Loading...
HomeMy WebLinkAboutALM2S & ARCHITECTURE WEST LLC - CONTRACT - RFP - 8254 PARK ARCHITECTURAL SERVICES ON-CALLProfessional Services Agreement – Work Order Type 8254 Park Architectural Services On-Call Page 1 of 14 PROFESSIONAL SERVICES AGREEMENT WORK ORDER TYPE 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 ALM2S, 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 any project Work Orders for 8254 Park Architectural Services On-Call, issued by the City. A blank sample of a work order is attached hereto as Exhibit "A", consisting of one (1) page and is incorporated herein by this reference. A general scope of services is attached hereto as Exhibit “B", consisting of three (3) pages and is incorporated herein by this reference. The City reserves the right to independently bid any project rather than issuing a Work Order to the Professional for the same pursuant to this Agreement. Irrespective of references in Exhibit A to certain named third parties, Professional shall be solely responsible for performance of all duties hereunder. 2. The Work Schedule. The services to be performed pursuant to this Agreement shall be performed in accordance with the Work Schedule stated on each Work Order. 3. Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated as specified on each Work Order. Time is of the essence. Any extensions of any time limit must be agreed upon in writing by the parties hereto. 4. Contract Period. This Agreement shall commence May 1, 2016, and shall continue in full force and effect until April 30, 2017, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed four (4) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. Written notice of renewal shall be provided to the Professional and mailed no later than thirty (30) days prior to contract end. 5. Early Termination by City/Notice. 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 address: DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 Professional Services Agreement – Work Order Type 8254 Park Architectural Services On-Call Page 2 of 14 Professional: City: Copy to: ALM2S Attn: Shaun Moscrip 712 Whalers Way, Building B, Suite 100 Fort Collins, CO 80525 City of Fort Collins Attn: Matt Day PO Box 580 Fort Collins, CO 80522 City of Fort Collins Attn: Purchasing Dept. 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. 6. Design, Project Insurance 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 agrees that it is responsible for and will ensure that the design Work under any Work Order complies with the 2010 ADA (American with Disabilities Act) Standards for Accessible design, separate from and in addition to building codes compliance. This includes ensuring that change orders or other changes comply with the 2010 ADA Standards. 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 attorney’s 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 insurance in accordance with Exhibit D, consisting of one (1) page, attached hereto and incorporated herein. 7. Compensation. In consideration of services to be performed pursuant to this Agreement, the City agrees to pay Professional on a time and reimbursable direct cost basis designated in Exhibit "C", consisting of two (2) page(s), attached hereto and incorporated herein by this reference. At the election of the City, each Work Order may contain a maximum fee, which shall be negotiated by the parties hereto for each such Work Order. 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 to the Work Order and upon approval of the Professional's direct 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. 8. 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 DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 Professional Services Agreement – Work Order Type 8254 Park Architectural Services On-Call Page 3 of 14 Representative. 9. 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, 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. 10. Monthly Report. Commencing thirty (30) days after Notice to Proceed is given on any Work Order and every thirty days thereafter, Professional is required to provide the City Representative with a written report of the status of the work with respect to the Work Order, 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. 11. 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. 12. Subcontractors. Professional may not subcontract any of the Work set forth in the Exhibit A, Statement of Work without the prior written consent of the city, which shall not be unreasonably withheld. If any of the Work is subcontracted hereunder (with the consent of the City), then the following provisions shall apply: (a) the subcontractor must be a reputable, qualified firm with an established record of successful performance in its respective trade performing identical or substantially similar work, (b) the subcontractor will be required to comply with all applicable terms of this Agreement, (c) the subcontract will not create any contractual relationship between any such subcontractor and the City, nor will it obligate the City to pay or see to the payment of any subcontractor, and (d) the work of the subcontractor will be subject to inspection by the City to the same extent as the work of the Professional. 13. 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. 14. 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 DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 Professional Services Agreement – Work Order Type 8254 Park Architectural Services On-Call Page 4 of 14 construed to operate as a waiver of any rights or benefits provided to the City under this Agreement. 15. 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. 16. 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. 17. 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. 18. 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. 19. 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 e-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 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. DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 Professional Services Agreement – Work Order Type 8254 Park Architectural Services On-Call Page 5 of 14 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. 20. Special Provisions. Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit "E" - Confidentiality, consisting of one (1) pages, attached hereto and incorporated herein by this reference. DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 Professional Services Agreement – Work Order Type 8254 Park Architectural Services On-Call Page 6 of 14 THE CITY OF FORT COLLINS, COLORADO By: Gerry Paul Purchasing Director DATE: ATTEST: City Clerk APPROVED AS TO FORM: Senior Assistant City Attorney ALM2S By: Printed: Title: CORPORATE PRESIDENT OR VICE PRESIDENT Date: DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 President Bradley Massey 4/25/2016 4/26/2016 Professional Services Agreement – Work Order Type 8254 Park Architectural Services On-Call Page 7 of 14 EXHIBIT A WORK ORDER FORM PURSUANT TO AN AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND ALM2S DATED: May 1, 2016 Work Order Number: Purchase Order Number: Project Title: 8254 Park Architectural Services On-Call Commencement Date: Completion Date: Maximum Fee: (time and reimbursable direct costs): Project Description: Scope of Services: Professional agrees to perform the services identified above and on the attached forms in accordance with the terms and conditions contained herein and in the Professional Services Agreement between the parties. In the event of a conflict between or ambiguity in the terms of the Professional Services Agreement and this Work Order (including the attached forms) the Professional Services Agreement shall control. The attached forms consisting of ___ (_) pages are hereby accepted and incorporated herein, by this reference, and Notice to Proceed is hereby given. PROFESSIONAL By:_______________________________ Date:_____________________________ CITY OF FORT COLLINS By:_________________________________ Project Manager Date: ______________________________ By: _______________________________ Gerry Paul Purchasing Director (over $60,000.00) Date: ____________________________ DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 Professional Services Agreement – Work Order Type 8254 Park Architectural Services On-Call Page 8 of 14 EXHIBIT B GENERAL SCOPE OF SERVICES GENERAL INFORMATION The City of Fort Collins will require Professional to assist the Park Planning and Development Department with services including architectural, mechanical, electrical/lighting, structural, and other park-specific design efforts. The City reserves the right to request quotes/proposals from as many or few of the firms selected for individual projects. Over the next 5 years, The City of Fort Collins plans to design multiple park features throughout the City. A detailed Scope of Work for each project and exact services desired will be developed during the Work Order process. City of Fort Collins makes no guarantee as to the number of Work Orders or actual amount of services which will be requested, but future potential projects may include: 1. Maple Hill neighborhood park  New Restroom, shelter, and irrigation pump house 2. Poudre River Downtown Project  Repurpose historic Quonset huts into community gathering spaces and park restroom facility. 3. City Park Refresh  Remodel and/or new restrooms  Shelters and gathering spaces  Architectural features  Trolley barn expansion 4. Trailhead neighborhood park  New restroom and picnic shelter 5. Bucking Horse neighborhood park  New restroom and picnic shelter 6. Avery neighborhood park  Remodeled restroom and new picnic shelter 7. The Farm picnic shelter  Community gathering space Maple Hill Neighborhood Park The first project to be completed under this Work Order agreement will be the Maple Hill neighborhood park project. A preliminary concept plan has been prepared for the park, which is attached in Attachment 2. Maple Hill Neighborhood Park is a 7 acre park and will include an irrigation pump house, restroom and picnic shelter. The Maple Hill design approach is to take advantage of the existing site grades and generate a park design that plays off the landform. DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 Professional Services Agreement – Work Order Type 8254 Park Architectural Services On-Call Page 9 of 14 The current concept places the park center onto a raised terrace surrounded by the multi-use turf areas. Preliminary concepts provide the restroom, shelter and play areas interconnected with large structural landforms in the core area creating opportunities to immerse our structures and play areas into the landscape. Characteristics of the concept plan include:  Land form base solution to take advantage of 20’+ of grade change  Sensitivity to adjoining neighbors  No new parking/utilize existing on street parking Tentative schedule and associated deliverable for Maple Hill Project:  Work order signed: April 11, 2016  30% design: July 6, 2016  60% design: August 10, 2016  95% design: September 14, 2016  Construction Administration: October 5, 2016 – Summer 2017 SCOPE OF WORK – TASKS  Provide all design services including architectural, structural, mechanical & civil. Team should include, and be prepared to perform: HVAC, electrical, lighting, historic preservation, energy consulting, geotechnical, and construction estimating  Design team will be required to coordinate with Landscape Architecture, Civil Engineering and Irrigation design firms.  Design team will be responsible for coordinating with City Departments to submit 30%, 60%, 95% drawings for review. Provide cost estimates at the end of each phase.  Design team will be responsible for providing construction administration throughout project duration.  Design work and construction work must adhere to the City of Fort Collins approved design standards. These are located at: http://www.fcgov.com/opserv/design- standards.php  Design and construction work must adhere to the 2010 ADA standards in addition to local codes.  One principal participant of the project team must be a LEED Accredited Professional.  If a building is to be built over 5,000 SF in size, it will be required to be designed and constructed to meet the requirements to obtain a LEED “Gold” Certification under the new NC – New Construction and Major Renovation category. The most current version of LEED at the time of the project design shall be used. DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 Professional Services Agreement – Work Order Type 8254 Park Architectural Services On-Call Page 10 of 14  City Council has directed staff to reduce the City’s carbon footprint from a 2005 baseline by 20% in 2020, 80% in 2030, and be net-zero by 2050. Design team should incorporate current Net Zero energy goals and practices into the project by utilizing creative energy design solutions such as Passive Solar, photovoltaics and Geo-Thermal.  If necessary, IT/Data must be coordinated with the City of Fort Collins IT Department.  Upon completion of record drawings, the electronic media (cad or revit) files must be provided to the City of Fort Collins Park Planning Department. DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 Professional Services Agreement – Work Order Type 8254 Park Architectural Services On-Call EXHIBIT C COMPENSATION DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 Professional Services Agreement – Work Order Type 8254 Park Architectural Services On-Call DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 Professional Services Agreement – Work Order Type 8254 Park Architectural Services On-Call Page 13 of 14 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 reduce coverage or limits and will not be cancelled, except after thirty (30) 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: 1. Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's 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 $1,000,000 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. C. Errors & Omissions. The Professional shall maintain errors and omissions insurance in the amount of $1,000,000. DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 No new insurance required Professional Services Agreement – Work Order Type 8254 Park Architectural Services On-Call Page 14 of 14 EXHIBIT E CONFIDENTIALITY IN CONNECTION WITH SERVICES provided to the City of Fort Collins (the “City”) pursuant to this Agreement (the “Agreement”), the Professional hereby acknowledges that it has been informed that the City has established policies and procedures with regard to the handling of confidential information and other sensitive materials. In consideration of access to certain information, data and material (hereinafter individually and collectively, regardless of nature, referred to as “information”) that are the property of and/or relate to the City or its employees, customers or suppliers, which access is related to the performance of services that the Professional has agreed to perform, the Professional hereby acknowledges and agrees as follows: That information that has or will come into its possession or knowledge in connection with the performance of services for the City may be confidential and/or proprietary. The Professional agrees to treat as confidential (a) all information that is owned by the City, or that relates to the business of the City, or that is used by the City in carrying on business, and (b) all information that is proprietary to a third party (including but not limited to customers and suppliers of the City). The Professional shall not disclose any such information to any person not having a legitimate need-to-know for purposes authorized by the City. Further, the Professional shall not use such information to obtain any economic or other benefit for itself, or any third party, except as specifically authorized by the City. The foregoing to the contrary notwithstanding, the Professional understands that it shall have no obligation under this Agreement with respect to information and material that (a) becomes generally known to the public by publication or some means other than a breach of duty of this Agreement, or (b) is required by law, regulation or court order to be disclosed, provided that the request for such disclosure is proper and the disclosure does not exceed that which is required. In the event of any disclosure under (b) above, the Professional shall furnish a copy of this Agreement to anyone to whom it is required to make such disclosure and shall promptly advise the City in writing of each such disclosure. In the event that the Professional ceases to perform services for the City, or the City so requests for any reason, the Professional shall promptly return to the City any and all information described hereinabove, including all copies, notes and/or summaries (handwritten or mechanically produced) thereof, in its possession or control or as to which it otherwise has access. The Professional understands and agrees that the City’s remedies at law for a breach of the Professional’s obligations under this Confidentiality Agreement may be inadequate and that the City shall, in the event of any such breach, be entitled to seek equitable relief (including without limitation preliminary and permanent injunctive relief and specific performance) in addition to all other remedies provided hereunder or available at law. DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 WORK ORDER FORM PURSUANT TO AN AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND ALM2S DATED: May 1, 2016 Work Order Number: 1 Purchase Order Number: Project Title: 8254 Park Architectural Services On-Call Commencement Date: May 1, 2016 Completion Date: July 1, 2017 Maximum Fee: (time and reimbursable direct costs):$33,900 (see Exhibit B – Compensation) Project Description: See attached Exhibit A - Scope of Work Scope of Services: See attached Exhibit A - Scope of Work Professional agrees to perform the services identified above and on the attached forms in accordance with the terms and conditions contained herein and in the Professional Services Agreement between the parties. In the event of a conflict between or ambiguity in the terms of the Professional Services Agreement and this Work Order (including the attached forms) the Professional Services Agreement shall control. The attached forms consisting of ___ (_) pages are hereby accepted and incorporated herein, by this reference, and Notice to Proceed is hereby given. PROFESSIONAL By:_______________________________ Date:_____________________________ CITY OF FORT COLLINS By:_________________________________ Matt Day, Project Manager Date: ______________________________ By: __________________________ Gerry Paul Purchasing Director (over $60,000.00) Date: ____________________________ DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 4/25/2016 4/26/2016 EXHIBIT A - SCOPE OF WORK Project Description Architectural and engineering design, construction document and construction administration as itemized below for a proposed neighborhood park development of approximately seven (7) acres. Proposed park structures shall include restroom building, covered park shelter and pump house. All site development, including playgrounds, sidewalks, plazas, etc., and utilities will be provided by other members of the design team. The project will be managed for alm2s by Shaun Moscrip, AIA, as a Consultant to the City of Fort Collins. We propose to provide full A/E services, including mechanical and electrical engineering to the foundation and/or roof eave line of each building. Civil engineering and landscape architecture shall be provided by other members of your design team. The project will be competitively bid to General Contractors. Scope of Basic Services The Scope of Basic Services shall be as follows: Phase 1 1. Programming: Assist BHA Design Inc. and the City of Fort Collins in developing a program for the proposed new park structures. 2. Planning/Site Plan Approvals: Conceptual design and preparation of appropriate architectural drawings and other documentation for taking the project through the review approval process with the City of Fort Collins. 3. Schematic Design Phase: Develop up to three (3) preliminary designs and submit preliminary drawings illustrating floor plans and building elevations for each building type for review and approval by the Owner. 4. 3D CAD Renderings: Preparation of 3-dimensional, computer generated representations of the project design. A variety of styles and levels of detail can be produced, ranging from conceptual level "sketches" to fully-rendered, photo realistic images. 5. Meetings: Representation at the following meetings and public hearings: a. Client meetings as necessary. b. City staff review meetings. c. City Design Review Team (DRT) meeting. d. Client meetings for review of Design Development and Construction Documents submittals. e. Site progress meetings with the Contractor and Owner during construction. 6. Cost Estimating: Prepare an estimate of probable construction cost at the end of Schematic Design, on a unit cost basis. 7. Deliverables: a. Review set(s) of Phase 1 Conceptual Design submittal b. PDF 3D CAD presentation drawings, 24" x 36" c. Conceptual level cost estimate, in unit cost format DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 Phase 2: 1. Design Development Phase: Expand upon and refine the approved schematic design. Submit floor plans, building elevations, building section, and typical wall sections, schematic structural, mechanical and electrical plans and an outline specification for review and approval. 2. Construction Documents Phase: Prepare construction drawings and the appropriate sections of Div. 3-16 technical specifications as required for competitively bidding the project to Contractors, including architectural, structural, mechanical and electrical engineering for each building type, to be incorporated into the project drawings and specification manual prepared by BHA Design/City of Fort Collins. Extent of drawings is estimated as follows:  Floor Plans  Reflected Ceiling Plans  Roof Plans and Details  Building Elevations  Building Sections  Wall Sections and Details  Room Finish Schedules  Door and Window Schedules  Door Types and Details  Casework and Interior Elevations  Foundation Plans and Details  Roof Framing Plans and Details  Plumbing Plans and Details  HVAC Mechanical Plans and Details  Mechanical Schedules and Details  Electrical Power Plans and Details  Electrical Lighting Plans and Schedules  Electrical One-line Diagram and Schedules 3. Coordination: Coordination with the Owner, BHA Design, Interwest Consulting Group and other Consultants as necessary. 4. Cost Estimating: Prepare an estimate of probable construction costs at the end of Design Development and approximately 75% completion of Construction Documents phases. 5. Deliverables:  Review set(s) of Phase 2 Design Development submittal, PDFs  Review set(s) of Phase 2 Construction Documents submittal, PDFs  LEED checklist(s) as appropriate, plus updated energy modeling report  Cost estimate(s) at progress levels defined above  Final set(s) of Construction Documents, released for bidding and construction, PDFs DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 Phase 3: 1. Bidding/Negotiation Phase: Assistance to the Owner to acquire and review Contractor bids, including attendance at Pre-Bid Conference, responding to Contractor questions and issuing addenda, and assistance in reviewing bids. 2. Value Engineering: Participate in meetings with the Owner and selected Contractor to evaluate cost reduction proposals (if necessary) to align the proposed design with the available budget. 3. Construction Administration Phase: Perform field observations of the work in progress during construction with written reports to the Owner, attendance at Pre- Construction Conference and Pre-Construction site walkͲ through, attend regular O/A/C (Owner, Architect and Contractor) site meetings with the Contractor and Owner's representative (Consultants on an as-needed basis), review of shop drawings and submittals, issuance of Architect's supplemental instructions (ASIs) and responses to Contractor's requests for information (RFIs), review of change orders, review of Contractor's pay requests, final "punchlist" inspection and assistance with project closeout. For purposes of this Proposal, the number of field visits during the Construction Administration phase shall be limited to four (4) trips. For purposes of this Proposal, field observations by our Consultants are proposed as follows: a. Structural Engineering: 2 site visits. b. Mechanical Engineering: 2 site visits. c. Electrical Engineering: 2 site visits. Optional Services 1. Revisions to drawings and specifications as necessary to issue as "For Construction" documents. All construction documents prepared for this project shall be generated with our in-house Computer-Aided Design and Drafting (CAD) systems, using AutoCAD Version 2016 and/or Revit 2016 software. Assumptions 1. All site planning, use and design approvals, and other required entitlements such as plats, right-of-way and easement dedications, are in place through the City of Fort Collins. 2. The site is ready for development, with all required off-site improvements in place, including any required street and roadway improvements adjacent the site, utility extensions and stub-outs onto or adjacent to the site, and any off-site storm water discharge or infrastructure improvements. 3. The foundation and structural systems anticipated for this project assume concrete slab- on-grade construction. Post-tensioned concrete slabs or other structural ground level floor construction can be provided as Additional Services, if required by soils conditions. 4. The project will not be designed or pursue LEED certification. 5. For purposes of this Proposal, it is assumed that certain component systems will be design/build by the selected Subcontractor or Fabricator, based upon design criteria and DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 performance specifications provided by the consulting engineers. Depending upon the final design, systems may include, but are not limited to: a. Engineered screw pile foundations. b. Steel bar joists and trusses. c. Pre-engineered steel building systems. 6. Document preparation and applications for building permits or other construction permit applications shall be provided by the Owner and/or Contractor. 7. Printing and copying of bid documents, and distribution to Contractors for bidding will be provided by the Owner; we will furnish PDF files of our original drawings and the appropriate technical specification sections. Work Not Included 1. Planning and other related architectural services for taking the project through the Planned Unit Development or other site plan approval process with the City of Fort Collins. 2. Submittal and compliance with development permitting requirements of outside agencies, including Environmental Protection Agency (EPA), Colorado Department of Transportation (CDOT), Colorado Division of Wildlife, Division of Natural Resources, etc., as may be applicable to the site. 3. Documentation, certification and notice requirements related to subsurface mineral estate rights that may exist beneath the surface rights held by the Owner. 4. Landscape architecture and civil design and engineering services. 5. Structural engineering for site structures other than buildings, such as bridges, retaining walls or structured storm water detention facilities. 6. Design and preparation of construction documents for other park structures not identified in the Project Description above. 7. Electrical design and engineering for primary site electrical and secondary site electrical service to all park structures, parking lot and site lighting, ballfield lighting and other site electrical systems unrelated to the buildings itemized above. 8. Structural design and engineering for bridges, retaining walls, tiered spectator seating or other site structures unrelated to the buildings itemized above. 9. Design of new and/or modified concessions equipment or systems. See Owner-Provided Information. 10. Fire sprinkler system design, engineering and flow calculations. This system will be design/build by the selected Subcontractor, based upon a performance specification provided by the Mechanical Engineer. 11. LEED consulting during design and construction, including daylighting analysis, coordination with the selected Contractor, and documentation and submittal services for the LEED certification process. 12. Preparation of Divisions 0, 1 and 2 specifications, including "front end" specifications. 13. Perspectives, renderings, models or other presentation documents. See Additional Services. DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 14. Asbestos or other hazardous material testing and abatement. 15. Printing and copying of bid documents, and distribution to Contractors for bidding. This will be provided by the Owner; we will furnish PDFs of our original drawings and appropriate technical specification sections. 16. Preparations of conformance documents, including modifications to the construction drawings and specifications to incorporate changes made by addenda, building permit review, accepted bid alternatives or approved value analysis alternatives, including reissuing revised documents for construction. 17. Additional construction administration services requested or required by an Owner's representative or other third party, if inconsistent with the Basic Scope of Services included above. 18. Project or building inspection services as required by Chapter 17 of the International Building code (IBC), current edition. 19. Site visits or field observations beyond those identified in the Scope of Basic Services. 20. Post-occupancy/warranty field observation. 21. Mylar drawings will not be stamped and signed by the Architect; this is a conflict with State Statute 12Ͳ25Ͳ317. Owner or Prime Consultant Provided Information 1. Site survey, provided by a licensed, professional surveyor, indicating topography, property boundaries, easements, rights-of-way, off-site and on-site utilities, existing improvements, and trees and vegetation, provided in CAD disk format (AutoCAD Version 2016). 2. Soils Investigation Report and other appropriate information for foundation design, pavement designs and underslab or perimeter drainage systems. 3. Design standards or guidelines for the City of Fort Collins, if applicable. 4. Programming data and space planning by the Owner. 5. Asbestos or other hazardous material testing and abatement. 6. Copies of all applicable standard documents, forms, specifications or other information from the City of Fort Collins to be a part of the bidding documents. 7. Copies of all standard specifications for materials, equipment and fixtures to be incorporated into the project design used by the City of Fort Collins, including material cut sheets and sources for sales and technical representatives, if available. 8. Coordination with telephone, electric, natural gas, propane or other independent utility and/or building services providers for infrastructure and equipment installation. 9. Base plan for improvements developed by BHA Design/Interwest in AutoCAD Version 2016 format. 10. Coordination drawings and other information from the City of Fort Collins and other consultants during design and construction document phases. 11. Title block from the City of Fort Collins in AutoCAD Version 2016 format. 12. Owner shall provide, or contract separately for, special building inspections required by Chapter 17 of the IBC. These services are expressly excluded from this Proposal. DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 Consultants alm2s proposes the following consultants for this project: Structural Engineering Larsen Structural Design Blake Larsen, P.E. 19 Old Town Square, Suite 238 Fort Collins, CO 80524 (303) 568-3355 Electrical Engineering Adonai Professional Services Inc. (APS) Chuck Polson, Jr., P.E. 9249 S. Broadway, #200-836 Highlands Ranch, CO 80129 (303) 287-8091 Mechanical Engineering The Ballard Group Inc. Tim Harris, P.E. 2525 S. Wadsworth Blvd., Suite 200 Lakewood, CO 80227 (303) 988-4514 Sustainability/Energy Ambient Energy Linda Morrison, P.E., BEMP, CEM, LEED AP 130 W. Fifth Avenue Denver, CO 80204 (303) 278-1532 The City of Fort Collins will assemble all other consultants or designers required for this project, including civil engineering and site irrigation. DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 EXHIBIT B – COMPENSATION alm2s and our team of Consultants propose to complete the Scope of Basic Services through the Construction Administration phase for an hourly not-to-exceed design fee of $33,500.00, excluding reimbursable expenses. A breakdown of this fee by project phase is as follows: Task 1 - Schematic Design: $ 8,000.00 Task 2 - Design Development: $ 10,000.00 Task 3 – City Entitlement Process: $ 1,000.00 Task 4 - Construction Documents: $ 10,000.00 Task 5 - Construction Administration: $ 4,500.00 Reimbursable Expenses: $ 400.00 TOTAL $ 33,900.00 A breakdown of this fee by design discipline is as follows: Architectural: $ 15,700.00 approx. 120 hours Mechanical Engineering: $ 6,000.00 approx. 60 hours Electrical Engineering: $ 5,500.00 approx. 55 hours Energy Modeling: $ 6,300.00 approx. 45 hours Reimbursable Expenses: $ 400.00 TOTAL: $ 33,900.00 Reimbursable Expenses In addition to Basic Services, the following expenses in connection with this project shall be reimbursable at direct cost for in-office and consultant expenses, and 1.1x direct cost for out-of- office expenses: 1. Printing/scanning 2. Copying 3. Long distance telephone/FAX 4. Mileage and travel expenses 5. Postage 6. Federal Express/Express Mail and other delivery services 7. Photography or other miscellaneous expenses 8. Plotting of CAD-generated drawings 9. Consultant expenses For purposes of this Proposal, Reimbursable Expenses are estimated not to exceed $400.00, which does not include printing and copying for bid/construction sets. Additional Services If the Owner requests additional services beyond those set forth in this Proposal, or for additional services as described elsewhere in this Proposal, such services shall be agreed to in writing between the City of Fort Collins and the Architect and the fees adjusted accordingly per the following, current hourly rates, subject to annual adjustment: alm2s Consulting: $160/hour Principal: $160/hour Associate Principal: $125/hour DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 Sr. Project Manager/Architect: $120/hour Project Manager/Architect: $115/hour LEED AP Consulting: $110/hour Interior Designer: $90/hour Architectural Intern/CAD Technician 2: $80/hour Architectural Intern/CAD Technician 1: $75/hour Clerical/Administrative: $60/hour Interwest Consulting Group Principal: $145/hour Sr. Project Manager: $125/hour Project Manager: $120/hour Sr. Project Engineer: $110/hour Project Engineer: $105/hour Design Engineer: $100/hour CAD Technician: $90/hour Administrative: $70/hour Larsen Structural Design Professional Engineer: $125/hour Project Manager: $90/hour Design Engineer: $80/hour CAD/Revit Technician: $60/hour The Ballard Group, Inc. Principal: $155/hour Associate: $115/hour Senior Project Engineer: $110/hour Project Engineer: $90/hour CAD Drafter: $75/hour Clerical: $55/hour Troubleshooting/Forensic Troubleshooting/Peer Review: $180/hour Adonai Professional Services Inc. (APS) Principal: $115/hour Project Manager: $100/hour Engineer/Senior Designer: $95/hour Designer: $85/hour Junior Designer: $75/hour AutoCAD Tech: $65/hour Clerical: $50/hour Ambient Energy Principal: $194/hour Project Manager: $168/hour Senior Commissioning Agent: $147/hour Commissioning Agent II: $141/hour Commissioning Agent I: $119/hour Sr. Building Performance Engineer: $152/hour Building Performance Engineer II: $141/hour Building Performance Engineer I: $119/hour DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 Sustainable Design Specialist II: $113/hour Sustainable Design Specialist I: $103/hour Administrative Assistant: $76/hour For purposes of this Proposal the following will be considered Additional Services: 1. Development of multiple bid packages, or otherwise staggering the release of documents to Contractors. 2. Fast-tracked construction schedules, or other acceleration of the construction schedule requiring the release of construction documents to Contractors prior to the completion of all documents. 3. For purposes of this Proposal, it is assumed that construction of all site structures will occur simultaneously, so that Construction Administration phase services including field observations will be performed concurrently. Additional field observations or other services required by staggering of construction sequencing or other delays beyond the control of the Architect shall be considered Additional Services. DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2 DocuSign Envelope ID: EDE3F47E-5D53-4DBB-BDA4-7306D9CF78A2