HomeMy WebLinkAboutWORK ORDER - PURCHASE ORDER - 6607850EXHIBIT "A"
WORK ORDER FORM
PURSUANT TO AN AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
STANTEC CONSULTING, INC.
DATED: April 07, 2003
Work Order Date:
Work Order Number: 190 S! Li - () - 1
Purchase Order Number: Lip 795o
Project Title: Southwest Water System Improvements — Design Phase
Commencement Date: October 2006
Completion Date: February 2007
Maximum Fee: (time and reimbursable direct costs): (See attached Exhibit C consisting of one (1) spreadsheet.)
Project Description: This project involves the design of an approximately'/2 mile long section of water
transmission main within the Overland Trail Road right-of-way from Drake Road south to
Cottonwood Park and is proposed as an upgrade to existing water transmission system
Presently, a 12" water line connects two 20" water lines north and south of the project site
The 12" line is a restriction to the transmission system's capacity to deliver water. Therefore
this project will prepare a design that will remove the restriction by installation of a larger
and/or parallel pipe.
Scope of Services: (See attached Scope of Services — Exhibit B consisting of seven (7) pages and Schedule —
Exhibit D consisting of one (1) spreadsheet.)
Service Provider agrees to perform the services
identified above and on the attached forms in
accordance with the terms and conditions contained
herein and in the Services Agreement between the
parties. In the event of a conflict between or ambiguity
in the terms of the Services Agreement and this work
order (including the attached forms) the Services
Agreement shall control.
The attached forms consisting of Exhibits B, C and D, (9
pages) are hereby accepted and incorporated herein by
this reference, and Notice to Proceed is hereby given.
CC: Purchasing
City of Fort Colli
Submitted By:
Proje t Manager
Date: l
Reviewed By:
Senior Utility Engineer
Da a! p
Reviewed By: G 14"
ater Engineering & perations Mgr.
Date: b
r
Approved By: lo�
Utilities General Manager 1
Date: /1 kjo
Approved B1.
XY�If ir. of Purchasing & Risk Management
Revised 10/06
Date:I � linf D (o
SCHEDULE
[SOUTHWEST WATER SYSTEM IMPROVEMENTS = FINAL DESIGN
sk
'Is
Description
September
94 9'.1 9;16 9i25
October
1 1012 109 1016 1023 I0.30
November
116 11;13 1120 1'27
December
12i4 1211 12/15 12'25
January
01:or 01'08 "'.5 0'2 01v9
February
I VS 02'12 0219 G226
March
0305 03;12 03;'9 03126
-----
Contract Negotiations
Task 1
Meetin s
1.1
Kick-off Meeting
—
— --
'. 2
Bi-Weekly Team Meetings
a
Stantec 151
b
Corrosion Specialists meetings 11
c
CTL-Thompson (u)
1.3
Neighborhood Informational Meeting (1)
1 4
Review Construction Estimate (Contractor and Independent)
Task 2
Field Investigation
_
2.1
Utility Locates
_
2.2
Geotechnical Investigation (24holes)
2.3
Potholing
2.4
Right -Of -Way Research
2.5
Survey
2.6
Collect Drawings for Existing Pipelines
2.7
Location of Existing Irrigation Line to Existing Park
2.8
Cathodic Protection
Task 3
Design
3.1
Discuss Alignment Options and Considerations
_
3.2
Select Final Route
3.3
Pipe Selection and Design
3A
Restraint Sizing
3.5
Tie -In Methodist and Desian
3.6
Air Relief and Vault Design
3.7
Valve Vault Design
3.8
Cathodic Protection
3.9
Pipe Sizing (Note: i t, [:, ❑et[=m moo- - )
3-10
3-11
Easements (Note: 14,:nc annI_ par5)
Traffic Control Plan (Note: {Pone Si ec)
Task 4
Specifications
EME
4.1
Division 1- General Requirements
a
Summary of Work
b
Measurement and Payment
c
Special Conditions
d
Testing and Disinfection
4.2
Division 2 - Site
a
Excavation
b
Pipe
c
Valves and Appurtenances
d
Paving
4.3
Division 3 - Concrete
Task 5
Drawings
5.1
Cover Sheet (1 sheet)
5.2
General Notes and Geotechnical and General Information (1 sheet)
5.3
Plan 8 Profile Sheets (3 sheets at 1''=30scale)
5.14
Details (2 sheets)
a
Bedding and Trench Section
b
Thrust Block
c
Connection )2)
d
Valve and B(
e
Pavement section
f
Blow -off r Fite Hydrant
g
Pipe Crossings 12
If
Air -Relief Valve and Vault
i
Valve Vaults (2)
I
Corrosion Protection
-------
Inde endent Estimate
-----
Construction Contract Contractor and City)
-------
Construction
V /52873mlactive/marketina,Dronnsatpr?v,ronmantaI
Fnn CnurncCar, m=m,e—ra,.,r..,.,.,,,,�,.,,.,,
revised: 10i30/06, DFS
-xrnoV r , IS✓J xh,'I I- zlc
10r30120061 59 PM
EXHIBIT D
Exhibit B
City of Fort Collins
Southwest Water System Improvements
Scope of Services — Design Phase
Introduction
This scope of services represents the engineering design services associated with the City
of Fort Collins Southwest Water System Improvements. The scope is intended to
accompany, and work in unison with, the project Work Plan (Exhibit Q. The Work Plan
is a spreadsheet representing an overview of the project with individual work tasks
represented in rows and anticipated professional staff and subconsultant effort
represented in columns. A target project Schedule (Exhibit D) is included that utilizes
the same basic format as the Work Plan and is intended to establish the relative sequence
and anticipated duration of the various tasks.
The project involves design and construction of a waterline between the intersection of
Overland Trail and Drake Road and the north entrance to Cottonwood Glen Park located
at the south end of Overland Trail. Presently, this corridor contains 12" and 60" water
transmission lines. While the 60" line is continuous through this area, the 12" line is
connected to a 20" line coming from the north that terminates in the intersection of
Overland Trail and Drake Road and a 20" line running south from the south end of
Overland trail. The restriction in pipe size from 20" to 12" in this area reduces the City
ability to deliver water to the southern area of Fort Collins. Therefore the City wishes to
upgrade this section of their transmission system to convey water at the same rate and
ability afforded by the existing 20" lines north and south of this area.
General
The remainder of this document describes our understanding of the scope of work.
Several assumptions were made in developing the scope:
This scope of work will include all design services required up to the completion of final
design. Construction Phase Services will follow under a separate agreement.
The Stantec Team for this project will be Don Silar as Project Manager and Ryan Duve'
as Project Engineer. Subconsultants will include the following: Corrosion Specialists
%' .fr(i,, I� :I1I-1 1, ;1'I I11cnl.i_ I Cc a icnb fit If h i 1 li n. � no I ti,op' Ju.
with Mr. Larry Beil as their contact person, and CTL-Thompson with Mr. Robin Dornfest
as their contact person.
All project deliverables will be made available to the City in electronic as well as hard
copy format (i.e. reproducible mylars and paper copies). Electronic files will be prepared
and formatted in current industry standard software including AutoCAD, Microsoft suite,
and ArcGIS, and Adobe (PDF format).
The City will perform the hydraulic analysis to determine the required size/diameter of
the proposed water line.
All construction activities can be contained within the existing Overland Trail right-of-
way and therefore no easement(s) will be required. Based on the City's Quarter Section
map 02M, the right-of-way scales at approximately 100' to 120' wide.
City will use their traffic control personnel during potholing and construction of the water
line and therefore preparation of a traffic control plan will not be required.
Scone of Services
Task 1 - Meetims
1.1 Kick -Off Meeting. A meeting will be held at the beginning of the project to
introduce all Team members, review the scope of work and schedule, and discuss
expectations for this project.
1.2 Bi-weekly progress meetings. Design team project meetings with the City's
contractor, Stantec, subconsultant(s) and the City to discuss and plan issues
related to both the development of the construction documents and construction of
the improvements. These meetings will also be used as a forum for discussion
with other city departments, utility companies, and impacted residents. It is
anticipated that there will be up to five (5) meetings.
1.3 Neighborhood informational meeting. If selected as a method to inform the
surrounding communities of the project and upcoming construction, Stantec will
attend and assistance during an informational meeting held at a nearby facility
(e.g. existing neighborhood Park, local clubhouse, etc.).
1.4 An additional meeting (1) is anticipated to assist in review of the quantities and
cost estimate submitted by the City's contractor and/or the independent estimator
for the work.
\11�'.};I.a:�:�cti�:inl�,nr.inm_cnirni��uir: wcnl�Jf�hihi�li lrc�n:�.L tic,•hc'�lu.
P.r-. _' i -I -
Task 2 — Field Investieation
2.1 Stantec will request utility locates be performed within the Overland Trail right-
of-way between Drake Road and Cottonwood Park. We will meet with CTL-
Thompson before requests are made and pick soil boring hole locations so locates
are helpful in selecting a route for the waterline.
2.2 CTL-Thompson has proposed to drill five (5) soil boring holes to a depth of
twenty feet (20') within the project site. These holes will supplement the
information previously obtained during design of the existing 60" transmission
main. They will identify, sample and test soils encountered, identify and discuss
geotechnical design and construction concerns, and provide geotechnical design
criteria.
2.3 Stantec will contract directly with a company/subcontractor to perform these
services. It is anticipated that a total of twenty (24) potholes will be required to
locate the existing 12" and 60" City water lines (4 potholes), 6" waterline to the
Burns Ranch Subdivision (2 potholes), irrigation line to the existing Park (3
potholes), gas and electric lines (6 potholes) cable lines (3 potholes), and
communication lines (6 potholes). Stantec's subcontractor will perform this
work and record the depth of each utility located from the surface at each hole.
Depth measurements will be taken to the top and bottom of each utility located.
Stantec will also perform field surveying to establish elevations and horizontal
locations of each pothole and utilizing the measurements taken by the
subcontractor, determine the elevation of the utility line.
2.4 Stantec will research Larimer County and City records to determine the location
and dimensions of the Overland Trail road right-of-way from Drake Road to
Cottonwood Park.
2.5 Survey will be performed by Stantec to collect the following information between
Drake Road and Cottonwood Park.
■ Establish horizontal control at two locations along proposed waterline
route
■ Establish vertical control at two locations along proposed waterline route
■ Topo survey from fence on the west side of Overland Trail to fence o the
east side of Overland Trail
■ Locate existing surface features (i.e. curb, gutter, sidewalk, trees, fire
hydrants, manhole covers, edge of pavement, fences, valve boxes, cross
pans and walks and culverts, irrigation ditches and/or pipelines, signs, and
"power" poles).
■ Locate stormwater pipes and appurtenances
■ Locate vertically top of water valve operator nuts
■ Locate horizontally and vertically all underground vault(s) in Overland
Trail between Drake Road and Cottonwood Park, and detail orientation
and internal dimensions of vault(s)
■ Locate horizontally and vertically any piping in underground vault(s)
■ Locate horizontally and vertically all sanitary sewer manholes within
Overland Trail and in side streets (i.e. invert and direction of pipes into
manholes in Overland Trail and manholes at the end of any lateral pipes
into these manholes)
■ Locate any section corners and property corners along the route as needed
to define the road/street rights -of -way along the proposed alignment
■ Locate utility locator markings
■ Locate horizontally and vertically soil borings and potholes
2.6 Stantec will work with City to collect previous design drawings and specifications
for the existing 12"/20" and 60" waterlines. This information will assist in
determine the location of the pipeline and their appurtenances and the
requirements previously placed on construction in this area.
2.7 Stantec will also contact the City's Parks Department for any information they
would have on the location of the irrigation pipeline running from the Dixon
Reservoir ditch to Cottonwood Park. It is believed this pipe lies in the western
part of the Overland Trail right-of-way and therefore may have a bearing on the
route selected for the proposed waterline.
2.8 Corrosion Specialists will conduct soil resistivity measurements and determine
resistivity values measured at the invert of the pipe and at 100-foot centers
throughout the length of the proposed piping.
Task 3 - Desi¢n
The goal of this item of work is to perform the route selection and design the necessary
improvements to upgrade the transmission system in this area. The location of the
waterline will be determined by many factors including: location of existing utilities,
available room for construction, impact to existing surface features, operation and
maintenance issues, construction techniques, traffic control and access.
3.1 Based on information collected by researching existing records and field surveys
and testing, and constraints anticipated for the project site, alignment alternatives
will be discussed and determined. These might include running parallel to the
existing waterlines or replacement of the existing 12" pipeline with a new pipe.
The most likely route at this time appears to be west of and parallel to the existing
60" pipe. But this may change once site -specific information is obtained.
3.2 Once a preferred route is selected a more detailed examination of any constraints
will be investigated. If these constraints are manageable and can be
V'.I L\ ;I' I Iv, 1 7iIli", i,ina,�, 11CW V-1,0 irnl.'..I vhihii H irc'.i,cd, �c�q�c�lnc
accommodated in a cost effective manner, then the design will proceed to the next
task.
3.3 Depending on pipe size and corrosion considerations, appropriate materials will
be investigated and the pipe, fittings and appurtenances will be designed for site
and system constraints.
3.4 Thrust restraints in the form of restrained joints and/or thrust blocks will be
required to secure the pipeline from movement. Stantec will design the necessary
restraints based on system pressures and soil conditions anticipated.
3.5 The existing 12" pipe may remain in place while a parallel pipe is installed. This
task will look at methods to accomplish tie-ins to the existing pipe. These tie-ins
may have to be accomplished while the waterline is in service and in the space
between the 12" and 60" pipes. Since the new pipe will be larger in size than the
existing pipe and head losses through a small Tee (i.e. 12"x 12") are greater than a
larger Tee (e.g. 18" x 18"), installation of larger Tees in the existing 12" line need
to be considered; but only if the 12" can be taken out of service for this
installation. The Contractor's input will be instrumental in the methods and
procedures chosen.
3.6 Air relief may be required if a parallel pipeline alignment is chosen. The size of
the 60" waterline presents a barrier to maintaining a parallel line at the same depth
as the existing 12". Therefore, air relief may be required to release entrained air
in the new line. Stantec's design would include the sizing of the air release valves
and vaults.
3.7 It has been the City's policy to place transmission line Butterfly Valves in
vaults/manholes. These vaults allow for ease of access, minimize traffic
interruptions, and eliminate replacement of pavement surfaces during
maintenance and repair of valves. Stantec will design vaults that will
accommodate valve locations and configurations, and will minimize the need for
(confined) access during normal operations.
3.8 Corrosion Specialists will prepare a design analysis and materials specifications
for a dependable and economical corrosion mitigation system that conforms to
City standards. The 12" and 60" waterlines have existing corrosion protection
systems in place. Design of the new waterline will take into account and will be
designed to prevent interference with these systems. Design requirements will be
presented on the drawings and outlined in the specifications.
3.9 As discussed in the Introduction section, Stantec will rely on the City's
determination of a parallel pipe size. The City has an existing hydraulic
simulation model containing all transmission and distribution pipelines. It would
be most efficient for the City to model a parallel pipe scenario to determine the
V -.12: ;1,«inv lti;;luI l�nidnu,•rincnt. i�icrnirni. l.�hif+ii li nv�n:J� tir�q�r.I. ��
minimum recommended pipe size/diameter. Therefore, we have not included
time and costs for our Team to determine this part of the design.
3.10 It is anticipated that all improvements and construction activities will be confined
to the existing road right-of-way. Therefore, we have excluded any work to
research, prepare and negotiate utility and/or access easements.
3.11 As demonstrated on previous projects the best method to address traffic control is
for the City to contract with the Street Department to supply traffic control plans
and personnel during potholing and construction of the pipeline. Therefore, we
have not included time and costs for preparation of a traffic control plan for this
project.
Task 4 — Soecifications
The following will be prepared for inclusion in the Contract Documents:
4.1 Division 1— General Requirements: The key areas to this section of the
specifications are "Summary of Work", " Measurement and Payment", "Special
Conditions", and "Testing and Disinfection". Contractor and the City will assist
in the preparation of these sections.
4.2 Division 2 — Site: These technical specifications sections will be based on the
City's boilerplate standard documents, which will be modified as required.
4.3 Division 3 - Concrete: These technical specifications sections will be based on the
City's boilerplate standard documents, which will be modified as required.
Task 5 - Drawing Preparation
Stantec will prepare reproducible drawings for use in construction of the improvements.
These shall contain the following as appropriate:
5.1 Cover Sheet with project title, large-scale vicinity map, index to drawings, and
City of Fort Collins logo.
5.2 Sheet with general notes, project information, and geotechnical logs.
5.3 Plan and Profile Sheets with location of horizontal and vertical control points and
their descriptions, proposed pipeline alignment and appurtenances, utilities,
surface features, soil borings, road right-of-way, and street names. Plan views
will contain a photographic background if available at a usable resolution. No
costs have been included to obtain the aerial photography.
L�,;11M,! ,nuut. urCJui.'nh`l thihil li irc.i.r�L Sc„�a J���
5.4 Construction detail sheets showing bedding and trench sections, thrust restraints,
connections to existing pipeline, typical valve and valve box, pavement
replacement section(s), typical blow -off or fire hydrant, pipeline crossing details,
air relief valve and vault, valve vault(s), and corrosion protection features.
END OF EXHIBIT B
\ o.'x T a( ,,a"',I� =It,14 1.i1•rccnic III, [vhi1,i1 l i � r., InCd, Srnl�rdn"
I"t" , d
SOUTHWEST WATER SYSTEM IMPROVEMENTS - WORK PLAN
3co,Gat q ry Sur, s.ita-•
'Or Mg' OC
nrolE g'
DescrErgr
CADD
Tlon-a
Surve✓
Survey
Survey
S L-crsultant
r=cs-r, Sreciahsis
✓T'-T^ompsor
Expe�sE=
TASKT-TA
in A_
1c 3.:ai
�on S
Fyan D
Mar,
Mike D
^Aanag=r
Tech
Grew
P3d,oIing
C3
roson Protectiur,
Ms
eriels Test gi
Fate hoer
135
116
87
66
45
125
81
125
DESIGN PHASE SERVICES
Task 1
Meetings
11
Kick-offMeehrg
4
4
4
S
660
S
330
S
108
S 2.450
Br Weekly Team Meetings
-�
h
Stunt
.:,r SF-. ells( ..:,ng I'.
15
15 -
40
S
580
--
7,828
r ,,,ps n
_
c
57g
I S
330
S
S
S 330
Neighborhood Informational Meeting (1)
4
8
'.'
Review Construction Estimate
S
93
S 1 253�
A X�
(Contractor and Independent)
2
S
19
S 251
`
Subtotal.
19
25
52
0
0
0
0
0
S
S
1,238
S
660
S
799
T� n kd
Task 2
Field Investigation
Task t subtotal: $ 12,686
�
1
Utility Locates
2
1 2
S
102
S 1,378
2
Geotechnical Investigation (5 holes)
2
4
1
c
23
Potholing
2
2.
16
_
4,410
5.500
S
S
46
152
6.126
S 6.456
v-
a
Right -Of -Way Research
4
S
26
S 350a„�•
25
Survey
4
4
6_
14
54
$
756
$ 10,202
S 6
Collect Drawings for Existing Pipelines
2
$
14
S 188
23
Location of Existing Irrigation Line to Existing Park
8
56
_.
2 8
Cathodic Protection
2
2
4
$ 752
$
963
$ $
68
$ 1,881881
Subtotal :
4
12
50
0
0
6
18
54
S 4,410
$
963
S
5,500
$
1,219
Task
Design
3
Discuss Alignment Options and Considerations
4
8
16
Task 2 Subtotal: $ 27,332
$ 3,089
$ 229
32
Select Final Route
2_
4
4
$
87
a q _
Pipe Selection and Design
4
4
8
_
-
S
136_
S 1,169
$ 1
3.4
Restraint Sizing
4
8
-
--
S
93
,836
--
=ylq r
3_.,
Tie -In Method(s) and Design
4
4
8
$
$ 1,253
Air Relief and Vault Design
7
4
8
$
136
$ 1 ,836
3✓
Valve Vault Design
2
4
8
_
S
136
114
S 1 ,544
S 1
3.8
Cathodic Protection
2
2
2
.544
3.9
Pipe Sizing (Note: .i.0 �� �,. .,.-)
-�
04
r
3.ic
Easements there: - c. )
-
3.11
Traffic Control Plan (Note '. r - )
-
-
-
S
S
$
Subtotal:
ZO
34
62
0
0
0
0
0
$ -
S
963
S
-
$
963
------- '-
Task 4
Specifications
4 1
Division 1-GeneralRequirements
2
Task 3 subtotal: 13,964
$ 292
S 22
a
SUtTr ry of Work
2
4
1 _
S
50
S 675
;
b
Measurement are Paymen'
-
2
4
1
-
$
50
S 675
s
c
Special ^crditions
2
4
1
8
50
$ 675
d
Test ng arid Dislnfeai°r
1-
2
1 -
S
27
$ 362
42
Division 2-Site
2
22
S
,
a
Excavation
1
2
1
$
27
_292
S 362
Pipe
1
4
1
S
41
$ 550
v
_c
Valves and Apr-idenarces
2
4
-
1
S
50
$ 675
d
�amng
1
2
1
S
27
_
S 362
_
a3
Division 3-Concrete
2
4
1
$
50
$ 675
Subtotal:
4
14
30
0
9
0
0
0
S -
$
-
$
-
S
414
-------
Task 5
Drawings
5.1
Cover Sheet If sheet)
1
4
8
Task4Subtotal: 5,593
$
$ 1,071
$ 79
5.2
5?
General Notes and Geotechnical and General Information (1 sheet)
Plan & Profile Sheets (3 sheets at 1 "=30scale)
4
2
8
4
24
16
60
4
$
S
131
$ 1,767
is'
SA
'2
627
S 8,467
Details (2 sheets)
8
8
8
S
94
$ 2,616
?
a
Bedd nO and `ranch Season
2
11
143
Z
n
Thn, Pin, 1
2
f
o,
c
Gon nea.,n 2
-
Valve
-
-
16.
-
S
11
84
S 143
1.1�0
T
;„
d
anc BOX
Pavement
f
e
set - on
2
143
(Blow
off Fire Hydrant
2
S
g
11
42
S 143
$ 570
her
-Pat ef Valve_and t/3J1t
4
-
S
21
-
$ 285
Valve VaintS ✓.
8.
-
S
42
S 570
i
crrrcvic, Pre edit.
8.
S
42
S 570
Subtotal:
6
19
40
146
0
0
4
0
$
$
S
$
1,316
r
Task 5 subtotal:
level of effort per labor category (hours):
53
104
21
146
9
6
22
54
_
628 «Total Manhours
total costs per labor category, sub -consult. & expenses: S
7,155 S
12,064 S
20,358 S
9,636 S
405 S
750 S
1,782 $
6,750 S 4,410
$
3,163
$
6,160
S
4,712 Total Costs» $
staff -weeks:
1.33
2.60
5.85
3.65
0.23
0.15
0.55
1.35
77,345
V 52873,,active.
marketing proposal enmronmentai Fort Ccivns Clfv of southwest Water System Improvements
Exhlbil C oewsedl - nee estimate.
rls
15.70
-
updated: 1G 30,06. DFS
EXHIBIT C
Eck >, c 7-345