Loading...
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