HomeMy WebLinkAboutVAUGHT FRYE - CONTRACT - RFP - P265 BLDG EXPANSION UTILITY SERVICE CENTERPROFESSIONAL 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 Vaught -Frye Architects, PC, 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 eight (8) 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. Time of Commenc meat and Completion of Service . The services to be performed
pursuant to this Agreement shall be initiated within five (5) days following execution of this
Agreement. Services shall be completed no later than February 29, 2000. Time is of the essence.
Any extensions of the time limit set forth above must be agreed upon in writing by the parties
hereto.
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.
PSA 10/97
Deliverables:
- One (1) sheet/drawing of existing site topography will be prepared under this contract.
2. Drainage
A. 700 Wood Street Site
Scope of Services:
A2.1 Preliminary drainage plan and report— Plan and report to include hydraulic and
hydrologic modeling through the site. Modeling will lead to defining the proposed 1000 year
floodplain boundary through the site to the south bank of the Cache la Poudre river
(assumes river is not under a flood condition). A new report will be prepared that
incorporates previous storm drainage criteria and outlines the affect of the new rainfall
criteria and preliminary grading proposed under this contract.
A2.2 Drainage basin discussion with Utility Department — Up to three (3) meetings will be
performed with City Utility (Stormwater) staff to discuss drainage report revisions and final
outcome. Up to two (2) revisions will be made to the report. Additional revisions and/or
modification of criteria from that contained in the previous drainage report will require
authorization as an additional service.
Deliverables:
- One (1) map delineating the floodplain from Wood Street to the Cache la Poudre River
based on proposed improvements.
- Drainage report outlining floodplain from Wood Street to the Poudre River based on
proposed improvements.
B. Mulligan Site
Scope of Services:
B2.1 No work is anticipated relative to drainage.
Deliverables:
- None.
3. Utilities
A. 700 Wood Street Site
Scope of Services:
A3.1 the horizontal location of all known utilities will be investigated. Locations will be based
on informational maps supplied by the utilities.
A3.2 The vertical location of sanitary and storm sewer(s), irrigation lines, and water lines will
be approximated by shooting invert elevations in sewer(s) and irrigation lines, and top -of -nut
elevations on water valves within the project boundary. Potholing of utilities is beyond the
scope of this proposal and therefore would be done by City crews or under separate
contract as additional services.
Deliverables:
- One (1) site plan containing surface features, and underground utility locations, sizes
and pipeline materials, if known.
B. Mulligan Site
Scope of Services:
B3.1 The horizontal location of all known utilities will be investigated. Locations will be
based on informational maps supplied by the utilities.
B3.2 The vertical location of sanitary and storm sewer(s), and water lines will be
approximated by shooting invert elevations in sewer(s) and irrigation lines, and top -of -nut
elevations on water valves within the project boundary. Included will be the invert elevation
of the pipe and orifice (if existing) at the outlet structure of the existing detention pond. The
capacity of all pipes and swales downstream of the detention pond outlet structure will be
based on prior designs prepared by the Stormwater group within the City's Utilities
Department. If this information is not available, analysis of downstream conditions will be an
additional service.
B3.3 Potholing of utilities is beyond the scope of this proposal and therefore would be done
by City crews or under separate contract as additional services.
Deliverables:
- One (1) site plan containing surface features, and underground utility locations, sizes
and pipeline materials, if known.
4. Curb and Gutter
A. 700 Wood Street Site
Scope of Services:
A4.1 No work is anticipated relative to the design and installation of curb and gutter.
Deliverables:
- None
B. Mulligan Site
Scope of Services:
B4.1 No work is anticipated relative to the design and installation of curb and gutter.
Deliverables:
MO►L6 M
5. Sidewalk
A. 700 Wood Street Site
Scope of Services:
B5.1 no work is anticipated relative to the design of sidewalks.
Deliverables:
None
B. Mulligan Site
Scope of Services:
B5.1 No work is anticipated relative to the design and installation of sidewalk.
Deliverables:
- None
6. Paving
0 *116T1lKMM
Scope of Services:
A6.1 The pavement section has been previously designed by Terracon Western and is
assumed to be sufficient for the City's Estimator to estimate quantities on Elm Street
between Grant Street and Loomis Street. Therefore no services are anticipated by Sear -
brown related to paving of Elm Street.
A6.2 A pavement section or sections should be determined for parking lots and the storage
yard area. It is assumed the City will contract directly with a geotechnical consultant for this
work. Therefore, no services are anticipated by Sear -Brown related to paving parking lots
and storage yards within the project site.
Deliverables:
909=
Scope of Services:
B6.1 No work is anticipated relative to the design and installation of paving.
Deliverables:
- None
7. Striping
A. 700 Wood Street Site
Scope of Services:
A7.1 No work is anticipated relative to the design of striping on either of the surrounding
roads or interior to the site.
Deliverables:
- None
B. Mulligan Site
Scope of Services:
B7.1 No work is anticipated relative to the design of striping on either of the surrounding
roads or interior to the site.
Deliverables:
- None
8. Signage
A. 700 Wood Street Site
Scope of Services:
A8.1 No work is anticipated relative to the design of signage on either of the surrounding
roads or interior to the site.
Deliverables:
- None
B. Mulligan Site
Scope of Services:
B8.1 No work •is anticipated relative to the design of signage on either of the surrounding
roads or interior to the site.
Deliverables:
- None
9. Associated Site Features
A 700 Wood Street Site
Scope of Services:
A9.1 attend up to six (6) meetings relative to the tasks outlined for this site.
Deliverables:
- None
B. Mulligan Site
Scope of Services:
B9.1 Attend up to six (6) meetings relative to the tasks outlined for this site.
Deliverables:
- None
EXHIBIT B
UTILITY SERVICE CENTER MASTER PLAN UPDATE MILESTONE SCHEDULE - FIRST
DRAFT
This is an illustrative schedule for discussion only. It is based upon our understanding of the
project's scope and delivery process. As these are finalized, the time needed to reach each
milestone may change. If direction and authorization to proceed are delayed at any point, all
subsequent dates will need to be adjusted accordingly.
MILESTONE
DURATION
COMPLETION
Kick-off Site Plan Review Meeting with staff
1 Day
November 1, 1999
Survey Wood Street & Mulligan Sites
3 Weeks
November 15, 1999
Develop site Alternatives for Wood Street
2 Weeks
December 1, 1999
Owner Review & Comment
1 Week
December 15, 1999
Develop Preliminary Overlot Grading Plan
3 Weeks
January 10, 2000
Flood Plain Mapping
3 Weeks
January 10, 2000
Develop Final Master Plan for Wood Street &
Mulligan Sites
4 Weeks
January 22, 2000
Submit Documents for Final Review and Comment
2 Weeks
January 30, 2000
Final Master Plan
1 Week
February 15, 2000
EXHIBIT C
SUMARY OF FEES
Vaught -Frye Architects $15,890
Sear -Brown Group $42,880
$58,770
Reimbursables $ 2,000
$60,770
HOURLY BILLING RATES
Vaught -Frye Architects
Associate
$
75 per hour
Technician III
$
50 per hour
Principal
$
80 per hour
Sear -Brown Group
Project Manager
$110 per hour
Project Engineer
$110 per hour
Design Engineer
$
65 per hour
Staff Engineer
$
55 per hour
CADD
$
55 per hour
Clerical
$
35 per hour
Survey Crew
$
85 per hour
EXHIBIT D
YEAR 2000 COMPLIANCE CERTIFICATION AND INDEMNITY
Section 1. Contractor hereby certifies that all information resources or systems to be
provided or used in connection with the performance of this Agreement are "Year 2000
Compliant", except as otherwise expressly described in Section 2, below. "Year 2000
Compliant" shall mean that information resources meet the following criteria:
a. Data structures (e.g., databases, data files) provide 4-digit date century
recognition. For example, "1996" provides date century recognition; "96" does not.
b. Stored data contains date century recognition, including (but not limited to) data
stored in databases and hardware/device internal system dates.
C. Calculations and programs logic accommodate both same century and multi -
century formulas and date values. Calculations and logic include (but are not limited to) sort
algorithms, calendar generation, event recognition, and all processing actions that use or
produce date values.
d. Interfaces (to and from other systems or organizations) prevent non -compliant
dates and data from entering any state system.
e. User interfaces (i.e., screens; reports; etc.) accurately show 4 digit years.
Year 2000 is correctly treated as a leap year within all calculation and calendar
Section 2. Contractor agrees to notify the City immediately of any information resources or
systems that are not Year 2000 Compliant upon encountering the same in connection with the
performance of the Agreement, including without limitation any information resources or
systems in use by Contractor in the performance of the Agreement or information resources or
systems of the City regarding which Contractor obtains information in the course of its
performance of the Agreement.
Section 3. Contractor agrees to permit examination, by the City or agents thereof, of any
and all information resources and systems in use in connection with this Agreement, and
related Year 2000 Compliance implementation plans, in order to evaluate Year 2000
Compliance and potential implications of the same for the City and for performance of the
Agreement.
Section 4. The Contractor shall indemnify and hold harmless the City, and its officers,
agents and employees, from and against all claims, damages, losses, and expenses, including
attorneys fees, arising out of or resulting from the Contractor's information resources or
systems that are not Year 2000 Compliant.
All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent
to the following addresses:
Professional: City: Copy to:
Mr. John Renhowe James B. O'Neill, II Jack Gianola
1113 Stoney Hill Drive City of Fort Collins, Purchasing City of Fort Collins, Facilities
Ft. Collins, CO 80525 P.O. Box 580 P.O. Box 580
Ft. Collins, CO 80522 Ft. 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 $250,000.
6. Compensation. In consideration of the services to be performed pursuant to this
Agreement, the City agrees to pay Professional on a time and reimbursable direct cost basis
according to the following schedule:
PSA 10/97
`A
Hourly billing rates: See Exhibit C
Reimbursable direct costs: See Exhibit C
with maximum compensation (for both Professional's time and reimbursable direct costs) not to
exceed Sixty Thousand Seven Hundred Seventy Dollars ($60,770). Monthly partial payments
based upon the Professional's billings and itemized statements of reimbursable direct costs 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 reimbursable direct costs. 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 quality, prepared on stable
mylar base material using a non -fading process to prove for long storage and high quality
reproduction.
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,
PSA 10/97
E3
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
PSA 10/97
2
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. Special Provisions. Special provisions or conditions relating to the services to be
performed pursuant to this Agreement are set forth in Exhibit "D", consisting of one (one) page,
attached hereto and incorporated herein by this reference.
THE CITY OF FORT COLLINS,j�COLORADO
By: � n* f-udrXr�.e.l[.
Joffn F. Fischbach
City Manager
Japes O'Neill II, Ma
Dire or f Purchasing &Risk Risk Management
DATE: fa
PSA 10197
5
-City Clerk
-
APPROVED AS TO FORM:
Assistant City Attorney
V uc
By:
Title: Yw .
CORPORATE PRESIDENT OR VICE PRESIDENT
Date: 10 - zm - III
ATTES
JE (Corporate Seal)
Corporate eor t ry
PSA 10/97
11
EXHIBIT A
UTILITY SERVICE CENTER MASTER PLAN UPDATE — SCOPE OF WORK
Architectural Master Plan Update
Objective: To update the Master Development Plan of the 700 Wood Street Site and the
Property to the west of the Utility Service Center Site, known as the Mulligan
Site.
Work Elements:
Planning and Architectural
• The Design Team will work with the staff to determine project requirements based on the
previous Master Plan, dated 2/10/97, and design studies. In design, the program will be
transformed into a functional space and equipment plan in which new and existing
equipment needs will be identified. The plan can then be integrated into the proposed site
to analyze opportunities and constraints.
• Work directly with the City to develop alternatives for site configuration and general building
layout. During this process, alternatives will be reviewed by the user staff. Based on review
comments, selected alternatives will be refined and presented for review.
• The facilities layouts will be developed with emphasis on:
Circulation patterns for vehicles, equipment, materials and personnel and their relation to
site circulation patterns.
• Upon approval of conceptual documents, the design team will develop the preferred scheme
in regards to the details of vehicular access, workflow, and process systems. All aspects of
the design will be thoroughly reviewed with the staff.
• Prepare a Final Master Plan drawing.
CIVIL
oiect L
Two project locations are a part this proposal. The first project location, for the sake of this
proposal, will be titled: 700 Wood Street Site". This area is approximately defined by the east
edge of the Light & Power Employee Parking Lot, the north property line of the Service Center
storage yard, the east property line of the Service Center storage yard (west right-of-way of
Whitcomb Street) and the south right-of-way line of Elm Street.
The second project location will be titled: "Mulligan Site". The second site is located north of the
north right-of-way line of West Vine Drive, west of the west right-of-way line of Wood Street,
south of the south property line for the Equipment Maintenance facility and to a line
approximately 335 feet west of and parallel to the west right-of-way line of Wood Street. Both
locations are outlined on the attached site plan (Vaught -Frye, Master Plan, sheet AS2).
The City of Fort Collins (Project Manager: Jack Gianola) wishes to prepare a set of preliminary
documents to address:
1) existing topography and utility locations in the undeveloped area north of Elm St t
2)
9epr railroad right-of-way and Light & Power Storage Yard;
in of the recently purchased railroad right-of-way from Whitcomb Street west to
Gently constructed Light & Power Employee Parking Lot, and the Light & Power
Storage Yard;
preparation of a drainage plan and report to address stormwater conveyance and quality
through the 700 Wood Street site to the Poudre River;
and existing ground topographic and utility locations for the Mulligan Site west of Wood
Street.
1) Topo survey will be performed within boundaries shown on the attached drawing;
except for the railroad right-of-way which has recently been surveyed by others.
2) Property corners on boundary of recently purchased railroad right-of-way have been
established/monumented in the field.
3) Topographic survey of recently purchased railroad right-of-way has been performed by
the Utility Department and is available for use on this project.
4) Topographic information for the Mulligan Site west of Wood Street will be obtained both
within the property as defined by the drawing as attached and for a distance of
approximately 100 feet outside the boundary of the site.
5) Geotechnical services will be performed under a separate and direct contact between
the City and a geotechnical consultant of their choice. These services would include
field investigations, pavement design, and field-testing, as required.
6) Potholing of the existing utilities within the two (2) project sites will be performed by
City's crews or under separate contract.
7) Design of improvements to Elm Street between Grant Street and Loomis Street will not
be required.
S) No structural design will be required under this contract.
9) City will notify residents surrounding project site if access is needed onto their property.
10) No meetings with the general public are included in this scope.
11) Location of existing utilities will be noted on the Drawings produced for this project.
Locations will be derived from previous site survey information, utility maps, and pot -hole
information obtained by City crews. No effort for designing vertical and/or horizontal
relocations of these utilities has been included in this proposal. Efforts relative to
relocation(s) will be performed as an additional service.
12) Re -grading or modifications of the existing detention facility on the north end of the West
Vine Drive site is beyond the scope of this proposal.
13) Planning, architectural, irrigation and landscaping services will be performed by others,
and accordingly is not a part of this scope of work.
14) Any updates to the existing traffic control study for Elm Street will be performed as an
additional service.
15) No preparation and/or processing of LOMRs or CLOMRs and included in this scope of
services.
16) Descriptions for all easements and rights -of -way of record for the project sites will be
obtained by the City and forwarded to the Engineer/SGB.
17) All documents will be recorded by the City, as appropriate
18) All permits required will be prepared and processed by the City.
1. Grading
A. 700 Wood Str
Scope of Services
A1.1 New topo of existing Wood Street Site -Topographic survey will be performed within the
boundaries shown on the attached map. Topo of the prior railroad right-of-way has already
been completed under separate contract with the Utilities Department. Our survey within
the map boundaries will not recreate this information but will incorporate the existing
information.
A1.2 Topo (NE corner of Service Center site to Poudre River — Additional topo will be
generated for the area bounded by the Nauta Property on the west, Poudre River on the
north, Martinez Farm property on the east, and prior railroad right-of-way on the south. Field
survey information will be used to generate one foot (1') contours for this area.
A1.3 Topo drainage basin boundary — flows through the project site and to the Poudre River
will be based on those contained in the prior drainage plan prepared for this site. No
topographic information upstream of the project site will be performed under this scope.
Al A Prepare preliminary overlot grading — One (1) preliminary grading plan will be prepared
for the project area as defined on the attached map. This area does not include the off -site
area north and east of the Service Center property. Cut and Fill volumes will be
approximated using this grading plan. Each revision to this plan will be performed as an
additional service.
Deliverables:
One (1) sheet/drawing showing topographic information obtained by survey. This sheet
will also contain permanent features within the site (e.g. drainage pipes, irrigation pipes
and channels, fence lines and types, permanent buildings, manhole lids, and utilities).
The location of materials and equipment stored on -site will not be noted on this drawing.
One (1) sheet/drawing showing topographic information obtained by the off -site survey
of the property from the Service Center site to the Poudre River. This will not contain
utility, irrigation or other above or below ground site information (e.g. trees, fences, bike
trails, etc.); only contours.
One (1) sheet/drawing of a preliminary overlot grading plan will be performed under this
contract.
Scope of Services:
B1.1 Survey and topo Mulligan Site — A topographic survey will be performed within the
boundaries shown on the attached map.