HomeMy WebLinkAboutVAUGHT FRYE - CONTRACT - CONTRACT - SAND SALT STORAGE AND OPERATIONS FACILITYCity of Fort Collins
Admi Arative Services
Purchasing Division
LETTER OF TRANSMITTAL
To: Carrie Daggett, Assistant City Attorney/
John Fischbach, City Manager
Wanda Krajicek, City Clerk
From: James B. O'Neill II, CPPO
Director of Purchasing & Ri nagem
Date: June 21, 2000
Re: Sand/Salt Storage and Operations Facialty
Attached find four (4) sets of contract documents regarding the above -mentioned matter. Would
you approve as to form and forward to the City Manager.
Vaught -Frye received the award through the normal RFP process.
John, please sign the contract documents and forward them to the City Clerk.
Wanda, please call Purchasing, Jim will come over, sign the contracts and have you attest his
signature. Would you call Purchasing when that is completed.
Thank you.
256 W. Mountain Avenue • PO. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707
EXHIBIT "B"
MILESTONE SCHEDULE
SAND/SALT FACILITY
Issued: June 13, 2000
1)
Notice to Proceed for Design
June 19, 2000
2)
Complete Final Design
September 1,2000
3)
Complete City Review
September 15, 2000
4)
Out to Bid
October 6, 2000
5)
Receive Bids
October 26, 2000
6)
Notice to Proceed for Construction
December 4, 2000
7)
Complete Construction *
June 1, 2001
* Streets Department personnel will complete the paving the Summer of 2001
PSA 10/97
EXHIBIT "C"
FEES
Our proposed fees for the above services would be, as follows:
Construction Documents
Architectural
$20,400.00
Structural
8,450.00
Civil
15,000.00
Mechanical and Electrical
11,500.00
PB Rail ¢: Transit
11,104.00
Landscape Architecture
750.00
Subtotal
$67,204.00
Construction Administration
Architectural
$14,200.00
Structural
2,950.00
Civil
9,885.00
Mechanical and Electrical
4,250.00
PB Rail & Transit
4,518.00
Landscape Architecture
400.00
Subtotal
$36,203.00
Total Fee $103,407.00
The Construction Phase is estimated at 6 months. The number of site visits included in the proposal,
for each discipline, is as follows:
Architect 16
Structural 5
Civil 5
Mechanical and Electrical 6
PB Transit and Rail 1
Landscape Architect 2
Any site visits requested or required, beyond the number listed above, will be billed at the hourly
rates as shown on, attached billing rate sheets.
Reimbursable Expenses
Compensation for reimbursable expenses are in addition to the fees outlined above. Reimbursable
expenses include: reproductions of bidding documents, mileage, telephone, mylar plots, color plots,
models, photographs, and special renderings. Reimbursables are estimated at $10,000.00., which
includes 3 trips to Fort Collins for PB Transit and Rail.
1
VAUGHT
FRYE
architects
STANDARD BILLING RATES
LABOR: Principal
Associate
Project Manager
Project Architect I I
Project Architect I
Interior Designer III
Technician III
Technician II
Technician I
Secretarial
REIMBURSABLES: Auto/Mileage
Photocopies (8 2" x 11")
$ 110.00/Hour
$
85.00/Hour
$
75.00/Hour
$
70.00/Hour
$
65.00/Hour
$
65.00/Hour
$
55.00/Hour
$
45.00/Hour
$
40.00/Hour
$
30.00/Hour
$ .30/Mile
$ .10/Copy
Mylar Plots (24 x 36) $ 10.00
Color Plots (24 x 36) $ 10.00
Bond Plots (24 x 36) $ 5.00
Rendering Plot (24x36) $ 50.00
Other direct project expenses will be billed at cost plus fifteen percent.
Effective April 1, 2000
architecture • interior design
401 lYest .%fountain Are_ Suite 200 • Port Collins. Colorado 60521-2604 • 970-224-1191 • FAX 970-224-1662
Z
hedule of Hourly Rates
f AMH;Group, Inc..
-01
W �s
The following hourly billing rates include all cost and markup for
hourly contracts except reii
}files such as travel and reproduction.
5
K
`
PROJECTPRINCIPAL.......................................... ...................................................
.......... ........... 11
s
PROJECT MANAGER/ENGINEER SPECIALIST.................................I................I.............
rat
.. ...
PROJECT ENGINEER III/LEADER III.............................................:.....................:........:.....
,_.$10,
g9'
^
4
ROJ
"PROJECT;ENGINEER II/LEADER II .....................................................................................
PROJECT ENGINEER I/LEADER 1/DESIGNER V............................................................
38;
;r:.:,::•':;,,,.._..?".ENGINEER III/DESIGNERN..........................................................
:............:.............................. ..ST
ENGINEER II/DESIGNER III/CAD OPERATOR IV .........................................................
.'' ENGINEER I/DESIGNER II/CAD OPERATOR III ............................
....... .................. ......... ....... $6i
JR. ENGINEER/DESIGNERI/CAD OPERATOR 11 ........................._...........-...............,.............
. 5;
DRAFTER II/CAD OPERATOR I ........................ ..............................
....................... ......... .......... 4
DRAFTER I ................ ................ .......................................... .................................................
.......... S4!
TECHNICAL WRITER/GRAPHICS SPECIALIST ................................................
.: Sfi;
PROJECT ADMSNISTRATOR/ENGINEERING AIDE....................................I.........:............
WORD PROCESSOR/ADMINIST'ZATIVE ASSISTANT .........................
Y$4
4'
`i"•' -,'. :.
CAD WORKSTATION
5•
The above rates apply. to normal design and engineering work.
The rates for special engi
studies;, or special projects will be established by request. This rate schedule shall be ia:effE
:December 31, 2000, at which time it will be subject to renegotiation.
r
"i AD,(computer-aided design) operator's time is charged in addition
to computer works tat
when"equipment is furnished by RMH in locations other than RAMH's offices.
TJ ( y
I
HOURLY RATES
EFFECTIVE JANUARY 1, 2000
Engineering, Architectural Manager .
Senior Engineer I, Architect I, Landscape Architect I
Senior Engineer II, Architect 11, Landscape Architect II
Engineer I, Architect I, Landscape Architect I
Engineer II, Architect II, Landscape Architect U
Senior Designer I
Senior Designer R
Designer I
Designer H
Cadd Drafter
Computer Work Station
Construction Administrator I
Construction Administrator H
Senior Environmental Scientist I
Assistant Environmental Scientist
Administrative Assistant
Clerical
Licensed Surveyor
Two Person Survey Crew
Auto Mileage Per mile
$110.00
$90.00
$80.00
$65.00
$60.00
$65.00
$60.00
$55.00
$50.00
$40.00
$15.00
$65.00
$55.00
$110.00
$55.00
$55.00
$35.00
$80.00
$85.00
$.32
J9,THE'SEAR-BROWN GROUP
5
Current Rates Effective June 5, 1999 t, ( 00)
Direct Libor Overhead Profit Fully Burdened
Employee Rate 148.9% .10 (lab. & CHI Rate
...................... ............
Mark Probst $48.525 S72.25 $12.08 S132.86
Brent Sumrall $38.250 S56.95 S9.52 S104.72
S8.46
Adam Manuel $28.875 $42.99 S7.19 S79.06
Matthew Geyer $26.455 $39.39 $6.58 $7143
Barbara Born $21.732 $32.36 S5.41 $59.50
Diana Miller -Higgins
$17.168
$25.56
S4.27
$47.00
. .... .....
.......
........ ..... ...
Rafael Ruiz
$15.000
$22.340
$3.73
$41.070
...............
I I.''....,
......
1 1. . ... =
Word Processor
$15.750
S23.450
S3.92
$43.120
Effective June 2000 (Annual Increase)
Base Salary with OH Profit Fully Burdened
4% escalation 142.9% .10 (lab. & CHI Rate
Mark Probst
$50.466
S75.14
S12.56
S138.17
.......................
I ..................................
........... 11.1 ................
......
Brent Sumrall
$39.780
S59.23
$9.90
$108.91
Richard Rotenberry
$35.360
$52.65
S8.80
596.81
..... �.. I ... ...............
.' .............
.......
....................... I ...........
............
Adam Manuel
$30.030
$44.71
$7.47
$82.21
Matthew Geyer
$27.513
$40.97
$6.85
$75.33
............... ....... ..........
I ................ ...........................
......
..........................
...... ...... ... -
Barbara Born
$22.601
$33.65
$5.63
S61.88
......
........... ....... .....
...................
..............................
Diana Miller -Higgins
$17.855
$26.59
$4.44
S48.88
Rafael Ruiz
$15.600
S23.230
$3.88
S42.710
Word Processor
$16.380
S24.390
S4.08
$44.850
.............................
updated: muse r \Bartara1ace1_FUemp_rateAs
OS
T nrAci-apL+ATCY1Lt0CR]S'L � SS�PI'aTTIT A' � �`a���yC
719 Pc= Sweet - Forc 4=011 r , C�O 80521 - S 70A-rZ91?S - FAX 970.493.8634.
2000 FEE SCHEDULE
Principal:
$60-75.
Project Manager.
S45-60
Graphic Designer:
S35-50
Landscape Architect:
S35-30
Draftsperson:
$25-35
Clerical:
$20-25
Reimbursable Expenses
CADD Plots
Paper - 24" X 36-
$4.00
Paper - 30" X 42"
$5.00
Mylar- 24" X 36"
S8.00
Mylar - 30" X 42"
S 10.00
In-house Xerox copies
S.10/copy
Mileage
S .31/ mile
Long Distance Faxes
$ .25/ page
Telephone charges, postage, outside printing, Xerox copies, other reproduction costs, photography work, and od=
normal expenses are billed at cost plus ten percent.
Principal ......................................
Associate ..................................`....
Senior Engineer .................................
Junior. Engineer. ................................
CADoperator ............................
Clerical. .......
$90.00/hour
$70.00/hour
$60.00/hour
$50.00/hour
W.00/hour
$25.00/hour.
PROFESSIONAL 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, a corporation, 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 two (2) 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 Commencement and Completion of Services. 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 December 31, 2001. 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 Citv. 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
PSA 10/97
1
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:
Professional:
Vaught -Frye Architects
401 West Mountain Ave.
Suite 200
Fort Collins, CO 80521 2604
City:
James B. O'Neill 11, CPPO
Director of Purchasing and Risk Management
City of Fort Collins
P. O. 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
Professional's obligations under this Agreement. Such payment shall be the Professional's sole
right and remedy for such termination.
5. Design Prpoect 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 a fixed fee in the amount of One Hundred Three
PSA '10/97
2
Thousand Four Hundred Seven Dollars, ($103,407.00) plus reimbursable direct costs, as set forth
in Exhibit "C", attached hereto consisting of seven (7) pages, and incorporated herein by this
reference. All such fees and costs shall not exceed One Hundred Thirteen Thousand Four
Hundred Seven Dollars ($113,407.00). The parties acknowledge that RNF Consultants, Inc., RMH
Group, Inc., The Sear Brown Group, PB Transit and Rail Systems, Inc., and Vignette Studios 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. 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 quality, prepared on stable
mylar base material using a non -fading process to prove for long storage and high quality
PSA 10/97
3
reproduction plus CAD discs.
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. Defa . 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.
PSA 10/97
4
14. Remedies. In the event a party has been declared in default, such defaulting party
shall be allowed a period often (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.
PSA 10/97
5
ClerkCity
APPROVED AS TO FORM:
Assistant City Attorney
THE CITY OFFFFORT
/COLLINS,
, COLORADO
John UFischbach
City Manager Q %�
By. >Pic)
J mes B. O'Neill II, CPPO
Dire for f Purchhasing & Risk Management
DATE: ( /L-� /? aoci
Title: fw _y
CORPORATE PRESIDENT OR VICE PRESIDENT
Date: 4 � 11 tp
ATTE jj
T:
(Corporate Seal)
Corporate lEgLilaV
PSA 10/97
6
EXHIBIT "A"
General
The City of Fort Collins intends to complete the construction of a new Sand/Salt Storage and
Operations Facility on a piece of property, located adjacent to the existing Streets Department
storage yard, on North Lemay Avenue (625 Ninth Street). This piece of property is designated as
Lot 4B. This proposal is based on previously completed Design Development Phase documents
dated November, 1998, and August 1999, and contains the fees for Architectural, Landscape
Architecture, Structural, Civil, Mechanical, and Electrical Engineering work necessary to complete
the Contract Documents, assist the Owner with the Bidding Process, and provide complete
Construction Administration services. It also contains fees for the specialty consulting firm of PB
Transit and Rail Systems, Inc., of Houston, Texas, for the Sand/Salt Storage Structure, and all the
required conveyor and process machinery necessary for a fully functional facility.
Specifics:
1) The construction cost of the project is estimated at $1,352,000.00
2) Complete the Design Services for Lot 4B, a piece of property consisting of approximately
4 acres, bounded on the north by the C & S Railroad, on the east by the Streets Facility
Storage Yard, on the south by an existing asphalt service drive, and on the west by Lot 4A,
currently under development by the Colorado Department of Transportation (CDOT).
3) The following items will be included in the Design Services:
a) A Sand/Salt Storage Structure, capable of holding 8,000 tons of Ice Slicer product, and
1,000 tons of Sand/Salt mixture. The building will be serviced by automated conveyor
systems for the loading and unloading of vehicles, and the interior distribution of
product. Large overhead doors will be located at the east and west ends of the building
b) Liquid Storage Tanks: These will consist of (3) 20,000 gallon tanks, for the storage of
a product called Caliber M-1000, and (1) 5,000 gallon tank, for a product called CF-7.
c) A Restroom/Break Building: This building will consist of a small Breakroom, with
adjacent Toilet and Vending Area. Also included will be separate spaces for Electrical
Equipment, and Computer and Telecommunications Equipment.
d) The entire lot will be paved with asphalt, capable of supporting tractor/trailer vehicles
and fully -loaded dump trucks. The areas on either side of the Sand/Salt Structure will
be paved with concrete, to offer a more durable, maintenance -free surface for truck
loading and unloading operations.
e) Completion of Site Grading, Drainage and Utility connections for a complete, functional
facility. Construction staking for the overlot grading is included. Remaining surveying
will be control stacking for the Contractor and City.
f) All Mechanical and Electrical services required for a complete and functional facility.
PSA 10/97
g) Relocation of the existing automatic entrance gate, on the west side of the current
Streets Facility Storage Yard, to the west side of Lot 4A. This will require coordination
with the existing Simplex System, which services the Streets Facility.
h) Design, performance specifications and cost estimates for the Sand/Salt Storage
Structure, and all associated machinery, for a fully functional facility, to be provided by
PB Transit and Rail Systems, Inc.
i) Landscaping along the north and south sides of the site; no irrigation system required.
4) The following items have been deleted from the original scope of work:
a) The small, stand-alone Salt Building, shown on the east side of the site.
b) The concrete slab, designated for plow blades, on the north side of the site.
5) The Owner will provide for the following:
a) Site demolition of existing concrete footings, foundations and slabs. — complete
b) Rough overlot grading for Lot 4B. — complete
DESIGN SERVICES
Construction Documents Phase:
We will prepare the working drawings and specifications for the construction of the
project.
2. Bidding or Negotiation Phase:
We will assist the Owner evaluating bids and issuing clarifications.
3. Construction Phase:
We will assist the Owner and the Contractor in general administration of the construction
work. We will observe the work for compliance with the contract documents, check shop
drawings and sample materials, and review monthly pay request for work completed to
date.
PSA 10/97