HomeMy WebLinkAbout264656 OZ ARCHITECTURE - CONTRACT - RFP - 7146 POUDRE RIVER LIBRARY DISTRICT MAIN LIBRARY REPROFESSIONAL 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" on behalf of THE POUDRE RIVER PUBLIC LIBRARY DISTRICT and
OZ Architecture, 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 one (1) page, 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 two (2) pages, and incorporated herein by this reference.
3. Contract Period. This Agreement shall commence upon signing and shall
continue in full force and effect until July 15, 2012, unless sooner terminated as herein provided.
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:
1
N
EXHIBIT C
FEE SCHEDULES
FEE PROPOSAL
PROFESSIONAL FEE SUMMARY BY PHASE
Design Tom Specialty Total Fee PHASE2 PHASE3
REIMBUSIBLE
EiPgNSES
DD-CD
PERMIT -CA
BY CONSULTANT
OZ ARCHITECTURE
LIBRARY PLANNING
$1,000
$1,000
OZ ARCHITECTURE
OZARCHITECTURE
OZ ARCHITECTURE
OZARCHITECTURE
ARCHITECTURE & INTERIOR DESIGN
FFE
PUBLIC PROCESS
3d SERVICES Before & After U date
II100 fou
$14,500
$3,000
$600
$15.750
$12.000
$3,000
$500
$25.000
$2;500
$24.11
$3.006
$6.000
KL&A
STRUCTURAL
7 1 u tUb
$6.875
$3.750
ME GROUP
MEGROUP
ME GROUP
NOLTE
RIPLEY DESIGN INC.
CTL/THOMPSON
MECHANICAL
ELECTRICAL
PLUMBING
CIVIL/SURVEY
LANDSCAPE (Project M s 8, masterplan)
GEOTECH.
$20.350
41111.7,101
$18,2001
sul
$11.610
1 $14.43011
TR Asni
$7,164i
1 $15,700
1
$6.880
1 $5.9201
12
i i3 -4 !211
1.5001
$2.0001
1 $2,0001
$2.0001
1
4
DELICH ASSOCIATES
K2
IT2—
TRAFFIC
ACOUSTICS
AUDIO VISUAL
$01
1
1 $3.84011
1
TECHNOLOGY PLUS
(TED - AJ]owanoe Held)
CUMMING
AMBIENT ENERGY
TECHNOLOGY,
OGY. SECURITY PHONES
SIGNAGE
CO ST EST —MAT IN G
ENERGY & CAYLFG—HTING
$13
f11,980
1 $IU,57311
$20
$I N
$ 10,000
.$1,00021
$2.9501
1 $1,100
$ 725
Fee Totals -Actual by Phase
$267,7881
11206997r
f80,801
140 _q 91
Pmposed%offee byphaso
H 7T
22..
Reimbursable Expenses
$40,942
$22,30011
$18642
Total Fee
$308;730
1 $229,287
$79,443
VE-E7N0'ffi7—C—URIPICATI�;7,n-N 4,
rT - 3 al I -T
1 . Fees are reflect Design Development with modified scope occunng in Phase 2. r.
-adiustedto =
2. Signage Design is allocated as an allowance - Consultant will be selected upon scope clarification-
3. Reimbursible expenses' exclude contractor bid sets but include permit sets.
4. 3D rendering services may be added to the OZ scope of 0
'E"Ll",
S*
1
$8,0007
ClIEW, Frame Fly through of Buildin
—1 $I2,000I lFIvMaLjonFullyrendered 2.5 minutes long)
5- Fees are based on no LLED carblication process-- Sustainability is stillconsideration in design approach.
lKC �QPEO F W�0--RWCUR—1 —FffX-T-10N S"A -W �4
11
- SCOI)e Of work is as identified in the RFP perthe fees above: Adds include:
- Limited projected management role scope by Architect
-Landscape Mast r Plan I
-Bathroom renovation &Main entsyre design byArchitect&'MEP
- Retrocommissioning scope by MEP
2
See separate attachments for detailed descriptions of added Consultant Scope of work as requested.
ARCHITECTURE
URBAN DESIGN
Nil. INTERIQR DESIGN
OZARCHITECTURE
2010 BO.UNG RATES
(SUBJECT TO NCRFA.SE AT SEMIANNUAL REVIEWS)
UPDATED 0UO1110
PRINCIPAL
RANGE 160 -195
EDUARDO ILLAHES
PAUL TREMENTOZZI
ROBERT WEST
JIM BERSHOF
JOE LEVI
MICHAEL NODA
ELA04E JENSEN
RICK PETERSEN
K. DAVID CARSON
KELLY DAVIS
DAVID JOHN SCHAFER
PAUL SCHULTZ
ANDREW 5 WHITE
STEVE BROOKS
REBECCA STONE
KELLY YAMASAIO
TRACY TAFOYA
ROBERT RYDEL
STEVAN KIRK HALE
HE00=KERBS
DONALD R SCIUEFERECKE
JEFF WRIGHT
JOHN COLEMAN
CHAD HOLTZNGER
LIZ RARE
ASSOCJPRfUCIPAL
RANGE 120-165
BRIAN HAFFEY
DAN MILLER
JENETE ALE
THOMAS HOOVER
SU WJ lIm Lm OM
SR ARCHITECT
RANGE 130-1TO
GAYLE UDALL
ERIK F- MARLES
CHARLES SANDERS
JEFFREY M HIGH
JEFFREY C MAPP
ALVN MORIE
ARCHITECT
RANGE 100.126
DARRIN JENSE4
NATHAN MIESEN
TIMOTHY ROSS
WIWAM HENTSCHEL
ERICH HILL
MICHAELWLOTLEY
KENNETH A-BRENKREUZ
CATHERINE FEEDS
MATTHEW D CH600NN
CHAD MITCHELL
KEVN M SCHAFFER
ARCHITECT
ca06mN0
195
MARA REMPEL
195
WELLS SDUIER
195
MANR1 MASHBURN
195
CHARLOTTE FUCKER
195
DAVID ROSENFELD
195
JAM) MOILLENKAMP
ISO
LYNNE WASINGER
195
CHRIS VANDALL
19S
195
190
190
SR ARCHITECTURAL INTERN
195
RANGE 120-155
170
DAVID DOWLING
170
ERIC BECKER
170
MATTHEW FAICH NNE
170
CARLOTTA FAZZON4E
170
KELLY FOGARTYAWISSNER
ISO
EARLS ALTIOK
ISO
FRANK M.ATAIPULE
ISO
4AC013 LEVY
ISO
8RIAJ4 LOPEZ
150
KASEY SHARP
ISO
RICK EVANS
ISO
KARLN VAESSEN
ISO
R06ERT WILBERGER
RANGE 50-60
125
CHRISTOPHER RUSSELL
125
LNDSEY KILLER
125
AJLIE EDWARDS
155
KAY GALLtGAN
1-GO
BEATTA CHUID09INSK!
MATT BRINKMAN
SUZANNA REED
GIRIA BRIGENO
170
ERICK MODEN
155
RAIN CARLSON
155
REBECCA GREEK
ISO
KELLY JERNIGAN
145
HIUARY LEWIS
130
JESTIN GIECK
AMANDA JOHNSON
JEONG YOON
JENNffFR DAVIS
DANIEL FLORS
L5
DARCY VERTUCK
125
DAVID WILT
125
125
$A INTERIOR DESIGN
115
RANGE 110 - 140
115
KRISTN SPNEY
Its
KATH RYN JAIIAK
115
MICHELLE UESUNG
Its
SUSAN KOHUNI
115
BRIAN HELTSHE
115
110
110
110
100
100
100
ISO
10D
145
120
110
105
95
90
90
90
90
90
90
90
BS
so
75
TD
TO
70
6s
as
65
65
65
is
65
65
65
65
50
50
50
so
50
140
130
125
/20
110
PLAHI@NGAIRBAH DESIGN
RANGE 156
NANCY BLACKWOOD
NTERIOR DESIGN
RANGE 50 - 70
SHELLY COCKRELL
EMILY COLEY
ERICA KTTCHNGS
MARGARETSEt
AILENN DESANITS
SHERRI EYSTER
MEGAN FRECKELTON
CHRISTINE HEADLEE
POSIPROJECT DELIVERY SERV
RANGE 90-176
SUOTHOMPSON
JAM.ES THIES
CONTRACT AOM005TRATORS
Z-�41Ul0
SUPPORT STAFF
RANGE 45 -126
TAMARA BUJAKOWSKI
MARTIN CALDERON
scorn MCKS
JESSICA OSTERMtCK
JAMES A CREVISTON
CHRIS DOIFZAL
JASON CLARK
KATKLEEN ANDRES
BRADY FOX
ERI N AULT
DARCY BRUINO
CMST04E ELDRIDGE
LE41J5 UAFflUEZ
SHELLY LOU MCCLEARY
REBECCA BLMQA IR
LARA CONLEY
MARK MOSLEY
KATHERINE MHUTCHNGS
HEATHER M DALY
JEU WMG VIEROJJ
AUTUMN GETZLAFF
155
90
TO
TO
E5
65
50
SO
5D
175
90
M2
125
115
100
too
100
IOD
90
ICI
m
EO
65
65
65
E5
ES
65
6S
55
55
`0
50
45
Ambient Energy — LEED Consulting:
President/Principal/SDS Team Lead
$170/hr
Principal/BPE Team Lead
$150/hr
Project Manager
$140/hr
Senior Sustainable Design Specialist
$120/hr
Green Materials Specialist
$1151hr
Sustainable Design Specialist
$95/hr
Sustainable Design Specialist Assistant
$85/hr
Senior Building Performance Engineer
$130/hr
Building Performance Engineer
$100/hr
Building Performance Engineer
$90/hr
BPE Team, Renewable Energy Specialist
$125/hr
Daylight and Lighting Specialist
$115/hr
Administrative Assistance
$55/hr
K2 Audio. LLC — Acoustical:
Senior Consultant $125/hr
Consultant $110/hr
Principal Consultant $165/hr
Senior Designer $85/hr
Technology Plus. Inc. —Telecom/Data/Securi
Project Manager/Principal-in-Charge
$150/hr
Lead Design Consultant
$1301hr
Security Engineer
$130/hr
CAD Operator
$70/hr
Administration
$60/hr
_C_ummina. LLC — Cost Estimator:
Managing Principal $225/hr
Senior Vice President/Regional Vice President $200/hr
Director of Cost Management $180/hr
Senior Cost Manager $160/hr
Cost Manager $145/hr
Cost Management Technician/Coordinator $105/hr
KL &A, h7 c.
Structural Engineers and Builders
Project: Fort Collins — Poudre River Public Library District Main Library.Remodel and
Expansion
Owner: Poudre River Public Library District
Location: Fort Collins. Colorado
Project Description: The proposed project is located at 201 Peterson Street in Fort Collins. The project
consists of i,625 sq. fl. of additions and a remodel of die existing 34.600 sq. ft. building which opened in
1976. The additions will consist of first floor infill beneath existing second floor overhangs. The
estimated construction budget is $3-3.1 million.
Compensation for our Base Services shall be:
I. A lump sum fee of Ten Thousand Six Hundred Twenty Five dollars ($10,625).
2. Reimbursable expenses are included in the above hunp sum fee.
3. The structural design documents will be prepared using Revit at no additional cost.
Pavmcnts for base services in each design phase shall total the following:
Design Development
$2.500
Construction Documents
$4.375
Construction Administration
$3.750
TOTAL
$10.625
Our current standard hourh rite schedule is:
Principal
$ISO
Associate:
$120
Project Manager:
$105
Project Engineer:
$105
Engi nee r (Licensed):
$ 95
Structural Desiener
$ 85
Engineering Intem:
$ 70
Clerical:
$ 60
1A.E. Grouri, Inc. Scope of Work Agreement - Poudre River Public Library District Remodel Expansion
Article V11. Standard Hourly Billing Rates (subject to change each calendar year)
A. MEG proposes to provide technical services in accordance with the following billing rate schedule:
Clerk/Technical Typist
$60.00
DraftspersontTechnician
$72.00
Designer 1
$82.00
Designer 2
$92.00
Designer 3
$102.00
Engineer/CxA 1
$123.00
Engineer/CxA 2
$133.00
Engineer/CxA 3
$144.00
Project Engineer/Construction Manager
$123.00
Project Engineer/Construction Manager
$133.00
Project Engineer/Construction Manager
$144.00
Senior Engineer/Senior CxA 1
$144.00
Senior Engineer/SeNor CxA 2
$154.00
Senior Engineer/Senior CxA 3
$164.00
Consultant 1
$123.00
Consultant 2
$133.00
Consultant 3
$154.00
Principal 1
$154.00
Principal
$164.00
Principal 3
$195.00
struction and Expert Testimony Hourly Rate
to above rates $35.00
Rates as of 0110112010
B. The above rates became effective January 1, 2010 and are subject to revision at any time with a minimum of
60 days written notice.
Article Wit Reimbursable Expenses
A. Reimbursable expenses include the cost of support services, deliveries, postage, electronic communications,
reproductions, plots, materials, supplies, consultants, transportation, and the expense of professional liability
insurance dedicated exclusively to the Project or the expense of additional insurance coverage or limits
requested by the Owner or Contracting Parry in excess of that normally carried by MEG.
B. Reimbursable expenses shall be billed above and beyond all fees for professional services, with a multiplier of
1.10.
C. Reimbursable Mileage will be billed at a rate of $0.50 per mile (shall be adjusted annually to match the IRS
business mile rate).
D. Computer and Technical Services by others will be billed at Cost.
E. Reimbursable expense transaction records or receipts will be available upon request.
C2at9d ar 61122'2110 629A0 Rf hNal hare. _ TG 1 \ L V 1
design green
NOLTE ASSOCIATES, INC.
Rocky Mountain Region
2010 Charge Rates Schedule
Office:
Technical Services
Project Assistant.........................................................................
Engineering Aide/Planning:fide..............................................
ComputerAnalyst........................................................ .........._.
Project Administrator_........._.................:...._.............................
CADDTech I................................ ........................................
CADDTech II .......................... . --...........................................
CADDTech III .................... ..................................................
Senior CADD Desiguer/Tech................. ......................_..........
Professional
junior Surveyor.......... ----....--------- .........................
Assistant Surveyor.......................................................
Associate Surveror.................... ..... .. .......................
Senior Surveyor ...................... ..........................
Survey Manager ........------------.._......-- . ---- ........
junior Engineer/Planner...........................................
Assistant Engineer/Plcaner ......................................
Associate Engineer/Planner..... ............................. -
Senior Engineer/Planner...........................................
Manager.......................................................................
Associate- ................. . ..........._......._......... --
Field:
Construction Management
junior Field Engineer ......................... ............._............... ----..._-----
Assistant Field Engineer ............................................. ................
Associate Field Engineer ....... .. .. .............................................-
Senior Field Engineer....._ ....................... . ........................ --
Construction Ilianaeer........... .... ---................................. .........._....
$58.00/hour
$72.00/hour
. $76.00/hour
$81.00/hour
$69.00/hour
$84.00/hour
$95.00/hour
$104.00/hour
$81.00/hour
. S92.00/hour
$103.00/hour
$114.00/hour
$135.00/hour
. $92.00/hour
$104.00/hour
5116.00/hour
S132.00/hour
$151.00/hour
S163.00/hour
S 189.00/hour
$S 1-00/hour
$9200/hour
$101.00/hour
$114.00/hour
$145.00/hour
Surveying
I -Person Field Crew (GPS)(Robotic)........................................................................................
$117.00/hoar
1-Person Field Crew........................._................................._............................................
$106.00/hour
2-Person Field Crew --- .............................................................................................................
--- $146.00/hour
3-Person Field Crew ............. ....... -............ -............. .............................
.......................... ............_ $198.00/hour
Chiefof Parts .............- ..----......._............_.............................................................................
-. $83.00/hour
InstrumentPerson ........... ..................... ---_................. .. ....................................................-
S64.00/hour
Expenses:
Plotting and In-house Reproduction.....- ------ ............................
.......................... ........ ........... -...... 1.15 s Cost
Subsistence........ ............................ ---....................._.............
................._.-- .................. --- 1.15 x Cost
Other Expenses - Including Subconsultants & Purchased Services through Subcontracts.- 1-15 x Cost
Mileage - Outside local area ................. ....................................................
:..................... Per accepted IRS rate
Rates are effective through October 01, 2010. If contract assignment extends beyond that date, a new
rate schedule will be added to the contract- litigation support vill be billed at S300.00 per hour.
EXHIBIT D
INSURANCE REQUIREMENTS
1. The Professional will provide, from insurance companies acceptable to the City, the .
insurance coverage designated hereinafter and pay all costs. Before commencing work under
this bid, the Professional shall furnish the City with certificates of insurance showing the type,
amount, class of operations covered, effective dates and date of expiration of policies, and
containing substantially the following statement:
"The insurance evidenced by this Certificate will not be cancelled or materially altered,
except after ten (10) days written notice has been received by the City of Fort Collins."
In case of the breach of any provision of the Insurance Requirements, the City, at its option,
may take out and maintain, at the expense of the Professional, such insurance as the City may
deem proper and may deduct the cost of such insurance from any monies which may be due or
become due the Professional under this Agreement. The City, its officers, agents and
employees shall be named as additional insureds on the Professional's general liability and
automobile liability insurance policies for any claims arising out of work performed under this
Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Professional shall maintain
during the life of this Agreement for all of the Professional's employees engaged in work
performed under this agreement:
Workers' Compensation insurance with statutory limits as required by
Colorado law.
2. Employers Liability insurance with limits of $100,000 per accident,
$500,000 disease aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Professional shall maintain during
the life of this Agreement such commercial general liability and automobile liability
insurance as will provide coverage for damage claims of personal injury, including
accidental death, as well as for claims for property damage, which may arise directly or
indirectly from the performance of work under this Agreement. Coverage for property
damage shall be on a "broad form" basis. The amount of insurance for each coverage,
Commercial General and Vehicle, shall not be less than $500,000 combined single limits
for bodily injury and property damage.
In the event any work is performed by a subcontractor, the Professional shall be
responsible for any liability directly or indirectly arising out of the work performed under
this Agreement by a subcontractor, which liability is not covered by the subcontractor's
insurance.
EXHIBIT E
LANDSCAPE ARCHITECTURAL SERVICES FOR POUDRE LIBRARY MASTER PLAN
Scope of Services
Based on discussions with the Client, Riley & Associates currently understands the project to consist of
preparing a Master Plan to guide future upgrades, additions and changes to the landscape, hardscape
and site amenities associated with the Library in Library Park.
Specific tasks and associated fees are as follows:
Task Description
Fee
Document and evaluate existing conditions:
$ 3,500.00
Conditions and effectiveness of existing hardscape areas
Conditions and effectiveness of pedestrian/bicycle linkages
Conditions and effectiveness of existing lighting
Existing condition and sustainability of the landscape including existing
perennial gardens
Existing condition and utility of bicycle parking area
Existing condition and appropriateness of seating areas
Sculpture, art and/or memorials in the landscape
Review special events that happen in the park and how spaces are used
Mapping and identification of existing trees
Prepare a Master Plan document that addresses the following:
$3,500.00
Entry plaza and pedestrian linkages
Plant material and special gardens
Hardscape materials, street furniture and lighting
Locations for existing and future sculpture, art and/or, memorials
Prepare three sketch alternative concepts
Review with the Board and select best alternative
Master Plan Component Delineation
$1,500.00
Delineate master plan components that correlate to logical projects
designed to implement the Master Plan to assist in fund raising efforts
Provide opinion of construction costs for components
Meetings
$2,200.00
Meetings with the Board for design input and feedback (3)
Coordination meetings with the Director (2)
Neighborhood Community meetings (1)
Meetings with other City representatives or user groups (2)
Prepare illustrative color rendering of Master Plan
$1,500.00
Total
$12,200.00
Assumptions
1. The proposed work is for the portion of Library Park owned by the Poudre River Public Library
District.
2. The primary contact for the proposal will be the Director, Holly Carroll. Communications and
directions shall be through her.
3. Existing tree locations and identification not on the existing survey will be provided by the Client.
4. The Client will handle notification and coordinate neighborhood/community meetings.
5. Client will provide historical data regarding history of the park and memorial tree information. It is
assumed that the historical significance of Library Park will be respected by the Master Plan.
6. Design changes to the existing irrigation system are excluded from this master plan.
Work Not Included
The following services have been excluded from our scope of services. The client may request these or
other Additional Services.
1. Landscape Construction Documents
2. Irrigation Design/Documents
3. Structural Design/Documentation
Additional Services
Prepare a perspective rendering of Library entry illustrating proposed changes $1,500.00
While we have made a conscientious effort to make the Scope of Service as complete as possible,
changing or unforeseen conditions may necessitate additional work. This work will not be undertaken
until we have your written authorization to proceed. Other additional services requested by the Client that
are not in the Scope of Services will be provided on an hourly basis using the billing rates outlined below
plus reimbursable expenses.
Billing Rates
Principal $135.00
Project Manager $ 80.00
Designer / Design Technician $ 70.00
Administrative $ 40.00
Billing rates may be adjusted annually. Additional services of consultants shall be billed at cost plus 15
percent.
Reimbursable Expenses
In addition to our basic fee we will invoice for the following reimbursable expenses at cost plus 15%.
Reimbursable expenses include but are not necessarily limited to expense of reproductions (including bid
documents) and mylar/bond/color plots; postage and handling of drawings, specifications and other
documents; models, photographs, and marketing materials; expense of transportation and out of town
travel; Long-distance communications; and fees paid for securing approval of authorities having
jurisdiction over project.
Professional:
With Copy to:
OZ Architecture
City of Fort Collins, Purchasing
Attn: Jim Bershof
PO Box 580
3003 Larimer Street
Fort Collins, CO 80522
Denver, CO 80205
Copy to:
City:
Seter & Vander Wall, P.C.
Poudre River Public Library District
7400 E. Orchard Rd, Ste 3300
Attn: Holly Carroll
Greenwood Village, CO 80111
PO 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, 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 combined single
limits and errors and omissions insurance in the amount of $1,000,000 as per Exhibit "D"
consisting of one (1) page and incorporated herein by this reference.
2
ACQRD® CERTIFICATE OF LIABILITY INSURANCE
I`�
DATE(MM/DD/YYYY)
1 5/24/2011
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the poiicy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Van Gilder Insurance Corp.
1515 Wynkoop, Suite 200
Denver CO 80202
CONTACT
NAME:
PHONE FAX
AIC No Ext: - - A/C No: - -
E-MAIL
ADDRESS:
PRODUCER
CUSTOMER ID p: OZARC
INSURER(S) AFFORDING COVERAGE
NAIC 9
INSURED
INSURER A: Travelers Insurance
0
OZ Architecture of Denver, Inc.
3003 Larimer St.
INSURER B:Hartford Insurance Group0
INSURER C: Evanston Insurance Company
Denver CO 80205
INSURER D :
INSURER E :
INSURER F :
COVERAGES CERTIFICATE NUMBER:216279680 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY
PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO
WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT
TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
POLICY NUMBER
MADDLSUBR M/LDD//YYYY
MFF M�D/YVXYY
LIMITS
A
GENERAL LIABILITY
Y
Y
680525OL363
10/l/2010
10/l/2011
EACH OCCURRENCE
$1,000,000
DAMAGE TO RENTED
PREMISES Ea occunence
$1,000,000
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE � OCCUR
MED EXP(Any one person)
$10,000
PERSONAL S ADV INJURY
$1,000,000
GENERAL AGGREGATE
$2,000,000
GENL AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$2,000,000
POLICY X PRO- LOC
$
A
AUTOMOBILE
LIABILITY
Y
Y
BA5335L402
10/l/2010
10/l/2011
COMBINED SINGLE LIMIT
(Ea accident)
$1,000,000
X
ANY AUTO
BODILY INJURY(PW person).
$
ALL OWNED AUTOS
BODILY INJURY (Per accident)
$
X
SCHEDULED AUTOS
HIRED AUTOS
PROPERTY DAMAGE
(Per accident)
$
$
X
NON -OWNED AUTOS
$
A
X
UMBRELLA LIAR
X
OCCUR
Y
Y
CUP3391T130
10/1/2010
10/1/2011
EACH OCCURRENCE
$4,000,000
AGGREGATE
$4,000,000
EXCESS LIAB
CLAIMS -MADE
DEDUCTIBLE
$
X
$
RETENTION $10,000
B
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y I N
ANY PROPRIETOR/PARTNERIEXECUTIVE
Y
34WEGNX4686
10/l/2010
10/l/2011
WC STATU- I DTH-
FIR
E.L. EACH ACCIDENT
$1, 002'000
OFFICERIMEMBER EXCLUDED? ❑
NIA
E.L. DISEASE - EA EMPLOYE
$1,000,000
(Mandatory In NH)
If yes describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE -POLICY LIMIT 1
$1,000,000
C
Professional Liability
ALE820031
11/l/2010
10/l/2011
Per Claim $2,000,000
Claims Made
Annual Aggregate $5,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required)
If required by written contract or written agreement, the following provisions apply subject to the policy
terms, conditions, limitations and exclusions: The Certificate Holder and Owner are included as
Additional Insureds for ongoing and completed operations under General Liability; Designated Insured under
See Attached...
The Poudre River Public Library District
Attn: Holly Carroll
PO Box 580
Fort Collins CO 80522
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED
BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED
IN ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
J/
/�Q�j��
1QRR.7DnQ ACORn CnRPnRATInNI All rinhfa raQa"ad
ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD
ACORO®
`�
AGENCY CUSTOMER ID:OZARC
LOC #:
ADDITIONAL REMARKS SCHEDULE
Page 1 of 1
AGENCY
Van Gilder Insurance Corp.
NAMED INSURED
CZ Architecture of Denver, Inc.
3003 Larimer St.
Denver CO 80205
POLICY NUMBER
CARRIER
NAIC CODE
EFFECTIVE DATE:
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE
tomobile Liability; and Additional Insured under Umbrella / Excess Liability but only with respect to
ability arising out of the Named Insured's work performed on behalf of the certificate holder and owner.
is insurance will apply on a primary, non-contributory basis. A Blanket Waiver of Subrogation applies
r General Liability, Automobile Liability, Umbrella/Excess Liability and Workers' Compensation. Limited
ntractual Liability is included. The Umbrella / Excess Liability policy provides excess coverage over
e General Liability, Automobile Liability and Employers Liability.
ditional Insured: Poudre River Public Library District and the City of Fort Collins.
ACORD 101
CORPORATION. All rights reserved
The ACORD name and logo are registered marks of ACORD
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 for Phases 2-3 according with the scope of services attached hereto as Exhibit "C",
consisting of six (6) pages, and incorporated herein by this reference, with a fixed fee in the
amount of Two Hundred Sixty -Seven Thousand Seven Hundred Eighty -Eight Dollars
($267,788.00) plus reimbursable direct costs: All such fees and costs shall not exceed Three
Hundred Eight Thousand Seven Hundred Thirty Dollars ($308,730.00). The parties
acknowledge that the sub -contractors: Ambient Energy, K2Audio LLC, Technology Plus Inc., KL
& A, ME Group, Nolte, Ripley Design Inc, CTL/Thompson, Delich Associates, and Cumming 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. The limitation on increases in prices set forth in
section 4 herein shall apply to all rates listed in Exhibit "C" including subcontractor rates.
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. Proiect Drawings. Upon conclusion of the project and before final payment, the
3
Professional shall provide the City with reproducible drawings of the project containing accurate
information on the project as constructed. Drawings shall be of archival, prepared on stable
mylar base material using a non -fading process to provide for long storage and high quality
reproduction. "CD" disc of the as -built drawings shall also be submitted to the owner in and
AutoCAD version no older then the established city standard.
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. Default. Each and every term and condition hereof shall be deemed to be a
4
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, 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. Prohibition Against Employing Illegal Aliens. Prohibition Against Employing
Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Professional represents and
agrees that:
a. As of the date of this Agreement:
1. Professional does not knowingly employ or contract with an illegal alien
who will perform work under this Agreement; and
2. Professional will participate in either the a -Verify program created in
Public Law 208; 104th Congress, as amended, and expanded in Public Law 156,
108th Congress, as amended, administered by the United States Department of
E
Homeland Security (the "e-Verify Program") or the Department Program (the
"Department Program"), an employment verification program established
pursuant to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the. employment
eligibility of all newly hired employees to perform work under this Agreement.
b. Professional shall not knowingly employ or contract with an illegal alien to
perform work under this Agreement or knowingly enter into a contract with a
subcontractor that knowingly employs or contracts with an illegal alien to perform work
under this Agreement.
C. Professional is prohibited from using the e-Verify Program or Department
Program procedures to undertake pre -employment screening of job applicants while this
Agreement is being performed.
d. If Professional obtains actual knowledge that a subcontractor performing work
under this Agreement knowingly employs or contracts with an illegal alien, Professional
shall:
1. Notify such subcontractor and the City within three days that Professional
has actual knowledge that the subcontractor is employing or contracting with an
illegal alien; and
2. Terminate the subcontract with the subcontractor if within three days of
receiving the notice required pursuant to this section the subcontractor does not
cease employing or contracting with the illegal alien; except that Professional
shall not terminate the contract with the subcontractor if during such three days
the subcontractor provides information to establish that the subcontractor has not
knowingly employed or contracted with an illegal alien.
e. Professional shall comply with any reasonable request by the Colorado
Department of Labor and Employment (the "Department") made in the course of an
investigation that the Department undertakes or is undertaking pursuant to the authority
established in Subsection 8-17.5-102 (5), C.R.S.
f. If Professional violates any provision of this Agreement pertaining to the duties
imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this
Agreement is so terminated, Professional shall be liable for actual and consequential
damages to the City arising out of Professional's violation of Subsection 8-17.5-102,
C.R.S.
g. The City will notify the Office of the Secretary of State if Professional violates this
provision of this Agreement and the City terminates the Agreement for such breach.
9
VER PUBLIC lIB RY DISTRICT
DIRECTORS PR SIDENT,
t I L"
POUDRE RIVER PUBLIC LIBRARY DISTRICT
ACTING THROUGH ITS AGENT
CITY OF FO COLLINS, COLORADO
a mu ' al co ora ' n
By' - --
��� Jame B. O'Neill I , CPPO, FNIGP
Pgri erector of Purchasing & Risk
Manage ment
Date: -------- L_-------
SIDFNT
Dater --_��%J-�-----
ATTEST: (Corporate Se3I)
CORPORA E i RETARY
K i
7
EXHIBIT A
SCOPE OF WORK
Poudre Library Public Library District, Main Library Expansion and Remodel
Phase 2 - Final Design and Construction Documents
1. Prepare revisions to the current schematic design to upgrade the existing public restrooms
on both floors to address ADA compliance and finish upgrades to be comparable to the
overall project updates, and to revise the -current main entry doors and exterior wall
configuration to address traffic flow and security issues.
2. Prepare final plans for library building expansion and remodel, as described in the request
for proposal with the exception that, the: project not be designed to LEED Gold standards,
including floor plans, elevations structural, architectural details and finishes, mechanical,
electrical and fire protection. The plans will include energy efficiencies and other
environmentally responsible measures throughout the project, but outside of a formal LEED
process.
3. Utility Coordination — Develop final utility service requirements for library building including
HVAC, electrical, fire protection, etc. Prepare site utility plans showing existing and
proposed utilities.
4. Landscaping/Urban Design — Prepare final landscape plans including final planting plans
and details, irrigation plans and modifications as necessitated by the building expansion,
location of street furniture and other appurtenances related to the Main Library expansion
and remodel. Prepare Library Park Master Plan as detailed in the Ripley Design, Inc.,
proposal dated May 3, 2011, "Landscape Architectural Services for Poudre Library
Master Plan" (Exhibit E.)
5. Storm Drainage — Prepare final, grading, drainage and erosion control plans including plan
and profile of storm drainage systems, drainage and erosion control details, detention pond
and water quality design as needed.
6. Prepare final plan package including building plans, site plans, utility plans, grading and
drainage plans, landscape plans, "special provisions and final cost estimate.
7. Submit final plan package and conduct final plan review meeting with City staff and other
referral agencies.
8. Document plan revisions, revise and resubmit record set of final plan package.
9. Project management services from design development through construction documents.
Phase 3 Construction Contract Administration and Design Support
Provide all customary design support and contract administration services from construction
bidding phase through project close-out, such as, but not limited to, submittal and product
review, change order and application for payment review & certification, issue ASI's, respond to
RFI's, address any other construction design criteria and coordinate construction close-out with
the owner.
No Text