Loading...
HomeMy WebLinkAboutCORRESPONDENCE - RFP - 8745 CONSULTING ENGINEERING SERVICES FOR FUTURE WATER WW & STORMWATER FACILITIES CAPITAL IMPROVEMENTS (7)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 DITESCO PROJECT & CONSTRUCTION SERVICES WORK ORDER NUMBER: UCIP Funding Tool - 2019-01 PROJECT TITLE: UWater and Wastewater CIP Funding Tool ORIGINAL BID/RFP NUMBER & NAME: U8745 Engineering Services for Water, Wastewater and Stormwater Facilities Capital Improvements – On-Call MASTER AGREEMENT EFFECTIVE DATE: UAugust 07, 2018 ARCHITECT/ENGINEER: UDitesco Project and Construction Services OWNER’S REPRESENTATIVE: UMatt Fater WORK ORDER COMMENCEMENT DATE: June U 14, 2019 WORK ORDER COMPLETION DATE: UAugust 30, 2019 MAXIMUM FEE: (time and reimbursable direct costs): U$13,286.00 PROJECT DESCRIPTION/SCOPE OF SERVICES: UDevelopment of a tool for analyzing funding scenarios and levels of service metrics. See attached supporting documentation. 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 UfourU (4) 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: Ditesco Project & Construction Services By: Date: Name: Title: Page 1 of 8 DocuSign Envelope ID: 70B6742F-33F9-4544-A88D-02830390E2A5 KEITH MEYER June 22, 2019 Owner/Manager 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: Matt Fater, Director, Civil Engineering REVIEWED: Date: Pat Johnson, Senior Buyer APPROVED AS TO FORM: Date: Name,City Attorney's Title (if greater than $1,000,000) ACCEPTANCE: Date: Theresa Connor, Utilities Deputy Director 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) Page 2 of 8 DocuSign Envelope ID: 70B6742F-33F9-4544-A88D-02830390E2A5 June 20, 2019 June 20, 2019 June 22, 2019 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT A WORK ORDER SCOPE OF SERVICES, COST DETAIL AND SCHEDULE Page 3 of 8 DocuSign Envelope ID: 70B6742F-33F9-4544-A88D-02830390E2A5 Page 1 of 4 2133 S. Timberline Road – Suite 110 Fort Collins, CO 80525 ditescoservices.com Delivery by email mfater@fcgov.com June 3, 2019 Mr. Matt Fater, PE Director, Civil Engineering City of Fort Collins Utilities 700 Wood Street Fort Collins, CO 80521 RE: Water and Wastewater CIP Funding Tool Proposal and Scope of Work Dear Matt: Thank you for the opportunity to assist with creation of a CIP funding tool and summary outlook for the capital improvement projects (CIP) contemplated as part of the master planning process. The intent of this proposal if to provide a tool to compare leading and lagging indicators associated with each CIP to provide transparency and direction for completion of CIP projects. Thank you again for this opportunity. We truly appreciate the relationship with the City and look forward to completing this tool to assist in your project planning. Please let me know if you have any questions or require further information regarding this proposal. I can be reached by phone at 970.988.8605 and email keith.meyer@ditescoservices.com. Sincerely, Keith Meyer, P.E. Cc: Jenna Beairsto file Page 4 of 8 DocuSign Envelope ID: 70B6742F-33F9-4544-A88D-02830390E2A5 Page 2 of 4 Exhibit A W-WW CIP Prioritization Scope of Services Scope of Services • Ditesco staff will develop a CIP funding tool to compare all capital improvement projects identified in the water-wastewater master plan and create a funding model to address projects at different funding levels. • Ditesco will contract with Invision GIS to provide additional GIS data including additional hydrant data and galvanized service data to the CIP summary tables from the tool created in the water-wastewater master plan. This contract will also include CIP maps to visually show the locations of CIP projects that will be addressed under each of the funding options. • Ditesco staff will create a summary table with different budget options that summarize the lead indicators and capital improvement projects that can be addressed at each budget level • Ditesco will create a memo outlining the process utilized to create the funding tool and come up with the summary options. Deliverables • Expected Deliverables and Format: o Prioritization Tool in Xcel formal and PDF o Updated Summary Tables from the CIP Tool Output with additional GIS data in Xcel format o Summary tables of prioritization and budget options in PDF format o Memo outlining the process and summary of the work performed on the CIP Funding Tool o PDF copies of the maps for the CIP funding options Schedule The anticipated schedule is as follows: Draft of Prioritization Model to City of Fort Collins: June 21st Summary Tables of prioritization and budget options for water capital improvement projects: June to July 2019 Summary Tables of prioritization and budget options for wastewater capital improvement projects: June through July 2019 Fee Estimate We have based our fee estimate on the following assumptions. • Prioritization model production starting in June • GIS data updates starting in June • Summary Tables for water starting in June • Summary Tables for wastewater stating in mid-June Total Estimated Fee: CIP Prioritization and Summary $13,025.00 Reimbursable Expenses $261.00 Total $13,286.00 A detailed breakdown in included. Please find this on page 4 of this scope of work proposal. The fee shown above is billed on a time and material basis based on the rates shown in the table on page 3 and 4 of this proposal. All reimbursable expenses will be billed at direct cost. Page 5 of 8 DocuSign Envelope ID: 70B6742F-33F9-4544-A88D-02830390E2A5 Page 3 of 4 Ditesco City of Fort Collins Consulting Engineering Services – Water, Wastewater, Stormwater 2018-19 Wage Rate Schedule Principal: $136.00 - $154.00 per hour Project Manager: $120.00 - $139.00 per hour Associate Project Manager: $110.00 - $124.00 per hour Project Engineer: $95.00 - $120.00 per hour Construction Manager/Resident Engineer: $112.00 - $132.00 per hour CAD Design $67.00 - $88.00 per hour Administrative: $57.00 - $69.00 per hour Mileage Reimbursement: IRS Rate Subconsultant Markup 5% of cost All other costs at direct expense Terms 30 days net Page 6 of 8 DocuSign Envelope ID: 70B6742F-33F9-4544-A88D-02830390E2A5 City of Fort Collins Utilities Water and Wastewater CIP Funding Tool 6/3/2019 Keith Meyer Jenna Beairsto Cassidy Hill Subcontractor Principal Civil Engineer II Administrative (hrs) (hrs) (hrs) $140 $115 $65 CIP Prioritization and Summary $13,025 PM 1.1 - Contract Management 2 2 2 $ - $640 PM 1.2 - Meeting/Correspondence 3 3 0 $ - $765 PE 1.1 - Design - CIP Funding Model 1 12 0 $ - $1,520 - Performing Geospatial GIS Data Analysis and Rerunning Model 0 0 0 $ 2,000 $2,000 - Create Maps of CIP Funding Options 0 0 0 $ 1,000 $1,000 - Summary of Budget Options for Capital Planning 2 32 0 $ - $3,960 - Memo of Funding Model and Process 4 16 0 $ - $2,400 - Review/Edits 2 4 0 $ - $740 Reimbursable Expenses (mileage, reproduction, printing, etc.) $261 Work Effort Subtotal 14 69 2 $ 3,000.00 $13,286 Cost per labor category $1,960 $7,935 $130 Effort (days) 1.8 8.6 0.3 Effort (weeks) 0.4 1.7 0.1 $13,286 Phase/Task Description Classification Task Total Invision GIS Page 7 of 8 Page 4 of 4 DocuSign Envelope ID: 70B6742F-33F9-4544-A88D-02830390E2A5 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT B CERTIFICATE OF INSURANCE CONTRACTOR shall submit Certificate of Insurance in compliance with the Contract Documents. Page 8 of 8 DocuSign Envelope ID: 70B6742F-33F9-4544-A88D-02830390E2A5 06/21/2019 Flood and Peterson Corporate Mailing Address: P.O. Box 578 Greeley CO 80632 Brianne Danielson, CISR (970) 266-7118 (970) 506-6846 BDanielson@FloodPeterson.com Ditesco, LLC 2133 S. Timberline Road Unit 110 Fort Collins CO 80525-4372 The Cincinnati Insurance Company 10677 The Continental Insurance Company 35289 Lloyd's of London 43389 A Y Y ECP 0458347 10/03/2018 10/03/2019 1,000,000 1,000,000 10,000 1,000,000 2,000,000 2,000,000 A Y Y ECP 0458347 10/03/2018 10/03/2019 1,000,000 Medical Payments 5,000 B N Y WC2097624212 03/15/2019 03/15/2020 1,000,000 1,000,000 1,000,000 C Professional Liability B0621PDITE000118 10/05/2018 10/03/2019 Each Claim $1,000,000 Aggregate $2,000,000 Retention $10,000 Project: Water and Wastwater CIP Funding Tool The City of Fort Collins is included as Additional Insured as required by written contract but only as respects to liability arising out of work performed by the named insured. Waiver of subrogation applies. City of Fort Collins 700 Wood Street Fort Collins CO 80521 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 DocuSign Envelope ID: 70B6742F-33F9-4544-A88D-02830390E2A5