HomeMy WebLinkAboutRMH GROUP VAUGHT FRYE ARCHITECTS - CONTRACT - RFP - P343 STREETS FACILITIES ARCHITECTURAL ENGINEERING (8)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:
Scope of Services. The Professional agrees to provide services in accordance with
the scope of services attached hereto as Exhibit "A", consisting of five (5) 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
two (2) pages, 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 1, 1997. 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:
If Professional: If City:
Vaught -Frye Architects City of Fort Collins, Purchasing
1113 Storey Hill Drive P.O. Box 580
Ft. Collins, CO 80521 Ft. Collins, CO 80522
PSA 7/93
Phase is Final Design (Sand -Salt Storage Silos)
Notice to Proceed Final Design to Vaught -Frye
Complete Final Design
Complete City Review
Phase 2: Final Design (Renovation of existing Sand/Salt Facility
For Traffic Operations)
Notice to Proceed Final Design Vaught -Frye
Final Review by Landmark Preservation Commission
Complete Final Design
Complete City Review
February 2, 1998
March 6, 1998
March 20, 1998
February 2, 1999
March 24, 1998
April 24, 1998
May 1, 1998
CDOT Site
Design of their project proceeds at the same time as our project and their construction begins
in October 1997 and is completed second quarter of 1998.
Construction
Phase 1 - Salt Storage Storage Silos
Out to Bid
April 3, 1998
Begin Site Work by Streets
April 3, 1998
Recieves Bids Salt Storage Silos
April 23, 1998
Complete Site Work by Streets
May 15, 1998
Notice to Proceed
May 18, 1998
Complete Construction
July 31, 1998
Move In
August 17, 1999
Phase 2: Renovation of Existing Sand/Salt Building for Traffic Operations
Out to Bid
May 15, 1998
Recieves Bids
June 4, 1998
Start Demo Work by Streets (Sand/Salt Facility)
June 8, 1999
Complete Demo Work (Streets)
June 26, 1998
Notice to Proceed
July 6, 1998
Complete Construction
March 27, 1999
Move In
April 15, 1999
Staff
Begin Evaluation of Traffic Computer Coordinate
Effort with Communications Division February 1, 1997
Complete Evaluation and Select New Traffic Computer September 1, 1997
Complete Cost Estimate and Process for Relocation of Traffic
Computer January 16, , 1998
PAGE NO:
101882
VAUGHT FRYE ARCHITECTS
1113 STONEY HILL DRIVE
FORT COLLINS CO
80525
000016
FACILITIES DIVISION
CITY OF FORT COLLINS
117 NORTH MASON
FORT COLLINS, CO.
REQ NO: 125566
80521
is is it it is is is >ti is is �F it % ie is is is it is it is is is it it is it is is is is is is it is is is is is � ie is is is is it is it is is is �k is is �Y is ,t is � F is is it is is �k is is is is �t is is is >ti iric it is is it
BID # BUYER DEPT DATE CREATED DATE NEEDED STATUS EMP ID
�Y is is is icicic icicir it �4 is it icieic is icic is it is icicir is is is icir it is �k it icir icickicie is is it iric,Yic is is is icicir is is is is iric is is it iric icic ic>ti icicic is iciric is iric
OFD 560100 08/07/97 08/11/97 3 AH
SUGGESTED VENDORS
SHIP VIA..
SHIP INST.
TERMS.....
FOB.......
SPECIAL INSTRUCTIONS:
(PURCHASING USE ONLY)
is is is �k �t �t is is �k icic icicic is is iric iric icic it & is is is icir �tirir is is icic icic icic ic,4icir is icir�kiric�t icic it is iric it h ir>ti it it is is ic�t ir,4 is it *ic is is it is � i<>ti
LINE QUANTITY UNIT ACCOUNT NUMBER UNIT COST TOTAL COST
is it it iric it is is is is is is icic is is is it is it ic>E&iric&ir is ie icic ie 4icicic�Y,k is icic is icfr �Y icir icie>ti ic�Y it is ic�tic ir>t is it icic �t�F icat iric it is it is is is it is it iric
1 1.00 LT 305-410000-546390-15500-000000 116500.0000 116500.00
PROVIDE DESIGN SERVICES FOR CONCEPTIONAL AND
PRELIMINARY DESIGN PHASES FOR THE SAND/SALT -
TRAFFIC OPERATIONS PROJECT
COMMODITY CLASS: 0000000000
116500.00
/Q2�� 'OOW f' - 3 VS :
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 a fixed fee in the amount of One Hundred Eight
Thousand Two Hundred Dollars ($108,200.00) plus reimbursable direct costs. All such fees and
costs shall not exceed One Hundred Sixteen Thousand Five Hundred Dollars ($116,500.00).
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.
6. City Reoresentative. 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.
PSA 7/93
2
7. 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.
8. 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.
9. 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.
10. 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.
11. 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.
12. 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.
13. 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
PSA 7/93
3
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.
14. 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.
15. Law/Severabili!y. 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,QLTY, OF FORT COLLINS, COLORADO
J mes B. O'Neill II, CPPO
19
DATE
L�4k)U&L A a
r Oo,A
s . `?qt
-�Ck leak
P 1%EQ S=D FO
o' „)staht City Attorn
ATTEST:
of Purch sing & Risk Management
Title: V WSN .
CORPORATE PRESIDENT OR VICE PRESIDENT
Date: 7 - Lot -91
tii . (Corporate Sea[)
Corporate Secr to
"•�.1 Ju`ga DfWOelpo i,•`�e
PSA 7/93
4
EXHIBIT A7
GENET:AU The City of Fort Collins intends to complete a major expansion of the
existing Streets Facility, located at East Vine Drive and Lemay Avenue. This
proposal is based on a review of the project with the City of Fort Collins
Facilities Department and attached Exhibits 1, 2, and 3, dated 3/12/97. The
scope of work will be completed only through the Design Development
Phase, or approximately 40% of the total project.
Also included is a Milestone Schedule, noted as Exhibit'C' and a conceptual
project budget, noted as exhibit 'D'.
Objective: Provide basic planning and design services for design & documentation,
through Design Development, for the following:
Planning requirements needed to receive approval from City of Fort Collins.
2. Relocation of the Sand/Salt Operation to the east half of Lot 4. Evaluate
building system to be used for structure(s) and help determine procurement
method.
3. Renovation of the existing Sand/Salt Building for use by the Traffic
Operations Department. This building is located on the north side of the
existing Streets Facility.
4. A new Enclosed and Heated Large Vehicle Storage Facility, to be located
south of the existing Streets Facility.
5. A new Enclosed and Canopy Covered Medium Vehicle and Materials
Storage Facility to be located west of the existing Sand/Salt Building.
6. A new Drive-thru Automatic Vehicle Wash Facility, to be attached to, or
adjacent to, the south side of the existing Wash Bay Building.
The basic services will include Planning, Architectural, Civil, Landscape, Structural,
Mechanical, Electrical and Fleet Maintenance design disciplines. Cost Estimating
and a brief Energy Analysis will also be provided.
Page I of 5
Work Elements:
• All associated planning services required for City of Fort Collins planning review of
Lots 2 and 4E. One Neighborhood meeting will be required.
CM
• All associated architectural design services, including new construction and
proposed renovation of the existing Sand/Salt structure.
• All design shall be based upon the City of Fort Collins "Building Design
Standards."
• Traffic Department Facility shall be handicap accessible and diligent effort
shall be used to conform to the requirements of the Americans with
Disabilities Act of 1993 (ADA).
• Provide design services for a signage system throughout the new and
remodeled areas of the project. This signage shall conform to ADA
requirements.
• The services of an interior designer, for office and work area furnishings,
shall be provided by the City.
• Identify any required revisions to the Final Storm Drainage Report associated
with the expansion. This effort will be limited to developing a list of the
required amendments to the original drainage plan. No preliminary
Drainage Report or Drainage modeling is anticipated.
• Prepare a preliminary grading and paving plan for the paving improvement
within Lots 2 and 4 conforming to City of Fort Collins standards and
guidelines. This grading plan will include earthwork calculations.
• Prepare a preliminary utility plan identifying the improvements and
extensions required for the water and sanitary sewer service extensions and
storm sewer system.
• Meet with appropriate individuals of the City of Fort Collins and CDOT to
discuss the above reports and drawings and make reasonable modifications
thereto. Reasonable modifications are based on industry standards and on
City design criteria as of the date of this proposal. Changes to City design
criteria are not included in this proposal. This proposal assumes an initial
blueline submittal and review by the City of Fort Collins and other agencies,
resulting in a set of review comments. These comments will be addressed
and a second blueline submittal will be made. Any comments resulting
Page 2 of 5
Provide a brief energy analysis of facility, with written report, based on City
of Fort Collins guidelines. Coordinate work with City Light and Power
Department.
• All associated design services for the new structures and proposed
renovation of the existing Sand/Salt Building.
• Verification with City Staff of the space and equipment requirements for the
previously developed program.
• Confirm inventory of existing shop equipment to be moved to new facilities.
• Confirm Maintenance Equipment List and incorporate required items into
project.
• Provide a detailed cost estimate of the entire project at the end of
conceptual/ preliminary phase. (Design Development)
• The City will provide the following services to assist with the completion of
this project:
1.) Interior furniture design and procurement.
2.) All associated soils and concrete testing.
3.) Relocation of the City's existing Traffic Computer System from 700 Wood
Street to a new space in the Traffic Operations Facility (Renovated Sand/Salt
Building)
We will be required to coordinate all of our design services with those of the City,
including improvements to Lot 4W and the Colorado Department of Transportation
(CDOT)
Page 4 of 5
FEE SCHEDULE:
CONSULTANT
SERVICE
FEE
Vaught *Frye Architects
Architectural Design &
51,000.00
Documentation
RNF Consultants
Structural Design &
4,400.00
Documentation
RMH Group
Mechanical and Electrical Design
23,000.00
& Documentation
City Scape Urban Design
Landscape and Irrigation Design
1,500.00
& Documentation
Sear -Brown Engineering
Civil Design & Documentation
8,500.00
Consultants
VF Ripley Associates
Planning Services
3,100.00
Fleet Maintenance
Program Verification,
11,800.00
Maintenance Equipment Design
& Documentation
B & C Prolect Services
Cost Estimatinq
4,900.00
Estimated Reimbursables:
Vaught*Frye
3,000.00
RNF
200.00
RMH
800.00
City Scape
100.00
RBD
300.00
B & C
200.00
VF Ripley
200.00
Fleet Maintenance
3,500.00
Total 8,300.00
(REIMBURSABLES WILL BE BILLED AT COST PLUS 15%)
TOTAL CONTRACT AMOUNT 116,500.00
Page 5 of 5
ROW
EXHIBIT "B"
MILESTONE SCHEDULE
SAND -SALT AND TRAFFIC OPERATIONS RELOCATION
Issued: March 7, 1997
Revised: July 25, 1997
Item Date
Relocate ADS
Extend Existing Lease Month to Month Basis
March 1, 1997
Complete Relocation
October 1, 1997
CDOT Site
CDOT Completes Appraisal of LOT 4West
June 2, 1997
City Completes Appraisal of Lot 4West
July 30, 1997
City Completes Agreement to Sell to CDOT
July 30, 1997
City Council Approves Sale of Lot 4West to CDOT
September 2, 1997
City Council Action
City Council Appropriates 1997 Funding ($250,000) from Streets
Reserves to Capital Projects Fund June 17, 1997
City Council Approves Sale of Lot 4West September 2, 1997
City Council Appropriates Funds ($100,000) from Sale of Lot 4West September 2, 1997
City Council Appropriates $500,000 from Streets Reserves to
Capital Projects Fund December 2, 1997
City Council Appropriates Remaining Funding ($2,350,000) to
Capital Projects Fund February 17, 1999
Design
Approval by Purchasing to Use Vaught -Frye Architects
February 20, 1997
Complete Design Agreement with Vaught -Frye Architects
July 31, 1997
Notice to Proceed to Vaught -Frye Architects
(Conceptual/ Preliminary Design only)
August 4, 1997
First Review by Landmark Preservation Commission (Sand/ Salt Building)
August 26, 1997
Complete Planning and Review of Building Program
August 29, 1997
Neighborhood Meeting
September 18, 1997
Submit Documents for Planning Review
October 20, 1997
Planning Completes Review
November 14, 1997
Vaught -Frye Completes Conceptual/Preliminary Design with Cost
Estimate
January 16, 1998
City Completes Review of Conceptual/Preliminary Design,
Cost Estimate, and Approves Project Budget
January 30, 1998