Loading...
HomeMy WebLinkAboutCORRESPONDENCE - RFP - 8631 GENERAL ENVIRONMENTAL SERVICES (3)Utilities Work Order Form Official Purchasing Form Last updated 10/2017 WORK ORDER PURSUANT TO A MASTER AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND L.T. ENVIRONMENTAL WORK ORDER NUMBER: OXL Phase 2 - LTE PROJECT TITLE: Oxbow Levee Improvement Project ORIGINAL BID/RFP NUMBER & NAME: 8631 General Environmental Services MASTER AGREEMENT EFFECTIVE DATE: 2/28/18 ARCHITECT/ENGINEER: Anderson Consulting Engineers OWNER’S REPRESENTATIVE: Jason Stutzman WORK ORDER COMMENCEMENT DATE: February 4, 2019 WORK ORDER COMPLETION DATE: June 1, 2019 MAXIMUM FEE: (time and reimbursable direct costs): $37,217.94 PROJECT DESCRIPTION/SCOPE OF SERVICES: Environmental mitigation management services during construction of the Oxbow Levee Improvement Project 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 Master Agreement between the parties. In the event of a conflict between or ambiguity in the terms of the Master Agreement and this Work Order (including the attached forms) the Master Agreement shall control. The attached forms consisting of Five (5) pages are hereby accepted and incorporated herein, by this reference, and Notice to Proceed is hereby given after all parties have signed this document. SERVICE PROVIDER: L.T. Environmental Inc. By: Date: Name: Title: DocuSign Envelope ID: F1621B62-4B42-4A33-A813-0DAA59355993 Chief Operating Officer 2/22/2019 John Peterson Utilities Work Order Form Official Purchasing Form Last updated 10/2017 OWNER’S ACCEPTANCE & EXECUTION: This Work Order and the attached Contract Documents are hereby accepted and incorporated herein by this reference. ACCEPTANCE: Date: Jason Stutzman, Project Manager REVIEWED: Date: Pat Johnson, Senior Buyer APPROVED AS TO FORM: Date: Cyril Vidergar, Senior City Atty (if greater than $1,000,000) ACCEPTANCE: Date: Owen Randall, Director Engineering ACCEPTANCE: Date: Theresa Connor, Deputy Director, Utilities ACCEPTANCE: Date: Kevin Gertig, Utilities Executive Director (if greater than $1,000,000) ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) ACCEPTANCE: Date: Darin Atteberry, City Manager (if greater than $1,000,000) ATTEST: Date: City Clerk (if greater than $1,000,000) DocuSign Envelope ID: F1621B62-4B42-4A33-A813-0DAA59355993 2/21/2019 N/A N/A N/A N/A N/A N/A 2/22/2019 2/22/2019 2/22/2019 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT A WORK ORDER SCOPE OF SERVICES DocuSign Envelope ID: F1621B62-4B42-4A33-A813-0DAA59355993 LT Environmental, Inc. 4600 West 60th Avenue Arvada, Colorado 80003 303.433.9788 February 21, 2019 Mr. Jason Stutzman, P.E. Stormwater Master Planning Engineer Fort Collins Utilities 700 Wood Street Fort Collins, Colorado RE: Environmental Mitigation Management Services Oxbow Levee Improvement Project Between Linden Street and Lincoln Avenue Fort Collins, Colorado Dear Mr. Stutzman: LT Environmental, Inc (LTE) is pleased to present this proposal to the City Fort Collins (the City) for environmental mitigation management services during the completion of the Oxbow Levee Improvement Project located north of the Poudre River between Linden Street and Lincoln Avenue in Fort Collins, Colorado (Site). The scope of services will include training for onsite construction staff, sampling, environmental oversight during construction, and regulated asbestos-containing soil (RACS) oversight activities at the Oxbow Levee Improvement Project in Fort Collins, Colorado. These services relate to implementing interim measures designed to meet project goals outlined in the RACS management regulations and in the Beneficial Use Determination. LTE appreciates the opportunity to provide the City with this proposal. If you have any questions or comments, feel free to contact the undersigned at 303-962-5542 or ntalocco@ltenv.com. Sincerely, LT ENVIRONMENTAL, INC. Ryan Zernis, P.G. Nick Talocco, P.E. Staff Geologist Senior Engineer DocuSign Envelope ID: F1621B62-4B42-4A33-A813-0DAA59355993 Stutzman, J. Page 2 Attachments: Attachment 1 –Scope of Work and Cost Estimate Table DocuSign Envelope ID: F1621B62-4B42-4A33-A813-0DAA59355993 ATTACHMENT 1: SCOPE OF FIGURES WORK AND COST ESTIMATE TABLE DocuSign Envelope ID: F1621B62-4B42-4A33-A813-0DAA59355993 Scope of Work Page 1 of 2 SCOPE OF WORK Task 1 - Beneficial Reuse Determination: LTE is proposing to provide environmental construction oversight for the project. LTE is proposing to perform the following in relation to Task 1 and is presented in detail of the attached Table 1: 1. The City notified LTE that the excavation company will be changing out work crews and the new crew needs to be properly trained. LTE will provide 2-hour asbestos awareness and site-specific training to the contractor staff during one training class. The training will be completed at a City of Fort Collins owned building. LTE is proposing approximately six hours to complete this portion of Task 1; 2. As requested by the City, LTE will provide through visual inspection during excavation of non-native fill material to ensure that the excavated material does not contain additional environmental contaminates beyond those approved for reuse under the BUD; 3. Verify that the non-native fill material is placed, at a minimum of three feet above the seasonally high groundwater table at the North Lemay Avenue project; 4. Verify the non-native fill material is placed as confined geotechnical backfill at the North Lemay Avenue project and properly covered with 6-inches of clean soil and stabilized; 5. Verify the proposed beneficial use meets all other local, state and federal requirements; 6. LTE is proposing 6 days for environmental oversight to complete the excavation and hauling portion of the task. LTE is proposing to observe approximately 7 of the 15 days the excavator contractor has estimated to complete the installation of rip-rap at the Oxbow Levee Improvement Project. The hours per day are estimated to be approximately 12 hours for LTE field personnel, based on previous days worked. Task 2 - Regulated Asbestos Contaminated Soil (RACS) Determination and RACS Management As a result of the discovery of the RACS during construction of the Oxbow Levee Improvement Project, the Colorado Department of Public Health and Environment (CDPHE) regulation for RACS management (Section 5.5, Management of Regulated Asbestos-Contaminated Soil) was required. LTE initially collected a sample of suspect RACS for analysis of asbestos content by polarized light microscopy (PLM), which was submitted to Reservoirs Environmental, Inc. in Denver, Colorado, and completed a RACS determination by a Colorado-certified asbestos Building Inspector (CABI). As a result of the confirmed RACS determination, LTE submitted notification to the CDPHE to comply with Section 5.5. In addition, LTE subcontracted with a Colorado certified General Abatement Contractor (GAC) to assist in managing and disposing of RACS. The RACS was determined by the CABI to be non-friable asbestos-containing waste as the total of friable DocuSign Envelope ID: F1621B62-4B42-4A33-A813-0DAA59355993 Scope of Work Page 2 of 2 asbestos was less than 1 percent (%) of the total load that was manifested and disposed of at the Larimer County Landfill. Filtration of decontamination water was completed by the GAC. This proposal includes the cost estimate of $4,873 for time and $8,213 for materials and other direct costs including subcontractor fees. Costs are for personnel for RACS determination, manifesting with Larimer County Landfill and with Waste Management Buffalo Ridge Landfill (as a backup should Larimer County Landfill not accept the waste), RACS management and LTE oversight, and subcontractor fees for RACS management, wastewater purifying, and decontamination activities. The time and materials related to RACS determination and management are presented under Task 2 of the attached Table 1. Task 3 - Groundwater Sampling for CDPS Certification for Construction Dewatering During project planning, it was determined that sampling of groundwater was going to be required for obtaining a Colorado Discharge Permit System (CDPS) General Permit for Construction Dewatering. The time and material costs to complete this sampling was previously not included in the purchase order, and therefore, these costs are included in this proposal. The time and material costs related to collecting groundwater samples are included as Task 3 on Table 1. Schedule LTE is including up to 13 additional days of contractor oversight to accomplish the work and ensure that material is transported and documented and 6 hours of additional time for asbestos awareness training related to Task 1. Observed and documented RACS have been removed; however, encountering additional RACS material may be possible and would need to be addressed, therefore LTE has included additional time and materials under Task 3, so to limit the need for an additional change order. ESTIMATED BUDGET The total estimated based on time and materials is $37,217.94. Table 1 presents the details of these time and material costs. SPECIFIC CONTRACT ADJUSTMENTS Work will be completed on a time and materials basis, and subcontractor services will be paid on a unit rate basis directly by LTE and passed through to the City, with a ten percent fee added to each subcontractor invoice. The GAC selected is NorthStar Demolition and Remediation, Inc. (NorthStar), 5150 Fox Street, Denver, Colorado 80216, and the laboratory analytical contractor selected is ALS Environmental – Fort Collins (ALS), 225 Commerce Drive, Fort Collins, Colorado 80524. DocuSign Envelope ID: F1621B62-4B42-4A33-A813-0DAA59355993 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT B WORK ORDER COST DETAIL DocuSign Envelope ID: F1621B62-4B42-4A33-A813-0DAA59355993 ESTIMATED COST CITY OF FORT COLLINS LABOR PRINCIPAL PROJECT STAFF STAFF STAFF CADD/ CLERICAL SCI/ENG II SCI/ENG I SCI/ENG II SCI/ENG IIIDRAFTING TASK 1 - ENVIRONMENTAL CONSTRUCTION OVERSIGHT 10 45 184 5 TASK 2 - SUMMARY REPORT TASK 3 - RACS MANAGEMENT 16 4 19 14 2 2 0.5 TASK 4 - GAUGE AND SAMPLE PIEZOMETER 8 0.5 TOTAL HOURS 26 4 72 14 186 2 6 RATE ($) $135.00 $105.00 $95.00 $85.00 $75.00 $70.00 $55.00 LABOR COST $3,510.00 $420.00 $6,840.00 $1,190.00 $13,950.00 $140.00 $330.00 LABOR SUBTOTAL: $26,380 OTHER DIRECT COSTS TASK 1 - ENVIRONMENTAL CONSTRUCTION OVERSIGHT QUANTITY UNIT UNIT PRICEUNIT FEE COST Vehicle 17 EACH $110.00 $1,870.00 Misc. Field Supplies 5 EACH $23.00 $115.00 Laboratory Analytical - Asbestos Bulk Samples - PLM Analysis 6 SAMPLE $18.00 $1.80 $118.80 TASK 1 ODC SUBTOTAL: $2,104 TASK 3 - RACS MANAGEMENT QUANTITY UNIT UNIT PRICEUNIT FEE COST Subcontractor - RACS Abatement 1 UNIT $7,126.36 $712.64 $7,839.00 Vehicle 1 EACH $110.00 $110.00 Materials - Anemometer 1 EACH $64.12 $6.41 $70.53 Materials - Poly Plastic Sheeting 1 EACH $104.87 $10.49 $115.36 Manifest - Waste Management - Buffalo Ridge Landfill 1 EACH $50.00 $5.00 $55.00 Miscellaneous Field Supplies 1 EACH $23.00 $23.00 TASK 3 ODC SUBTOTAL: $8,213 TASK 4 - GAUGE AND SAMPLE PIEZOMETER QUANTITY UNIT UNIT PRICEUNIT FEE COST Laboratory Analytical SVOCs by EPA Method 8270SIM 1 SAMPLE $247.50 $24.75 $272.25 VOCs by EPA Method 8260 1 SAMPLE $70.00 $7.00 $77.00 Vehicle 1 EACH $110.00 $110.00 Equipment - Water Level Indicator 1 EACH $25.00 $25.00 Materials - HDPE Disposable Bailer 2 EACH $7.00 $14.00 Misc. Field Supplies 1 EACH $23.00 $23.00 TASK 3 ODC SUBTOTAL: $521 TOTAL ESTIMATED COST: $37,217.94 TABLE 1 ENVIRONMENTAL MITIGATION MANAGEMENT SERVICES FORT COLLINS, COLORADO OXBOW LEVEE IMPROVEMENT PROJECT 1 DocuSign Envelope ID: F1621B62-4B42-4A33-A813-0DAA59355993 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT C CERTIFICATE OF INSURANCE CONTRACTOR shall submit Certificate of Insurance in compliance with the Contract Documents. DocuSign Envelope ID: F1621B62-4B42-4A33-A813-0DAA59355993 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME: CONTACT (A/C, No): FAX E-MAIL ADDRESS: PRODUCER (A/C, No, Ext): PHONE INSURED COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ PROPERTY DAMAGE $ BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOS ONLY AUTOS NON-OWNED OWNED SCHEDULED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT ER OTH- STATUTE PER (MM/DD/YYYY) LIMITS POLICY EXP (MM/DD/YYYY) POLICY EFF LTR TYPE OF INSURANCE POLICY NUMBER INSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB EACH OCCURRENCE $ AGGREGATE $ $ OCCUR CLAIMS-MADE DED RETENTION $ PRODUCTS - COMP/OP AGG $ GENERAL AGGREGATE $ PERSONAL & ADV INJURY $ MED EXP (Any one person) $ EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence) $ COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY E D IMA, Inc. - Colorado Division X 2,000,000 07/01/19 07/01/19 X C 07/01/19 07/01/19 07/01/19 1,000,000 WC463252008 - OS 4023969 - CO 1,000,000 LT Environmental, Inc. SP003432012018 4600 West 60th Ave. pollution, professional liability, automobile liability and employers liability policies. written contract or agreement subject to the policy terms and conditions. The umbrella policy is excess of the general, City of Fort Collins is included as Additional Insured on the General and Automobile Liability Policies if required by 16535 41190 21199 25674 X 07/01/18 26620 X Denver, CO 80202 X X 1,000,000 X francine Professional Ded. $ 53306845 53306845 Aggregate $ Limit $ 5,000,000 1,000,000 1-303-534-4567 Arvada, CO 80003 X A 100,000 Fort Collins, CO 80522 07/02/2018 Suite 100 07/01/18 1705 17th Street USA 07/01/18 1,000,000 07/01/18 07/01/18 ZURICH AMER INS CO(Pinnacol) PINNACOL ASSUR ARCH SPECIALTY INS CO TRAVELERS PROP CAS CO OF AMER AXIS SURPLUS INS CO(Bonding & Ins Spec) denaccounttechs@imacorp.com 07/01/18 N A City of Fort Collins 25,000 2,000,000 1,000,000 5,000 $10,000 Pollution Deductible Professional Liability 07/01/19 Contractors Pollution & 8103A906345 BI/PD Ded: $25,000 1,000,000 X 2,000,000 B PO Box 580 215 N. Mason Street, 2nd Floor 12EMX4381711 5,000,000 SP003432012018 DocuSign Envelope ID: D3E553CC-F1621B62-4B42-8AD2-4A33-4292-A813-B931-0DAA59355993 896DD64444BD