Loading...
HomeMy WebLinkAbout109224 BROWN & CALDWELL; 150670 STANTEC CONSULTING - CONTRACT - RFP - P1117 CONSULTING ENGINEERING SERVICES FUTURE WATER WW SW FACILITIES CAPITAL IMPROVEMENTSPROFESSIONAL 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 Brown and Caldwell, hereinafter referred to as "Professional' or "Service Provider". 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 for project Work Orders for P1117 Consulting Engineering Services For Future Water, Wastewater and Stormwater Facilities Capital Improvements Work Order Contract, issued by the City, and in accordance with the scope of services attached hereto as Exhibit "A", consisting of three (3) pages and incorporated herein by this reference. The services to be performed pursuant to the Agreement shall be performed in accordance with the Work Schedule stated on each Work Order. A blank sample of a work order is attached hereto as Exhibit "B", consisting of one (1) page 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. 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 July 15, 2008, and shall continue in full force and effect until July 15, 2009, unless sooner terminated as herein provided. The Describe how your firm would proceed to establish the source and causes of the infiltration in the North West Trunk Line. Provide details as to potential innovative and cost effective solutions your firm may recommend to address the problem. Include a description of any types of trenchless technology that your firm has experience with that may offer innovative and desireable results, and enhance project quality and value. General Information For Future Work Consultant should have experience with H2OMap Sewer and Water, model produced by MWHSoft. The SELECTED CONSULTANT will be expected to purchase (or already have) the specified modeling software for their own use. Thus, hydraulic modeling for sanitary and water projects will be prepared using H2OMap Sewer and/or Water, produced by MWHSoft, Inc. Documentation in both hard copy and disk format will be required at the working and complete model levels. • Hydraulic modeling for stormwater projects will be prepared using HEC-RAS. Frequencies analyzed shall be the same as provided for in the Master Plan. Documentation will be provided in both hard copy and disk format will be required at the Preliminary design level. Residual flood plains will be documented on "as - constructed" drawings. • Drawings will be AutoCAD (Version 2008) generated, ink on mylar. "As - Constructed drawings" will be provided to the City on CD's or DVD's at the completion of each project. Provide "As -Constructed" stamped, original mylars at the completion of the project to become the property of the City of Fort Collins Utility. • Prepare construction contract documents and specifications using CSI format and City of Fort Collins modified EJCDC General Conditions, standard front end and Utility Technical Specifications with modifications. • Identify all easements or properties required for project construction and prepare all legal descriptions and exhibits needed by City staff in acquiring these easements and/or properties. • All known existing utilities and structures will be identified, located and shown horizontally and vertically, if possible, in relationship to proposed improvements. • All applications for permits will be prepared by the consultant. • Provide construction administration, submittal review and continuous full time field inspection of the project. Resident Project Representative duties must be performed with experienced and qualified personnel approved by the Utility. • Provide all surveying required for the design of the project and baseline control for contractor use during construction. Provide all geotechnical services required for the design process and for testing during construction projects. Provide detailed written monthly progress reports throughout the duration of the design and construction of all work. The progress reports will be part of the billing submitted monthly. Provide detailed estimate of construction cost at the 50% and 90% levels of design. EXHIBIT'B" WORK ORDER FORM PURSUANT TO AN AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND DATED: Work Order Number: Purchase Order Number: Project Title: 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 Exhibits _, _, _ consisting of _ (_) pages are hereby accepted and incorporated herein, by this reference, and Notice to Proceed is hereby given. cc: Purchasing Professional: 51 Date: City of Fort Collins Submitted By: Project Manager Date: Reviewed by: Senior Utility Engineer Date: Approved by: Utilities General Manager Date: Approved by: Director of Purchasing & Risk Management (if over $30,000.) Date: EXHIBIT C FEE SCHEDULE MERRICK & COMPANY Civil Infrastructure Survey Rate Schedule Standard Hourly Billing Rates Effective June 2008 Work Class Per Hour PROJECT MANAGEMENT: Senior Project Manager $170.00 Project Manager $145.00 SURVEYING: Survey Manager $120.00 Professional Land Surveyor $90.00 Survey Party Chief $80.00 Computer Survey Technician (office) $85.00 Three -Person Crew $160.00 Two -Person Crew $145.00 One -Person Crew $100.00 Three -Person OSHA Health/Safety Trained Crew $170.00 Two -Person OSHA Health/Safety Trained Crew $150.00 GIS MAPPING: GIS Manager $130.00 GIS Applications Engineer $100.00 GIS Applications Technician $80.00 GIS Photogrammetrist $80.00 GIS Technician $70.00 ADMINISTRATION: Clerical $65.00 OTHER: Courier Cost + 15% Expert Witness Court Appearance $1,280.00/day Xerox Copies $.10/page Color Copies $1.00/page Fax Transmissions $1.00/page B&W - Paper $1.00/sheet B&W - Vellum (24" X 36") $5.00/plot B&W - Mylar (24" X 36") $10.00/plot Color - Vellum (24" X 36") $9.00/plot Color - Mylar (24" X 36") $15.00/plot Blueline/Blackline (24" X 36") $1.00/sheet Computer (Special) $6.68/hour Analytical Triangulation Instruments $20.00/hour Survey Instruments $5.00/hour G.P.S. System $100.00/unit/day Workstations/Specialized Equipment $40.00/day Minimum Charge $20.00 Vehicle Mileage $0.55/mile Truck Minimum Charge $60.00/day Vehicle Minimum Charge $35.00/da Total Station/Data Collector $25.00/day Special Software Cost + 15% Other Materials or Equipment Cost + 15% Standard rates are subject to review annually. Client will be notified in writing of any changes. FEE �� CTLITHOMPSON SCHEDULE EFTF.CINENW-CA A2003 Personnel Includes analysis and preparation of reports, calculation time, travel, consultation, sample oreoaration and direct SlloerviSinn of the cTl on Investigation Services or P Observation Drilled Pier Installation and Testing Asphalt Placement and Compaction Services rl,nfl'PfP Stra,nrh T�0r—... Fuel charge may be assessed on individual project basis and based on market conditions. - -- --_- March, 200b Page 1 of 6 FEE lii} CTLITHOMPSON SCHEDULE March, 2008 Page 2of6 FEE SCHEDULE EFFECINEAM O-1,M Asphalt Laboratory Testing Concrete Testing Tensile Creep Does not include engineering of special problems or multiple gradations or AC types. There are additional charaes for AC or aaareenle additives Laboratory Services CTLITHOMPSON RR IN ........ _....... _......... 350 ................_.. 390 $ 40 Fine March, 200t3 Page 3 of 6 FEE Ali; CTLITHOMPSON SCHEDULE111 . FTFEC1 W MARCH, caffl Aggregates' 5-Cycle Sodium Soundness' -- --- - - - 200 - 200 Laboratory - 5-Cycle_MagnesmmSoundness' 200 200 Services _ 12-Cycle Sodium/ Magnesium Soundness' -- 265- 265 (cont'd) Potential Reactivity (Chemical Method ASTM C289)_ --- 265 - 265 Potential Reactivity (Mortar Bar Method ASTM C227, includes Agg.._Prep) 800 800 Potential Reactivity (Mortar Bar Method ASTM C1260, includes Agg Prep.) -- - 700 700 Potential Reactivity (Mortar Bar Method ASTM C1293 includes Agg Piep) -. 1,000 1,000 28-bay ASTMC1567. _ 700 700 Micro Duval __- -- - - - 200 set RoddedUnit Weight +Voids --_ _ ._ _. _.-.. 50 _.-.-50 Loose Unit WetghHVoids -- 50 __ ... 50 Specific _Oravdyland AbsorptiW 40 -- 40 Staining Test Lightweight Aggregates) 105 - ---- -- --- Rat, Elongated and Plat and Elongated -_- _ _-- 135- - __--- Los Angeles Abrasion _._ Small -Sized Aggregate --_ g5 ---- _- - ""- --- Large -Sized Aggregate'.__ --_.......... 120-- --------- Moisture Coolant _... '^... 11 and Miscellaneous Testing --- -- 55 / hour )f Large Pit -Run, Samples (Larger than 12 inch) - - 80 / hour Concrete' Compressive Strength of Test Cylinders Qncluding "Held" or Laboratory Compressive Strength of Test Cylinders Cast by Others Services Prenaretion and Testinn of Cnres rl2nsihr I (i ,,,oc io. Rh core Repoit Review (Laboratory Test Results) 100I each Roper! Review (Ship - in only) 40 / each March, 2008 Page 4 of 6 FEE SCHEDULE FJT-ECTM- MAJRC.FI, taxi Cement and' Cement: SulfateExpai Fly Ash Compressive Laboratory Additional Cu Services Time of Settir Chemical �� CT'LITHOMPSON m iHa I ivl x, 4oz) $600 engthTests (6Cubes lMix) 200 30 __ Gilmore orVicat) -- - 160 Blaine or No. 325 Sieve ng False Set (Paste Mel �Ul i row wi¢Gin Ui ildlUUIiGU WIrQl',!l ASTM C 150, Standard Properties Fly Ash: Loss on Ignition, Moisture Loss on Ignition, Moisture Fineness, No. 325 Sieve nar Bar Per Set Alkali Reactivit /avai axle Alkalies ASTM C 618, Standard Properties -- Masonry' Block and Segmental Retaining Wall Units: Laboratory Compressive Strength Tests (Set of Services Q-Block Test Series �- Stone Testing 265 200 85 90 85 575 British Shrinkage (3 Samples / Set with Preparation) --- - --__-- ---325 30leach Dimensional Analysis (Set of 3) - 75 / set Fire Rating by UL 618 -_. _. _... _._206 Density Absorption Analysis (Set of 3) - 125 / set Block Freeze / Thaw, 100 cycle with Preparation 850 Block Freeze / Thaw, 150 cycle with Preparation - - - 1250 Brick: Compressive Strength Tests (Set of 5) - -- 1801 set Coefficient of Saturation, Absorption Analysis (Set of 5) _ - _--- 150 /set Absorption by Soaking (Set of 5) - 1001 set Initial Rate of Absorption Per Set (Set of 5) 256 / set Efflorescence (Set of 5) _ - 1251 set Dimensional Analysis (Set of 5) - -- - 751 set Modulus of Rupture (Flexural Strength) (Set of 5) -- 20011 1 set Brick Freeze / Thaw, 50 cycle, ASTM C 67 - ----- - - 425 / set Adobe Brick Properties with Report -- - -- 6501set Report Review (Ship- in only) 40 / each ' Conditions are described by ASTM and related to the moisture condition at the time of testing and direction of rift with regards to the loading faces Eadh test requires a set of five specimens per conditions from different submitted pieces, each with exact saw air dimensions C 880 - Flexural slminIxi testing is to Its performed using the producers intended thickness Saw culling is charged at BOO /hour. Expect 1--1/2 hour minimum culling time for each test method (5 samples), except for spedlic gmvitylabsorption We do not perform ASTM C 241; Abrasim Resistance or ASTM C 1028; Confident of Fricllon. Wet/Perpendicular Wet/Parallel Drv/Perpendinular Div t Parailm Masonry Mortar and Grout: March, 2008 Page, 5 or 6 parties acknowledge that the sub -contractors CTL Thompson and Merrick and Associates, 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. 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. The Denver Boulder Greeley CPIU published by the Colorado State Planning and Budget Office will be used as a guide. Written notice of renewal shall be provided to the Service Provider and mailed no later than ninety (90) 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: Brown and Caldwell Attn: Pat Roman, P.E. 1697 Cole Boulevard, Suite 200 Golden, CO 8040 City of Fort Collins Attn: Sue Paquette 700 Wood Street Fort Collins, CO 80524 With copy to: City of Fort Collins Attn: Purchasing 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 Utility PSA WO rev06/07 FEE CTL I THOMPSCN SCHEDULE EFFECINENWICl1,20 Laboratory Mortar Mix (6 Cubes Per Ma) S 175 Services INaterRetentivity Test -- _- -_- __-- -gp Tests and Preparation of Tests and Preparation of Masonry Prisms (8-inch Width) Hollow Prisms, Brick -- _- -70 Hollow Prisms, Block - 2 Course Maximum �- _- - _-- -- - 70 Hollow Prisms, Block - Over 2Courses 100 Grout -Filled Prisms, Brick 100 Grout -Filled Prisms, Block - 2 Course Maximum 80 Grout Filled Prsms, Block - Over 2 Courses 105 Quote on Masonry Prisms (10-inch or 12-inch Width): -- IlollowPrisins,Brick ---- .- 100 each Grout -Pilled Prisms, Block 2 Course Max - 1001 each Hollow block, Over 2 Courses _ -- 1301 each Grout Filled Prisms, Brick 160 / each Laboratory Sawing of Specimens - 80 /hour Report Review (Laboratory Test Results) - - - 1001 each Report Review (Ship - in only) - - - - 401 each Steel Ultimate Tensile Strength _ g 100 Laboratory _. Percent Elongation - - - -- - - _7:15 Services Yield Strength --�-- - -- ._. 15 Reduction of Ai _.. _..... _.. _.. _.. _. ._..-�:15 Hollow or Circular Samples __ - __ � 15 Torsional Strength Tests and Calibrations (up to 1 Million in-lbs.) - - - - 100 Tensional Testing of Helical Piers, other Items or Materials - -- - - - Quote on Request Wood Wood Moisture Testing (Lamp Method) with Report $ 85l set Product _...._. Services March, 2008 Page 6 of 6 Brown and Caldwell Schedule of 2008 Hourly Billing Rates A Office/Support Services 1 $45 ' Word Proses5orI B:i Drafter-Tralnes - ,Field SetVICe Technician i, ; Oftide/Support Servib@§ II $54 d? C Assistant Drafter C Engineer Senior Drafter Senior Illustrator Inspector Field Service Technician II Geologist/Hydrogeologist I Scientist I Senior Field Service Technician Word Processor II Office/Support Services III $62 Accountant ll Word Processor IV $86 Engineer III Inspector III Senior Designer Supervising Drafter Geologist/Hydrogeologist III Accountant IV G Supervising Illustrator Scientist III Administrative Manager $118 Principal Engineer Principal Construction Engineer Principal Geologist/Hydrogeologist I Supervising Designer Principal Scientist Corp. Contract Administrator $152 Managing Geologist/Hydrogeologist K Managing Engineer Managing Scientist Area Bus Ops Mgr IV $191 Chief Engittee� Chief Scientist ; L Exeeuti3e Engineer ' , Chief CaeolpgisUHydr'ogeofagisr CQrp.Marketing Comm. MgC $191 M Vice President $191 N SeniorYiI ristdent $191 O President/Executive Vice Pres. $191 P Chief Eye^eeufive Offider , . _ $1§t M:TY2008TW Collins\09_Negotiation\2008 GSA Billing Rates\2008 GSA Billing Rates.xis Brown and Caldwell Schedule of 2008 Hourly Billing Rates Hourly rates based off of GSA Brown nd Caldwell Rates and include APC M:\FY2008\Fort Collins\09_Negotiation\2008 GSA Billing Pates\2008 GSA Billing Rates.xis Professional's obligations under this Agreement. Such payment shall be the Professional's sole right and remedy for such termination. 6. Desion, 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 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 1,000,000.00. 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 nine (9) pages, 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. The parties acknowledge that the sub -contractors: Merrick & Company and CTL/Thompson 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 Utility PSA WO rev06/07 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. 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 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. 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 Utility PSA WO rev06/07 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. 13. 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. 14. 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. 15. 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. 16, 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. 17. 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 Utility PSA WO rev06/07 jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. 18. Prohibition Against Employ ing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Service Provider represents and agrees that: a. As of the date of this Agreement: 1. Service Provider does not knowingly employ or contract with an illegal alien who will perform work under this Agreement; and 2. Service Provider 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. Service Provider 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. G. Service Provider 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 Service Provider obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Service Provider shall: 1. Notify such subcontractor and the City within three days that Service Provider 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 Service Provider shall not terminate the contract with the subcontractor if during such three days Utility PSA WO rev06/07 the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. e. Service Provider 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 Service Provider 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, Service Provider shall be liable for actual and consequential damages to the City arising out of Service Provider's violation of Subsection 8-17.5-102, C.R.S. g. The City will notify the Office of the Secretary of State if Service Provider violates this provision of this Agreement and the City terminates the Agreement for such breach. Utility PSA WO rev06/07 THE CITY OF FORT N01-4LIN,LORADO By: ; % ✓ Darin Atteberry City Manager ®,xj•Cat< .•...4 iS By: tr L% ®; Ja es B70N"e , CPPO, FNO IGP Dir ctor rchasing & Risk Management 3: y✓ f�� I °. rp Date: � brown and Caldwell By: Title: Viet ere s: de,.f CORPORATE PRESIDENT OR VICE PRESIDENT Date: -7)Z,5Z vg ATTE T: � r--.,. (Corporate Seal) Corporate Secretary Utility PSA WO rev06/07 EXHIBIT A SCOPE OF SERVICES General Description The intent of the City of Fort Collins Utilities is to award a contract to a qualified consultant for engineering consultation services during the design and construction phases of water, wastewater, and stormwater infrastructure improvement and rehabilitation projects. The selected consultant may be retained by the City of Fort Collins Utilities annually for up to five years to provide studies, system modeling, engineering design, bidding services, surveying and construction management services for projects as they are required. Projects may be related to water pipelines, stormwater and sanitary sewer pipelines, drainage channels, detention ponds, improvements at the City's Water Treatment Facility and Water Reclamation Facilities, and development and modification of water distribution and wastewater collection systems models. The City of Fort Collins Utilities envisions an increasing need for innovative engineering solutions for the rehabilitation of ageing underground water, wastewater, and stormwater systems. Project designs will seek to minimize the impacts to neighborhoods and the environment by fully utilizing trenchless technologies and sustainability strategies. Projects will be managed using the Alternative Product Delivery System (APDS). The selected consultant will be part of a project team consisting of City of Fort Collins Utility staff, project construction company staff, and the engineering consultant staff. All team members will participate in the project from project conception, through the design phase, and during construction. Participation by all team members throughout the project is expected to encourage innovation and enhance project quality and value. Work will be on an as needed basis with the scope of work to be defined and a work order negotiated prior to the time the work on each project is commenced. Since January 1, 2007, the utility has expended approximately $400,000 under the prior work order contract. This amount is provided as an indicator of work, but should not be interrupted as a guarantee of future work. Interested firms are encouraged to visit with the above named project manager(s) to better understand the RFP and associated future work. Project Requirements 1. A description of water, wastewater, and storm water projects your firm and design team has worked on in the past 5 years that utilized innovative design concepts and trenchless technology, Le, boring tools which include pipe pulling, pipe ramming, pipe bursting, sliplining and directional boring equipment; tunneling; liners; etc. 2. The City of Fort Collins Utilities has undertaken and completed an infiltration study of the ageing NW Sanitary Sewer Trunk Line. The study indicated that the portion of the trunk line between Shields Street and the town of Laporte, Colorado, which is served by the trunk line, is experiencing significant infiltration. This infiltration results in undesirable treatment cost increases at the sewage treatment facility.