of the City of Fort Collins Utilities is to award a contract to a qualified consultant for
engineering consultation services during the design and construction phases of water,
wastewater, and stormwater infrastructure improvement and rehabilitation projects.
The selected consultant may be retained by the City of Fort Collins Utilities annually for up to
five years to provide studies, system modeling, engineering design, bidding services, surveying
and construction management services for projects as they are required. Projects may be
related to water pipelines, stormwater and sanitary sewer pipelines, drainage channels,
detention ponds, improvements at the City's Water Treatment Facility and Water Reclamation
Facilities, and development and modification of water distribution and wastewater collection
systems models.
The City of Fort Collins Utilities envisions an increasing need for innovative engineering
solutions for the rehabilitation of ageing underground water, wastewater, and stormwater
systems. Project designs will seek to minimize the impacts to neighborhoods and the
environment by fully utilizing trenchless technologies and sustainability strategies.
Projects will be managed using the Alternative Product Delivery System (APDS). The selected
consultant will be part of a project team consisting of City of Fort Collins Utility staff, project
construction company staff, and the engineering consultant staff. All team members will
participate in the project from project conception, through the design phase, and during
construction. Participation by all team members throughout the project is expected to
encourage innovation and enhance project quality and value.
Work will be on an as needed basis with the scope of work to be defined and a work order
negotiated prior to the time the work on each project is commenced. Since January 1, 2007, the
utility has expended approximately $400,000 under the prior work order contract. This amount
is provided as an indicator of work, but should not be interrupted as a guarantee of future work.
Interested firms are encouraged to visit with the above named project manager(s) to better
understand the RFP and associated future work.
Project Requirements
1. A description of water, wastewater, and storm water projects your firm and design
team has worked on in the past 5 years that utilized innovative design concepts and
trenchless technology, Le, boring tools which include pipe pulling, pipe ramming,
pipe bursting, sliplining and directional boring equipment; tunneling; liners; etc.
2. The City of Fort Collins Utilities has undertaken and completed an infiltration study of
the ageing NW Sanitary Sewer Trunk Line. The study indicated that the portion of
the trunk line between Shields Street and the town of Laporte, Colorado, which is
served by the trunk line, is experiencing significant infiltration. This infiltration results
in undesirable treatment cost increases at the sewage treatment facility.