AGREEMENT FOR SERVICES

Similar documents
AGREEMENT FOR SERVICES

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

REQUEST FOR QUALIFICATIONS

City of Merriam, Kansas

AGREEMENT FOR TRANSPORTATION SERVICES

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

West Ridge Park Ballfield Light Pole Structural Assessment

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

PUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

Request for Proposal

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR QUALIFICATIONS Engineering Services for Aerial Sewer Line Construction Project SOUTH GRANVILLE WATER AND SEWER AUTHORITY October 31, 2018

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

Telemetry Upgrade Project: Phase-3

Black Hawk County Engineer

REQUEST FOR PROPOSALS

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

W I T N E S S E T H:

MIDDLESEX COUNTY UTILITIES AUTHORITY

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.

PERSONAL SERVICES CONTRACT

City of Loveland, Ohio

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

RE: APPROVAL OF COOPERATIVE AGREEMENT WITH ITASCA WATER LEGACY PARTNERSHIP, INC.

GRAND TRAVERSE COUNTY ROAD COMMISSION

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

Request for Proposal Public Warning Siren System April 8, 2014

City of Beverly Hills Beverly Hills, CA

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

AGREEMENT REGARDING On-Call CONSULTANT SERVICES. Agreement No.

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) Pavement Repair Projects Ad Ready Design (PS&E) August 2018

Staff Report. City Council Sitting as the Local Reuse Authority

RFP NAME: AUDITING SERVICES

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

Litchfield Planning and Zoning Commission RFP/RFQ Request for Proposal/Qualifications Aquifer, Subdivision, & Zoning Revision

PROPOSAL LIQUID CALCIUM CHLORIDE

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

Real Estate Management Agreement

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CONSTRUCTION MANAGEMENT SERVICES FOR A NEW AUTOMOTIVE BUILDING AND VARIOUS PROJECTS THRU FY 17 LAKES REGION COMMUNITY COLLEGE LACONIA, NH

REQUEST FOR PROPOSAL. To Provide. Professional Design Services. For. GORE VALLEY TRAIL IMPROVEMENTS Chamonix Road to Matterhorn Circle

NAPA SANITATION DISTRICT Napa, California

Town of Eagle Eagle River Park Project Manager Solicitation Applications due before 5 PM, February 9, 2017

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

Champaign Park District: Request for Bids for Playground Surfacing Mulch

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA

GREENVILLE UTILITIES COMMISSION

Asbestos Survey Services

CONTRACT NO. AGREEMENT BETWEEN THE CITY OF CHEYENNE AND THE CHEYENNE ANIMAL SHELTER/SERVICES

REQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers

REQUEST FOR QUALIFICATIONS 3096 ARCHITECTURAL & ENGINEERING SERVICES WORKFORCE DEVELOPMENT AND TRAINING CENTER

DEPARTMENT OF PUBLIC WORKS Administration Division

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

ANNEX A Standard Special Conditions For The Salvation Army

Services Agreement for Public Safety Helicopter Support 1

REQUEST FOR QUALIFICATIONS FOR SPECIALIZED LEGAL SERVICES BURLINGTON COUNTY SOLICITOR'S OFFICE

CONSULTANT SERVICES AGREEMENT

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

DANTE HALL SERVICE AGREEMENT CONTRACT NO.

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

CASITAS MUNICIPAL WATER DISTRICT REQUEST FOR QUALIFICATIONS (RFQ) FOR ON-CALL ENGINEERING SERVICES FY

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

Staff Report. Suzanne McDonald, Financial Operations Manager (925)

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

RFQ #1647 April 2017

WEST VALLEY SANITATION DISTRICT

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

1. Agency shall perform the work described in Terms of Agreement, Parargraph 1 of this Agreement.

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

Transcription:

AGREEMENT FOR SERVICES 1. DATE This Agreement for Services (Agreement) is entered into on this day of, 2016. 2. PARTIES The parties to this Agreement are the Town of Grand Lake, a Colorado municipal corporation (Town) and (Consultant). 3. SCOPE OF WORK BY CONSULTANT Provide all labor, materials, equipment, tools and services as necessary to perform the work as outlined on the attached Exhibit A Scope of Work 4. COMPENSATION OF CONSULTANT For performance of the work, the Town agrees to pay Consultant as outlined on the attached Exhibit B Project Fees. The Town shall make payments in accordance with its normal payment dates, occurring once per month. The Town shall not have any obligation to pay or to see the payment of any monies to any subconsultant except as may otherwise be required by law. 5. PROJECT SCHEDULE OF CONSULTANT Complete the work in accordance with the schedule outlined on the attached Exhibit C Project Schedule. The Consultant shall provide the Town with 100% Deliverables no later than. Final payment by the Town will be made to the Consultant when 100% Deliverables are accepted by the Town and CDOT. 6. NOTICE TO PROCEED The Town will issue a Notice to Proceed to the Consultant when all required conditions and requirements are met. 7. INDEPENDENT CONTRACTOR The services to be performed are those of an Independent Contractor and not of an employee of the Town. The Town shall not be responsible for withholding any portion of Consultant s compensation hereunder for the payment of FICA, Worker s Compensation, other taxes or benefits or for any other purpose as an employer. 8. INDEMNIFICATION Consultant shall be responsible for the acts, errors, or omissions of himself and his employees, consultants, agents and any other persons employed or retained on behalf of Consultant in connection with this Agreement. Consultant agrees to indemnify, hold harmless and defend the Town and its directors, officers, trustees, employees, agents, and attorneys for the actions, errors and omissions of Consultant and Consultant s employees, consultants, agents and any other persons employed or retained on behalf of Consultant in the performance of this Agreement. The parties recognize that the Town is a governmental entity subject to the provisions of the Colorado Governmental Immunity Act, Section 24-10-101. et seq., C.R.S., and the Town does not waive any of its rights under the Act by entering into this Agreement. 9. INSURANCE At his sole cost, Consultant agrees to purchase and maintain in effect through completion of the project, insurance that will protect the Town and Consultant from claims which may arise out of, result from or be related to the Consultant s performance of the work on the Project, whether such performance be by Consultant or by someone directly or 1

indirectly retained or employed by Consultant or by anyone for whose acts, errors, or omissions any of them may be liable. A copy of all policies or signed certificates of insurance shall be on file with the Town at all times, shall be appropriately endorsed to give the Town a minimum of thirty (30) days notice of cancellation or intention of nonrenewal or restriction of coverage, name the Town and the Colorado Department of Transportation (CDOT) as Additional Insured, and shall be statutory in conformance with the laws of the State of Colorado. Such insurances required herein shall be written for limits as follows: 1. Commercial General Liability a. Bodily Injury and Property Damage i. $1,000,000 each occurrence ii. $1,000,000 aggregate b. Personal Injury i. $1,000,000 each occurrence ii. $1,000,000 aggregate 2. Commercial Automobile Liability a. Bodily Injury & Property Damage i. $1,000,000 any one accident or loss 3. Workers Compensation and Employers Liability: a. Workers Compensation at statutory levels b. Employer s Liability i. $100,000 each accident ii. $100,000 disease each employee iii. $500,000 disease policy limit 4. Umbrella or Excess Liability a. $1,000,000 aggregate 10. NON-DISCRIMINATION POLICY It is specifically agreed that neither Consultant nor any person working on his behalf on the project shall discriminate against any person because of age, race, sex, national origin, ancestry, disability or religion. 11. GOVERNING LAW In the event a dispute should arise as to the provisions of this Agreement, such Agreement shall be interpreted in accordance with the laws of the State of Colorado. 12. CONSULTATION WITH LEGAL COUNSEL By executing this Agreement, the parties hereto acknowledge their right and opportunity to consult with counsel and further acknowledge that they have consulted with legal counsel to the extent they desire to do so. EXECUTED THIS day of, 2016. TOWN OF GRAND LAKE CONSULTANT S NAME By: Jim White, Town Manager By: Name 2

EXHIBIT A WEST PORTAL BRIDGE REHABILITATION PROJECT SCOPE OF WORK Background The West Portal Bridge was identified in the CDOT Off-System Bridge Inspection Report dated 9/20/11 (the Bridge Report ) as structurally deficient. Below are the ratings of the vehicular bridge elements identified in the report: # Bridge Element Rating Rating Scale 36A. Bridge Rail 0, substandard 36B. Transition 0, substandard 36C. Approach Rail 0, substandard 36D. Approach Rail on End 0, substandard 58. Deck 4, poor 0 = failed, 9 = perfect 59. Superstructure 5, fair 0 = failed, 9 = perfect 60. Substructure 5, fair 0 = failed, 9 = perfect Project Overiew The goal of the West Portal Bridge Rehabilitation Project (the Project ) is to conduct repairs to the bridge to ultimately increase the condition rating of the bridge to satisfactory levels. A detailed list of the required maintenance items can be found in Appendix B of the Bridge Report which is attached herein for reference. The project is being financed through Federal Aid Funds. # Bridge Element Preferred Rating Minimum Rating Rating Scale 36A. Bridge Rail 9, perfect (new) 6+, refurbished 0 = failed, 9 = perfect 36B. Transition 9, perfect (new) 6+, refurbished 0 = failed, 9 = perfect 36C. Approach Rail 9, perfect (new) 6+, refurbished 0 = failed, 9 = perfect 36D. Approach Rail on End 9, perfect (new) 6+, refurbished 0 = failed, 9 = perfect 58. Deck 9, perfect (new) 6+, refurbished 0 = failed, 9 = perfect 59. Superstructure 7+, refurbished 5+, refurbished 0 = failed, 9 = perfect 60. Substructure 7+, refurbished 5+, refurbished 0 = failed, 9 = perfect In addition to the required repairs and maintenance, an option to include architectural elements is desired to improvement the ascetics of the existing bridge. The architectural elements shall match the existing decorative arch design of other existing bridges in the Town. Page 1 of 2

Scope of Work by Consultant The Consultant is responsible for professional services to prepare plans, specifications, and construction costs estimates (PS&E) for the Project. The Consultant will be responsible for providing the following documents (the Deliverables ) to the Town in accordance with the Project Schedule: Detailed Construction Plans for the Project Construction Specifications for the Project including any special provisions Construction Cost Estimates for the Project https://www.codot.gov/business/eema Traffic Control Plan Structure Selection Report for the Project per 19.1.3c of the CDOT Bridge Design Manual https://www.codot.gov/library/bridge/bridge-manuals/bridge-design-manual/dm_s19.pdf/view Design Calculations for the Project Bridge Rating Package for the Project per the CDOT Bridge Rating Manual https://www.codot.gov/library/bridge/bridge-manuals/bridge-rating-manual Field Information Packages prepared in accordance with 19.1 of the CDOT Bridge Design Manual https://www.codot.gov/library/bridge/bridge-manuals/bridge-design-manual/dm_s19.pdf/view Final Geotechnical Report and Hydraulic Report for the Project (as required for design) The Consultant shall be responsible for ensuring the Deliverables comply with CDOT Standard Specifications for Road and Bridge Construction and supplemental standards, CDOT staff bridge report requirements as well as the Town Municipal Code. Submittal of Deliverables The Consultant shall provide the Town with the following forms of the Deliverables: Eight (8) hard copies of the Deliverables (wet signatures) One (1) electronic copy of the final Deliverables in pdf format One (1) electronic copy of the Bridge Rating Package in xml format or other acceptable format One (1) electronic copy of the Bridge Inspection Drawing in microstation or other acceptable format Construction Management (optional) The Town anticipates the design Consultant being selected for Construction Management of the project. Project construction is anticipated to occur as early as 2017. The Town will choose the most qualified consultant for management of the construction project. The most qualified consultant will be selected for Construction Management and a separate Agreement for Services will be negotiated between the most qualified consultant and the Town. The anticipated Scope of Work for Construction Management and material testing shall comply with the CDOT Construction Manual and CDOT Field Testing Manual. https://www.codot.gov/business/designsupport/bulletins_manuals/cdot-construction-manual https://www.codot.gov/business/designsupport/materials-and-geotechnical/manuals/2014-fmm CDOT Reference Numbers Project #BRO M560-003 Project Code #20096 Bridge Structure #0560.01 Page 2 of 2

W. Portal Road Bridge Rehabilitation Project Exhibit B - Project Design Fees # Description Rate Hours Cost 1 Field investigation and Concept Development Site Visit Non Destructive Bridge Testing Bridge Design Conceptual Development Preliminary Opinion of Probable Cost Field Report/ Sketch Plan Subtotal $ 2 Preliminary Design Design Concept Selection Development 30% Construction Drawings Coordination with Town and CDOT Preliminary Opinion of Probable Construction Cost Structure Selection Report Design Calculations 3 Final Design 4 Submittal of 100% Deliverables 100% Construction Plans 100% Design Standards & Specifications Opinion of Probable Construction Cost Bridge Rating Package Field Information Package Design Calculations Hydraulic Report Geotechnical Report Coordination with Town and CDOT Hardcopies Electronic Submissions Subtotal $ Subtotal $ Subtotal $ Total Cost of Design Engineering

W. Portal Road Bridge Rehabilitation Project Exhibit C Project Schedule April May June July August September October November December 2017 Conduct Consultant Selection x X Advertise RFQ Thursday 4/28/16 RFQ Due Monday 5/16/2016 Town interview with Consultants Tuesday 5/24/16 & Wednesday 5/25/16 Town Selection of most qualified Consultant Friday 5/27/16 Town negotiate Contract Price with most qualified Consultant Tuesday 6/1/16 Execute Consultant Agreement for Services Friday 6/3/16 Town Issues a Notice to Proceed Friday 6/10/16* Conduct Design Scoping Meeting Friday 6/17/16* Coordination with the Town x x x x x x Conduct Field Inspection Review (30% Construction Plans) Monday* 8/15/16 Conduct Public Involvement Monday* 8/22/16 Coordination with CDOT x x x x x x Conduct Final Office Review (100% Construction Plans) Tuesday* 11/1/16 Completed Agreement for Services Friday* 12/30/16 CDOT Authorization of Funds for Construction January Advertisement of Construction Bids March DRAFT 4/18/2016