HomeMy WebLinkAbout162366 CARL WALKER INC - CONTRACT - RFP - P1025 PARKING STRUCTURES CONDITIONSPROFESSIONAL SERVICES AGREEMENT
THIS AGREEMENT made and entered into the day and year set forth below, by
and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation,
hereinafter referred to as the "City" and Carl Walker, 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:.
1. Scope of Services. The Professional agrees to provide services in
accordance with the scope of services attached hereto as Exhibit "A", consisting of four (4)
pages, and incorporated herein by this reference.
2. The Work Schedule. The services to be performed pursuant to this
Agreement shall be performed in accordance with the Work Schedule attached hereto as
Exhibit "B", consisting of one (1) page, and incorporated herein by this reference.
3. Contract Period. This Agreement shall commence as dated on the notice
to proceed and shall continue in full force and effect until nine weeks after the date of the
notice to proceed, unless sooner terminated as herein provided.
4. Early Termination by City. Notwithstanding the time periods contained
herein, the City may terminate this Agreement at any time without cause by providing
written notice of termination to the Professional. Such notice shall be delivered at least
fifteen (15) days prior to the termination date contained in said notice unless otherwise
agreed in writing by the parties.
All notices provided under this Agreement shall be effective when mailed, postage prepaid
and sent to the following addresses:
B. Old Town Parking Structure
The Old Town Parking Structure is two (2) bays
in width and consists of parking ramps sloping
each direction to the center of the eastern bay
with a center speed ramp to access the western
bay. The garage has approximately 328 parking
stalls. The garage has four (4) levels and is
constructed of field topped precast/prestressed
double tees bearing on prestressed beams and
columns at the interior and precast spandrels at
the exterior. The exterior spandrels on the
western and northern elevation have thin -set
bricks and arched panels. A precast building
housing the Poudre Fire Authority is attached on
the western side of the parking structure.
The bays are one-way traffic and have
angled parking stalls. An elevator and
stair are located in the northwest corners.
An interior steel stairway is located near
the southwestern corner
The structure appears to be in fair
condition with extensive cracks and
scaling of the topping slab. The upper
level has some deteriorated cove and
control joints. The bottom surfaces of the
double tees have been recently painted
and not too .many control joints appear to
be leaking.
Carl Walker, Inc. undertook a condition
appraisal of this parking structure in
October of 1999.
C. Civic Center Parking Structure
The Civic Center Parking Structure is three (3)
bays in width and consists of a single helix with
a parking ramp on the eastern bay providing
approximately 900 parking stalls. The garage
has five (5) levels and is constructed of
precast/prestressed pre -topped double tees
bearing on prestressed beams and columns at
the interior and precast spandrels at the exterior.
The ground level consists of 1 bay of retail on
the western side. Parking is provided in the
center bay and the eastern bay has a loading
dock below the ramp. The ramp bay has two-
way traffic and 900 parking. The center and
western bay are one-way traffic and angled parking stalls. Elevators and stairs are located
in the southwest and northwest corners. A pedestrian bridge is connected at the 2nd level
on the eastern side that spans the alley to an adjacent office building.
Between the western and center
bays, a dedicated pedestrian lane
is provided on the 2nd through 4`h
levels.
The structure appears to be in
good condition with only some
minor waterproofing deterioration,
such as damaged cove joints and
control joints, particularly on the
upper level. A closer spandrel did
have some minor cracking.
EXHIBIT B
PROJECT SCHEDULE
Task Duration
Notice to proceed 0 weeks
Prepare Drawings for Field Review 2 weeks
Field Review and Draft Report 2 weeks
Receive Test Results 8 weeks
Prepare Final Report 1 week
0 weeks
2 weeks
4 weeks
8 weeks
9 weeks
EXHIBIT C
FEES AND EXPENSES
Task
Fees
Estimated Reimbursable Expenses
1.0 Condition Appraisal Report
$13,250
a Office & Travel $250
b. Materials Testing (1)
Bond Testing $200 (3)
Compressive Strength $200 2
Petrographic Examination $1,350 (2)
Chloride Testing $1,200
02(2)
TomMaterials Testing $3,8$905
Total
$13,250
$4,100 (2)
Note 1: Material testing costs are based on the following:
■ Compressive Strength Samples (2) in each structure for a total of (4)
■ Petrographic Examination (1) in each structure for a total of (2)
■ Chloride Ion Testing (5 locations - 16 samples) in each structure for a total of (32)
■ Coring (3 cores) in each structure for a total of (6)
Note 2: Compressive strength testing and petrographic examinations may not be necessary on
the prestressed/precast double tees due to the factory controlled concrete mix
utilized in the manufacture of the double tees. The compressive strength testing and
petrographic examinations are not undertaken, the estimated Total Material Testing
expenses would be $1,650.00.
Note 3: Carl Walker recommends that two (2) bond tests be undertaken on the field topped
concrete on the Old Town Parking Structure.
DEC.14.2006 10:40AM CARLWALKERINC
NO.624 P.2
ACMIR CERTIFICATE OF PLIABILITY INSURANCE
c12 13/2 6)
PRODUCER C734)662-4041 FAX (734) 662-4065 -
Professional Concepts Insurance Agency Inc.
1127 S. Old US Highway 23
Brighton, MI a8114
THIS CERTIFI�C,4T IS ISSUED AS A MATT OF INFORMATION
ONLYAND C - NF R8 NO RIGHTS UFO4 THE CERTIFICATE
HOLDER. THISCE TIFICA76DOE5NOT AMSND,E)fTENDOR
ALTER THE coV G D BY THE POOLICI S BELOW.
INSURERa AFFORDING COVERAGE
NAIL #
IN9uRPo Carl Wal liar, Inc.
5136 Loyers We
Suite 200
Kalamazoo, MI 49002
INDURERAI Hartford Fire Insuranca - A Rest
INBNAEKIL Hartford Underwriters Ins. Co. -
A Best
INBDRERgI Hartford Fire Insurance - A Bast
INSURPRID: XL Specialty
INBURGR B;
TFjR POLICES OF INSURANCE LISTED BELOW I1AVO BEEN ISSUED TO THE INSURED NAMED APOVE FOR THE POLICY P9RIOD INDICATBp. NOTWITHSTANDING
ANY REgU�REMENi, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WH CM THIS CERTIFICATE MAY NE ia6UFr1 �'•F
MAY PERTAIN, THE INSURANCE AFFORDED pY T E POD C)98 DESCRIBED ME EIN IS SUBJECT TO ALL THE l � , EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES, AGGREGATE LIMITS SHOWN MAY MAV� 9EEN REDUCED BY PAID CLAIMS.
I x
a
TYPE GP INSURANCE
POLICY NUMBER
FRL4JTA=
12/31/2005
L+cv Ex IRA
LIMRs
A
X
GRNERAL LIABILITY
X COMMr:ROIALOGNEP�ALLMaILTY
CLAWS MADE. EXI OCCUR
X X,C,U
35SOWRU0693
12 31/2005
BAcH ooconFiNCE
1 1,000,000
TO
MBD nP (Ally am Pam+ i)
a 300 00
s 10,0001
PERSMk&APVIN+W►Y
N 11000 .00
X
Contract, Liab.
ORAPALAWFIPGATE
f 2.000.0oo
GEMLAGGREGATE LIMIT APPLIES PIS:
PoLoy M W F1 Loo
PROQUOTB.COFIFWPAGO
# 2 000 O
B
AIRGMOBILELIABILITY
X
ANYAUTO
ALL OWN90 AUTOS
SCHEPULED AUTOS
HIRED AUTOS
NDN•DwNE0 Au7OS
35UEGAF3505
12/ 1/2005
12 31/200
COMBINEPSINGLELBAIT
(FA0046nn
s
1 000 000
BODILY INJURY
(parperam)
_
BrDI¢Yl UPY
(Par Bnq
s
ROPPEEM DAMAGRIFW
R
"RAG' UAM'LITT
ANY AUTO
-
AUTO ONLY• BA ACgpENT
i
AUHTeRYN MAW
pGG
i
1
A
x
orcESWUMORELUUAMITY
T 000UR CLAIMS MADE
aEDUCTIBLE
REMTION s
3550WRU 693
12/31/2005
12/ 1/2006
1!AOlj O=FIRENCE
s 51000,000
MJG TE
5 5,000,000
:
N
C
WOMMIMGGMPBNBATIONAND
EMPLpORYgFP�lry6�'(rUAMUTfYTf1�Rf� F
XFy= 1;MdAC+ LMw'r CUTI�
qqII ��eer
l CIL9rQ0V BIONS h .
35 GPN3645
WAIVER OF SUBROCATION
APPLIES
12/31/200
12/31/2006
X
El. EACH 06NT
$ 1,000,00 0
Et,DIBPANE•FAElMI,o
s 1,0 0 00
E.L. pIBFJIBE • P'OLICY UMR
s 1, 0DD ,
0
PrToFeessional Liability
DPR9601192
10/15 2006
10 1 /2007
Limit:
$2,000,000 Each Claim
$2,000,000 Aggregate
IOO��J
r0�5] t OR AL%116-01 NS1VER&LBI WMLp0ICNS APM BY ENGORBEMENT I SPBGIAL PRMMN6
ity of Fort Collins is named as Additional Insured as respects to General Liability only and would
pply to the above named project so long as required within a written contract.
City of Fort Collins
Attn: Second Floor
45 North Mason Street
P. 0, Box Sao
Fort Collins, CO 80522-0580
SNDULP ARY OF THE Asm naacmBFp POUCNRS m: OANORLLIM EEFORB THE
P.IWRATION oATd TNBREDP, TNR MIGUINO INSURER WILL EN09AVOR To MAN,
510 DAYS W IRITTNM NCTMB TG THE ceRNFIDIITE MOLDER NAMEr TG TNR LEFT,
BUT FAIWPE TO "AIL Burry NOMIR SMALL IMPOSE NO OBLIGATION OR LIABILITY
AUTHORIMP
AGORA zs (2UU11u6) DACORD CORPORATION 119116
Professional:
City:
With Copy to:
Carl Walker, Inc.
City of Fort Collins
City of Fort Collins
Attn: Donald (Leo) E. Whiteley, P.E.
Attn: Tracy Ochsner
Attn: Purchasing
2460 West 261" Ave Ste 500C
835 Wood St.
PO Box 580
Denver, CO 80211
Fort Collins, CO 80521
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 Professional's obligations under this Agreement. Such payment shall
be the Professional's sole right and remedy for such termination.
5. Design, Project Indemnity and Insurance Responsibility. The Professional
shall be responsible for the professional quality, technical accuracy, timely completion and
the coordination of all services rendered by the Professional, including but not limited to
designs, plans, reports, specifications, and drawings and shall, without additional
compensation, promptly remedy and correct any errors, omissions, or other deficiencies.
The Professional shall indemnify, save and hold harmless the City, its officers and
employees in accordance with Colorado law, from all damages whatsoever claimed by
third parties against the City; and for the City's costs and reasonable attorneys fees,
arising directly or indirectly out of the Professional's 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.
6. Compensation. In consideration of the services to be performed
pursuant to this Agreement, the City agrees to pay Professional a fixed fee in accordance
with the Fees and Expense attached hereto as Exhibit "C", consisting of one (1) page, and
incorporated herein by this reference, the amount of Thirteen Thousand Two Hundred Fifty
Dollars ($13,250) plus reimbursable direct costs. All such fees and costs shall not exceed
Seventeen Thousand Three Hundred Fifty Dollars ($17,350). 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 hereto and upon the City's
approval of the Professional's actual 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.
7. City Representative. The City will designate, prior to commencement of
work, its project representative who shall make, within the scope of his or her authority, all
necessary and proper decisions with reference to the project. All requests for contract
interpretations, change orders, and other clarification or instruction shall be directed to the
City Representative.
8. Project Drawings. Upon conclusion of the project and before final payment,
the Professional shall provide the City with reproducible drawings of the project containing
accurate information on the project as constructed. Drawings shall be of archival,
prepared on stable mylar base material using a non -fading process to provide for long
storage and high quality reproduction. "CD" disc of the as -built drawings shall also be
submitted to the owner in and AutoCAD version no older then the established city
standard.
9. Monthly Report. Commencing thirty (30) days after the date of execution of
this Agreement and every thirty (30) days thereafter, Professional is required to provide
the City Representative with a written report of the status of the work with respect to the
Scope of Services, Work Schedule, and other material information. Failure to provide any
required monthly report may, at the option of the City, suspend the processing of any
partial payment request.
10. Independent Contractor. The services to be performed by Professional are
those of an independent contractor and not of an employee of the City of Fort Collins. The
City shall not be responsible for withholding any portion of Professional's compensation
hereunder for the payment of FICA, Workers' Compensation, other taxes or benefits or for
any other purpose.
11. Personal Services. It is understood that the City enters into this Agreement
based on the special abilities of the Professional and that this Agreement shall be
considered as an agreement for personal services. Accordingly, the Professional shall
neither assign any responsibilities nor delegate any duties arising under this Agreement
without the prior written consent of the City.
12. Acceptance Not Waiver. The City's approval of drawings, designs, plans,
specifications, reports, and incidental work or materials furnished hereunder shall not in
any way relieve the Professional of responsibility for the quality or technical accuracy of
the work. The City's approval or acceptance of, or payment for, any of the services shall
not be construed to operate as a waiver of any rights or benefits provided to the City under
this Agreement.
13. Default. Each and every term and condition hereof shall be deemed to be a
material element of this Agreement. In the event either party should fail or refuse to
perform according to the terms of this agreement, such party may be declared in default.
14. Remedies. In the event a party has been declared in default, such
defaulting party shall be allowed a period 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.
15. 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.
16. Law/Severability. The laws of the State of Colorado shall govern the
construction, interpretation, execution and enforcement of this Agreement. In the event
any provision of this Agreement shall be held invalid or unenforceable by any court of
competent jurisdiction, such holding shall not invalidate or render unenforceable any other
provision of this Agreement.
17. Prohibition Against Employing Illegal Aliens. This paragraph shall
apply to all Contractors whose performance of work under this Agreement does not
involve the delivery of a specific end product other than reports that are merely incidental
to the performance of said work. Pursuant to Section 8-17.5-101, C.R.S., et. seq.,
Contractor represents and agrees that:
A. As of the date of this Agreement:
1. Contractor does not knowingly employ or contract with an illegal
alien; and
2. Contractor has participated or attempted to participate in the basic
pilot employment verification 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 "Basic Pilot Program") in
order to verify that Contractor does not employ any illegal aliens.
B. Contractor shall not knowingly employ or contract with an illegal alien to
perform works under this Agreement or enter into a contract with a
subcontractor that fails to certify to Contractor that the subcontractor
shall not knowingly employ or contract with an illegal alien to perform
work under this Agreement.
C. Contractor shall continue to apply to participate in the Basic Pilot
Program and shall in writing verify same every three (3) calendar months
thereafter, until Contractor is accepted or the public contract for services
has been completed, whichever is earlier. The requirements of this
section shall not be required or effective if the Basic Pilot Program is
discontinued.
D. Contractor is prohibited from using Basic Pilot Program procedures to
undertake pre -employment screening of job applicants while this
Agreement is being performed.
E. If Contractor obtains actual knowledge that a subcontractor performing
work under this Agreement knowingly employs or contracts with an
illegal alien, Contractor shall:
1. Notify such subcontractor and the City within three days that
Contractor 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 Contractor 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.
F. Contractor 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.
G. If Contractor 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, Contractor shall be
liable for actual and consequential damages to the City arising out of
Contractor's violation of Subsection 8-17.5-102, C.R.S.
H. The City will notify the Office of the Secretary of State if Contractor
violates this provision of this Agreement and the City terminates the
Agreement for such breach.
THE CITY OF FORT COLLINS, COLORADO
By: yJ
aes B. O'Neill II, CPPO, FNIGP
Directo6qj Purchasing & Risk Management
DATE:
CORPORATE PRESIDENT OR VICE PRESIDENT
Date: 11 / Z 4 lo&
ATTEST:
(Corporate Seal)
C ce
R
EXHIBIT A
Scope of Services Summary
This Proposal is based on the Request for Proposals #P1025 issued by the City of Fort
Collins. Provider will provide the structural and maintenance appraisal of two parking
garages (Old Town Parking Structure and Civic Center Parking Structure) owned and
operated by the City of Fort Collins, Colorado. We will:
1. Meet with representatives of the City to review project objectives and to gain an
understanding of the history of both parking structures subsequent to their original
construction, including changes or additions to the facilities and any previous
maintenance, repairs, or evaluations.
2. Review condition appraisal reports, construction documents including plans,
specifications, and repair drawings, if made available, for the existing structures to
become familiar with the type of construction and protection systems initially specified
and previous repair programs.
3. Perform a visual observation of the structural systems evaluating type, locations, and
magnitude of concrete deterioration observed. In addition, a chain drag delamination
survey of selected areas of both structures will be performed. Items that will be
assessed for each parking structure will include:
a. Floor slab surface condition, exposed reinforcement, and finish variations.
b. Cracking of slabs.
c. Condition of joints and sealant system.
d. Condition of structural members such as columns, beams, spandrels and walls.
e. Condition of ceilings, including cracks and concrete spalls.
f. Condition of exterior masonry condition including bricks and motor joints.
4. Evaluate any items in need of immediate corrective action for the safety of parking
facility patrons.
5. Coordinate concrete tests to determine the actual physical and chemical properties of
the in -place concrete. A testing plan will be formulated and the following tests will be
considered for each structure:
a. Petrographic (microscopic) examination of one (1) core sample to assess the
general concrete properties and entrained air parameters. This information is
used to gauge the relative durability of the in -place concrete and provide
needed information for the correct recommendation for repair.
b. Compressive strength of two (2) core samples.
c. Chloride analysis of pulverized concrete powder samples taken from selected
locations to determine the extent and degree of potential chloride
contamination of the concrete topping. (5 locations at 3 incremental depths
plus a base sample for a total of 16 samples in each structure.)
d. Coordinate a local contractor to obtain and patch core and powder samples for
submittal to an independent laboratory.
6. Perform a visual examination of other visible building components including the
drainage system, exposed electrical conduit, light fixtures, and facade. This will
include all bollards, pay booths, elevators, stairwells, and breeze ways. We will
document any safety or public health concern that is not explicitly covered in this
scope of work.
7. Compile and review all field and materials test data to assess the probable causes and
effects of the documented deterioration on the structure.
8. Evaluate and present general restoration alternatives and priorities for each structure,
and include probable costs for the repairs/maintenance.
9. Evaluate the common walls, ceilings, and /or any other structural components shared
by the retail tenants and the Civic Center Parking Structure and the components
shared by the Poudre Fire Authority and the Old Town Parking Structure.
10. Prepare a draft written report indicating findings, alternatives, recommendations,
priorities of recommended repairs and preventative maintenance along with associated
construction costs for each structure. This report will include drawings indicating the
general location and quantity of the noted deterioration and photos to document the
type of deterioration.
11. Provide three (3) color copies of draft report.
12. Meet with Owner representatives to discuss content of the draft report and receive
Owner comments.
13. Revise and issue three (3) color copies of the final report.