Loading...
HomeMy WebLinkAbout290544 ARCHITECTURAL ENERGY COR - CONTRACT - CONTRACT - 17662PROFESSIONAL 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 Architectural Energy Corporation, hereinafter referred to as 'Professional'. W ITNESSETH: 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 twenty (20) 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 three (3) days following execution of this Agreement. Services shall be completed no later than December 3, 2004. 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. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: PSA 05/01 No Text 2.0 Commissioning Statement of Work The building oornnissioningservices W be provided Y Archilsobiral Energy Corporation during Ow design, construction, acceptance, and wamanty phases of the projectwedescribed below. ♦' - undertaken will be iT n 3 Y' with ♦ coordination the building othe architectural and engineering I ram.. I.:r _ >a i Ya • :.f _ •.. ♦f. :.�:_ # I 1 owner's: Ymaintenance staM perspectilve, Architectural 1 Energy Corporation, on with the designundertake Designdesigndavakpinard The 5G% design development review sesks to War" building system design issues and potential operation and maintenance issues that should be addressed during Um design development phase of to project At this point in the design phow. to build' designs _being refinedandmanydecisions commissioningoverall building perforryonce operation and maintenance awre bain made. This review is designed to ensur* toot ft design twn achieves the major design goals (WftrM mWft so *jnctiorAft, The 50% construction documents review is undertaken to ensure that adequately specified within the cord1niction documents for Vim building systems to be coinmissioned, and the targelled bWldhV system are Wooly to:nvest the deallp goals (intent) relative to hinctionality, energy pedonrlance, maintainabil •indoor3 1-0 �s�.,anro.m.avdrnnea�,s,me�rw aramw2mna c) DesW ri vi at 95%, constnretkon documents -lit It 11 ws .•. ♦ :.._ _r 1 i ..• • IY 1' • Y: P 9 ♦ •r♦ • r • .r NO r Y Y • s •subcontradoTs,ownerpersonnel XYI the Comirrdestioning agent, Y. : ♦ • a • a c - - a i .«'.i.'i_.5 S"f/.J1i;�«�',1.2 L• „:' ,t✓ 1t.;33E,p�. ose�Wot:WWAOPPOO C46W um" SW40s VW* sl«eo sm*ow oodjkwA= .rr.; r a. r: .•M :.Y t: R_. ♦ ;. .. i _-:aY .: o. i.tc L-1 • 4 M• C f • -.M.Y 1. r; �. • •. ':aM4 r4 i Y • r • tl • ::: - • r • : - aWit,- t :♦ NY ` ! n :• hY: Y 1; M:If h 4 L-7 .ats�i' IMMI aligAill", Y, ♦.. A . -11.11I.-Ini 1 4 c- •' • M: Y w fY 4 Vi — Y • 1 ♦' i- t P 1 W • Y l_ i 4 ! i�Y 1 •41 'ilr Y !l J vopf I Y1i'l i11 Y!' 4♦ I • ♦P: l � 1 W—i • t : Y vE-- - a• JR ♦ t4- r ��. ( xL±h2<o1-c!L1,!,itl?t! C41i: _t Y- r r R X.: ♦ c.Y =t n_: r1 r X _ v • ♦: M Mom: 4 t � � .aY :.• ♦ _{: X i4 Y _ � t .'• f It1 1 X • w• 4 s - t - rl V 3 • 4 4i (.tf .dr/ ., h9LC•.t(( 5il 2�. f?-..1.+ Qowa Swwb"*wftCh/OrA?d Cana VOWSWw= urwrsnapeBUX* r ad*waow fY t 1 p I ::♦ ♦. I 1 57ff • • Mf f - Y I• 1 ♦ 1 Y IM: x I: : 9i • ♦ rat — .:. 14 evaluationThe commissioning report Includes: operating condition othe systemsat cantpletion. • D'" i OWwere disicoveredandto measures token soowed Reports• Fundjoval test procedures and results, • docurnent allconyTissioningY.1 fwasI Progressed, and A description and estimated ObhOdulis of required deferred fedlng • r Documentation:Documentation Y• ! Me * the sectionLEED `.I Yse. 1W sF91. ♦. •..._ Iry 'Fundamental • 1 SYMOMS Commissioning"{ :: I Recommissioning management manual (if LEM Additional 3 Ned *Additional Commissioning.* 2A Warranty Phase COMMIMsioning Activities The Warranty Phase activities vAll be coordinated vAth the building owws • } 6 EI f 1': f 1 - 1.. Y • 1 Iv • .il'f • f • _ h' - Y f • i The as-bulft documentation is 5.• toverifyconsistency Y _ conditions. The wbuilt documents#= includes control acherneflog N.L^.4R.LJlIdd'YL 4' °/U 1 x f 1 _ ♦ a9 t hf A .h f ZO LEED Adds lonal CommlmWft Credit 3 fi r✓bra! C&IdF dd0*rt rswW**Vahj*Mh V,80 0Vft6W2W3 equipment contractor submittals of oomm issione i 5Have a contract In place for near -and or post occupancy revivw AEC reMMMends that this scope be imfuded in the project, as its= 1,2,3 and 5 W0 considerable value to the project at a relatively modestcost. 16 1: a', Construction DocumentsGleslgIn Commissioning . }i - : S. ,I ` 1°s:±mac Submittal• 'sY appropriate • Pro -functional Chocidists for all equipment and system to be commissioned • Construction # f Reports • DeficiencyReports 02♦ :4CO 1.'. • Functional Peftmarice Testing Reports • DeficiencyReports • Operation and Aftirionance Review • Operation i..and n agendareviews • Preventive Y' Database • Commissionirq Report WAR K k ♦1.4i a= As -built• Documentation r - -w Repo Seasonalrt • Yf • End of Wanwity, Period Review Arvhkedural Energy CorponCfon 12 Boulder, Cdoomdo M 3.0 LEEQ Uftsumawnt and Valificallon M&V is not included In this pnopoaed scope of work. A mN*c and Enow Can _ 1 .. 1- 13 earner, Gdoraeo Caawm4sooV 8i€€WR trUm dyof Fat OAw LWbw SwAt sP-%WBP Im 4M Pamw O inc, 430 N. Tqm fit. Salle 20Q (719) 47344" Tonnessm ' � INy:7jf ..... €,€ y,. Professional: City: With Copy to: Architectural Energy Corporation City of Fort Collins, Purchasing City of Fort Collins, Ops. Svs. 2540 Frontier Ave. Ste 201 PO Box 580 Attn: Ron Kechter Boulder, CO 80301 Fort Collins, CO 80522 117 North Mason St. 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 negligent performance of any of the services furnished under this Agreement. The Professional shall maintain commercial general liability insurance in the amount of $500,000. 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: Hourly billing rates: Reimbursable direct costs: PSA 05/01 Principal $155.00 Hr. Senior Engineer $105.00 Hr. Staff Engineer II $ 85.00 Hr. Staff Engineer 1 $ 72.00 Hr. Associate Engineer $ 57.00 Hr. as billed `A •w. •:-1w. -. .Y.1 ii :AY - •t it i• If !1 ttl - - .• r • •:.:� r 4 - ' i •• i :.f Y f f • 1v I uRaftocww ..n r fDr ViellbrMlAW,•.e •... m*dw*W sy"i lWu*q bollets, Mwcollng WAC eqiApmod and now W • to oncisfing slalom eveAud*m to Jack i ♦i :YI 4 ii 77 �r E 11 •h :1 ! Fi S R '• f is of e hi :a,c :i hr ■ Tf, xl f f t s *1 i Y •. ;t 3tiPwcaa a4r Gky NFaR caau were Sww= VabbwSaagr • PA•brr 5.0 Budgoft This section 8arft budgets for the tollovAng activities:. • RR, b • r• r. [• a + i {a P. tP Y• _ P: P _ b'' P P P' :P J [r- Cl COMft*0810drog Budget i'•i♦'3 � a _ _P P.'. P' P P 1 •.P�> I P.: P '.PP ♦• • e r '_._ Loaded f-burlw EFAIna Ra9•s AEC OW Prinrrpal $155.00 Senlor Engineer $105.00 StabEtgbaerA WOO Staff EapePeer 1 $7240 A o*W* eer $87.00 -.y P Ar�tNectural Elurr�y Cgrporalbn 17 Boulder, Colorado 22 ARD-Comambow"InaC-LEEi7P immo AEC e State Engineer IE $4,522 SW Engineer 1 $2,909 AaeacieEa EnpNieer $9� Sri Torsi ABC i aI $882U O"wr [rhea Costa Tranetwrlationf Travel $391 Qvarn* of Person -Trips = 14 iteproduotlon $100 POSUW ! Ove Derive 60 Sri -Total f st pined Ccmis 1 TotalOM uWW Ien&V 881 Corerntealeti AWWWnW Credii PMU ( eDW Sielf Engineer ii $1,785 SW Engirwer I $1,872 Aeaocieke En irsaer $741 SUVTofalAEC labor $4.3H Other D11e61 Cagb Trwrspvrtahonl Trevei $167 Quantify of Forsoro- 7Yrps = a.. Postage r Overnight DOWNY $126 suppmes $100 Sufi -Tow Otter Ilireot Costs $392 T AddMlorwl Cletlft.GOrnenlepip!@iiig CEfet $4. r rx 5.2 TOW C*MrW*oloWng Budget cav�sw+vA.saa,«cz �r rc .t «an*m a r w&"Vx Omt6w GA Key Persomel AkeiArchitiIII Holtz, Tracy PHIOS El Cofmissioning Engineer and Specialist MI 7.0 Qualftatlona Y 1 ! 676 Conslmetton Documents Prepare & Submit Manor Amendmarn 8 Final City Review 9 Prepare for Ew 10 Final Review of Minor Amentl0rWr4 11 Obtain Permit 12 Out for Bid 13 Award Contract 14 Notes to Procead 15 Construction 118 outlit Facilities 17 Udlalac Whide Storage Buildings Occupancy EXHIBIT "B" 1 day . 7/M 725 49days 7M W12 1 7 days W13 9119 2 83 days 91w 11121 3 7days 11M2 1f28 4 83 days 1129 1130 5 70days 11,E 2A1 5 7days 1131 24"8 21 days 2/7 227'. 8 50days 20 3/27 7 31 days 217 3M 8 27 days 2" 3/25 9 10 days 3/28 414 12 12 days 415 4115 13 " 210 days 4/17 11/12 14 21 days 11713 12/3 15 1 day 12M 1214 16 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. THE CITY OF FORT COLLINS, COLORADO By: &:a uu" Ic Janies B. O'Neill II, CPPO, FNIGP Aa:A 1 Director of Purchasing & Risk Management DATE: /v-.30-03 Architectural Energy Corporation o By: fi" 24 Title: fWl CORPORATE PRSIDENT OR VICE PRESIDENT Date: 6Oy)pr 22, 2MI ATTEST: (Corporate Seal) orporate Se ret ry PSA 05/01 5 with maximum compensation (for both Professional's time and reimbursable direct costs) not to exceed Thirteen Thousand Six Hundred Fifty One Dollars ($13,651.00). 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. [Optional] 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, 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 PSA 05/01 9 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, PSA 05/01 0 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. THE CITY OF FORT COLLINS, COLORADO (\ By: t.>'M �t J Jarhes B. O'Neill II, CPPO, FNIGP flo;,,kl Director of Purchasing & Risk Management DATE: 10-3o- 03 Architectural Energy Corporation O �� p O / _/� By: AlrwcC, I' /awl Title: FMIPENT CORPORATE PRE IDEy T OR VICE PRESIDENT Date: Odor'►- ATTEST: C (Corporate Seal) orporate Secr t PSA 05/01 5 EXHIBIT "A" C*M0400V S*WbO* WOW ClydF*t Q** LOW S*VtW VON* WOW aA*W ockbw 2m Commissioning Services for the City of Fort Collins Utliftles Services Vehicie, Storage SuNdIngs 1.0 IINTROOUCTION ....... ... -.-- ........... . ---- ........ ...... A 11 $"E0FC0MhWW*NMSrzWM.-- .... ........... 4 1-2 LEED RemNimmawm ....... ........... ........... 4 1.3 AEC .. ............. ....... �a 2.0 COMMISSIONING STATEMENT OF WORK . ...... .. .............. ................... ...................... ..... 0 21 Desm PmAnCowabe0aw Aormm ....... ........ — .... -- ...... ............. 6 22 CONSTFKPCTMPH4WGoMM$ooNMACTN"$..-,., ...... -7 Z3 ACCE"ANM PKARE COMMOOKWMACTMIlEs ..... ..... ... ....... , ................. Z4 WAWAN"PMWCuWmmDmmAc"Am—� ... ......... Z5 LEEUAoomooNALOoGCREmT3,, ........ — ........ ...... 2.0 DELPAWAKO: — �, - � ...... ....... -- ........... ........... ...... — ... . ............... -- ...... I'M R47$ tjl " 1 �7-1"' V :� � 'L � :1 " 101 " " PROACT &0 SUDOETS ........... ....... ....... .......... ....... .............. . .. ... ........ ............. . ...... --.17 6.0 KEY PERSONNEL 7.0 QUALIFICATIONS . ....... — ... ........ . ....... ......................... ......... ... - ........ —.- .......... 20 Appendix URMT77'T7 Rpowl" No Text * -1�1. =17777111-7-T 1.0 Introduction 90111AI-14i -6j;j.jN 1 is The three vehicle storage buildings arv, (1) an enclosed, iS,W SFhealed building to accommodate 28 voectse (2) an enclosed, 4,392 SF, unhoalled building to accommodate 8 vehicles wW:a metal shop (3) an enclosed, 4,344 SF, unheated building to accommodate 10 vehicles all f71 jW *1 11,1411, buildings, Ths f011OWN19 statement of work presents the goals, activities, defiverables. and lr'Ox,T� U," PTvNffTr LV-dWtf !vjiwin irl�m ieSJ:V4&S as tzZiAZI I-- LEED Version 2.1. COMMJ$$k)r6nQ activities will to be provided during tio Design COnstrUCOOn, ACOOP181100, and Warranty Phases of the building delivery proom. According to ffw LEED scorecard provided by the Ensar Group, the project is exPecled to ad"m ft Energy and Almospihore (EA) Prerequisite 1, Credit 3 and Credit 5 points. The following LEED credits will be obtained if Architecture I Ener Corporation's proposed statement of work is accepted: • EA Prerequisite 1 - Fundamental Commissioning • EACrecfd3-AddhionsiCamntissionirig For design tow meeting input and design reviews, the EA Credft 3 - Additional Commissioning, nosda to be Included In AEC's scope of work Erik Joarinstle, P.E., Commissioning Team Project Manager, will be Architectural Energy Corporation's primary point of contact. Mr. Jeannette can be readied at (303) 444-4149 or via a -mall at eieginneftitaRmLefflrgycont TNAEConginoorli staff that will be assigned to this pro'ect is listed below and in section 6,0 of this Proposal. AEC has provided building performance evaluation, diagnostic and commissioni services skies 1962, and has performed commissioning on over 40 projects in the: Past 5 Ys". AECS COMMSSAw" services include HVAC machar" systems, 4*119 OWIT015, PkxnbWQ OYSISM, electrical systerns, seazity syshems, kitchen oquiprrwo� irrigation systems, and: life safety systems, AppondixA presents a ArcWtvalund Energy Oorpondion 3 representative list of projects ex mnissioned by AEC during the last 5 years. Of the projects AEC has (or is) commissioned, 9 are LEED Certified projects. The vehicle storage btildini;I design is nearing the end of the design developernent phase, and the design intent Is to integrate innovative design • All Mechanical HHAC components + Heating and ventilation systems/ + Supply and Exhaust Fens • Radiant heat • Boilers CO2 control equipment LightingH&V Control components and their sequen Y.3.anddaylightinteraction For LEED Certification, LEED Prerequisite EA 10 must be performed. The U.S, Green Building Couricil defines Pret"Welle EA 1.0 as 'Fundamental Building Systems Cot"'Olosioning", with the following requirernenis and submfttsW commissioning authority design2. Collect and review Ydesigndocumentation commissioning3. Include commissioning requiremenis in the construction documents 4. Develop and utilize a Commissioning Plan 5, Wrily installation, functional Performance, training and documentation !♦ Provide7, Provide a copy of the commissioning plan NgftW*V the live furidamental commissioning procedures as listed in the credit requirements, .A cerfificationY The r r•authority! r