Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CORRESPONDENCE - RFP - 8073 ENGINEERING SERVICES FOR WATER, WASTEWATER & STORMWATER FACILITIES CAPITAL IMPROVEMENTS PROJECTS (14)
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 HDR ENGINEERING, INC. WORK ORDER NUMBER: HDR-2020-05-01 PROJECT TITLE: Laporte Ave Storm Sewer Design ORIGINAL BID/RFP NUMBER & NAME: 8073, Engineering Services for Water, WW and Stormwater Facilities Capital Improvements MASTER AGREEMENT EFFECTIVE DATE: May 15, 2015 ARCHITECT/ENGINEER: NA OWNER’S REPRESENTATIVE: Sandra Bratlie WORK ORDER COMMENCEMENT DATE: May 14, 2020 WORK ORDER COMPLETION DATE: January 31, 2021 MAXIMUM FEE: (time and reimbursable direct costs): $94,934.00 PROJECT DESCRIPTION/SCOPE OF SERVICES: This scope of work is for HDR to prepare two construction drawing packages for Laporte Ave storm sewer design: one that will be constructed by Utilities Water Field Operations crews (east of Whitcomb) and the second that will be constructed by a tunneling contractor (bored under Arthur Ditch). See attached supporting documentations. 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 six (6) 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: HDR Engineering, Inc. By: Date: Name: Title: Page 1 of 12 DocuSign Envelope ID: 356FA1E5-C78F-42FA-9677-A36806807843 Brad Martin May 18, 2020 Senior Vice President 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: Sandra Bratlie, Special Projects Manager REVIEWED: Date: Pat Johnston, Senior Buyer REQUISITION ENTERED BY: Date: ACCEPTANCE: Date: Matt Fater, Interim Deputy Director, Water Engineering & Field Services ACCEPTANCE: Date: Andrew Gingerich, Director, Water Field Operations ACCEPTANCE: Date: Theresa Connor, Interim Utilities Executive Director (if greater than $1,000,000) ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) Page 2 of 12 DocuSign Envelope ID: 356FA1E5-C78F-42FA-9677-A36806807843 Melissa Walker Coordinator, Finance May 14, 2020 May 15, 2020 May 15, 2020 May 18, 2020 May 18, 2020 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT A WORK ORDER SCOPE OF SERVICES Page 3 of 12 DocuSign Envelope ID: 356FA1E5-C78F-42FA-9677-A36806807843 Fort Collins Utilities | Laporte Avenue Storm Sewer Improvements Scope of Work hdrinc.com 1 Scope of Work Date: Friday, May 08, 2020 Project: Laporte Avenue Storm Sewer Improvements Project Understanding and Approach Fort Collins Utilities (FCU or the City) is improving the stormwater collection system along Laporte Avenue between Shields Street and Mason Street. FCU stormwater crews recently completed improvements to the collection system in Laporte Avenue, extending a new stormwater main to the intersection of Laporte Avenue and Whitcomb Avenue. FCU wishes to continue the extension of new storm sewer east along Laporte Avenue to the Howes Street outfall between Mason and Howes Streets. Figure 1 shows the location of the proposed improvements. Figure 1 - Laporte Avenue Storm Sewer Improvements Limits of Work We have prepared this scope of services to deliver this project for FCU in two separate construction packages: one that will be constructed by FCU stormwater crews and the second that will be constructed by the City’s on-call tunneling contractor. Each project is planned to be a stand-alone package of construction documents. Task 1. Project Management, Administration, and QC Objective: Manage scope, schedule, and staff, coordinate project technical elements, and provide quality reviews of work products. HDR WILL PERFORM THE FOLLOWING ACTIVITIES IN THIS TASK. Perform project management activities including: Page 4 of 12 DocuSign Envelope ID: 356FA1E5-C78F-42FA-9677-A36806807843 Fort Collins Utilities | Laporte Avenue Storm Sewer Improvements Scope of Work hdrinc.com 2 o Initiate project accounting, budget and resource management tools. o Prepare a project management plan that clearly identifies the project work elements, deliverables, budget and schedule. o Prepare monthly invoices and progress reports. Prepare for and facilitate project coordination meetings. Track action items and distribute to team members. Anticipated coordination meetings include: o Project initiation o 30% submittal review o 60% submittal review o 90% submittal review o Final submittal review o Two Arthur Ditch coordination meetings Perform QA/QC reviews of project documents, calculations and drawings. Key Assumptions: 6 month project duration Deliverables: Meeting agenda and action items Action item log Monthly invoices Task 2 Laporte Avenue Storm Sewer Design Objective: Develop system design and construction drawings for a new storm sewer system in Laporte Avenue to be constructed by city construction crews. It is anticipated submittal milestones will coincide with those for the Arthur Ditch crossing task. HDR WILL PERFORM THE FOLLOWING ACTIVITIES IN THIS TASK. 2.1 Data collection and basemapping Coordinate obtaining survey and pothole data with city staff. Prepare project basemapping utilizing city survey and GIS land data 2.2 Prepare design drawings and supporting hydraulic design Develop drawings. Anticipated sheet list is as follows: o Cover sheet o General notes, legend, and abbreviations o Existing conditions and utility plan (1-sheet) o Plan and profile sheets (3-sheets) o Utility details (2-sheets) Optimize storm sewer hydraulics and size system components o Perform inlet and street capacity calculations o Size storm sewer and inlet leads using Civil3D Storm/Sanitary Analysis, InfoSWMM, or similar. o Optimize conveyance to maximize capacity in downstream outfall systems via diversion manhole or similar. Page 5 of 12 DocuSign Envelope ID: 356FA1E5-C78F-42FA-9677-A36806807843 Fort Collins Utilities | Laporte Avenue Storm Sewer Improvements Scope of Work hdrinc.com 3 o Prepare basis of design report summarizing design flows, inlet sizing, and system hydraulics. 2.3 Design submittals and advancement Advance design and prepare drawing submittals at 60%, 90% and Issue for Construction (IFC) milestones. Incorporate review comments and advance drawings through IFC. Key Assumptions: City will provide design flows at intersections for new storm sewer system. City will provide topographic and utility survey. Where needed, City will provide pothole information through its potholing contractor. HDR will not prepare a utility report per the State of Colorado SUE requirements as city crews will perform construction. HDR will not prepare front end contract documents or technical specifications as city crews will perform construction. HDR will not prepare a paving plan for resurfacing of the street. Resurfacing will be performed by City of Fort Collins Street Department once storm sewer construction is complete. HDR will not prepare an opinion of probable construction cost for the project. City will perform construction engineering services. Deliverables: 60% drawings (PDF) 90% drawings (PDF) Final Construction Drawings (PDF), 1 hard copy 11x17, 1 hard copy 22x34 (bond) Task 3 Design of Arthur Ditch Crossing Objective: Develop design drawings and technical specifications for a new storm sewer main in Laporte Avenue under the existing Arthur Ditch. HDR WILL PERFORM THE FOLLOWING ACTIVITIES IN THIS TASK. 3.1 Geotechnical and tunnel engineering (Lithos Engineering) Review background documentation from Arthur Ditch Design and Construction Prepare a revised subsurface conditions memorandum. Prepare tunnel specifications and details. Perform casing pipe wall thickness design Attend design meetings 3.2 Prepare 30% design drawings Incorporate basemapping data from Task 2.1 and develop 30% drawings. Prepare existing conditions and utility plan sheet. Prepare ditch crossing plan and profile, Identify key design and construction features including existing tunneling limits, pipe material, entrance/exit pit dimension, etc. Submit drawings to city for review. Page 6 of 12 DocuSign Envelope ID: 356FA1E5-C78F-42FA-9677-A36806807843 Fort Collins Utilities | Laporte Avenue Storm Sewer Improvements Scope of Work hdrinc.com 4 3.3 Prepare 60% design documents Advance 30% design and prepare 60% drawings. Anticipated sheet list is as follows: o Cover sheet o General notes, legend, and abbreviations o Existing conditions and utility plan (1-sheet) o Plan and profile (1-sheet) o Utility details (2-sheets) o Tunneling details (2-sheets) Prepare draft technical specifications. Project-specific technical specifications are anticipated for tunneling activities. Other project specifications will use city standard specs (2017). Submit drawings and specifications to city for review 3.4 Prepare 90% design documents Incorporate 60% review comments into drawings and technical specifications Prepare 90% design drawings and specifications. Submit drawings and specifications to city for review. 3.5 Prepare IFC Documents Incorporate 90% review comments into drawings. Prepare final design drawings and technical specifications. Submit drawings and specifications to city concurrence for review. Stamp and sign drawings. Key Assumptions: City will provide hydrology and hydraulics for new storm sewer, i.e. pipe and inlet sizes. City will provide topographic survey. Where needed, City will provide pothole information through its potholing contractor. HDR will not prepare a utility report per the State of Colorado SUE requirements. HDR will not prepare front end contract documents. HDR will not prepare a paving plan for resurfacing of the street. Resurfacing will be performed by City of Fort Collins Street Department once storm sewer construction is complete. HDR will not prepare an opinion of cost for the project. City will issue a Work Order to their on-call contractor for construction services. Deliverables: 30% drawings (PDF) 60% submittal (PDF) 90% submittal (PDF) Issued for Construction documents (PDF), 1 hard copy 11x17, 1 hard copy 22x34 (bond) Page 7 of 12 DocuSign Envelope ID: 356FA1E5-C78F-42FA-9677-A36806807843 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT B WORK ORDER COST DETAILS Page 8 of 12 DocuSign Envelope ID: 356FA1E5-C78F-42FA-9677-A36806807843 5/11/2020 HDR Engineering Senior Project Manager Chris Parton Senior Technical Advisor / QC Project Engineer III, Robert Moore Project Engineer I, Sara Race Senior CAD Designer Chuck Wittenmeier Senior Project Accountant Clerical and QA Assistant Hours Labor Total Expenses HDR Fee Total Fee $ 240 $ 260 $ 155 $ 135 $ 140 $ 125 $ 65 Task 1 Project Management and QC Project managent activities 12 2 14 $ 1,630 $ - $ 1,630 $ 1,630 Project coordination meetings 24 2 12 12 50 $ 9,760 $ 390 $ 10,150 $ 10,150 Preform QA/QC reviews 4 6 4 14 $ 2,780 $ 111 $ 2,891 $ 2,891 Sub-total 28 8 12 12 0 12 6 78 $ 14,170 $ 502 $ 14,672 $ - $ 14,672 Task 2 Laporte Ave Storm Sewer Design 2.1 Data collection and basemapping 8 12 20 $ 3,600 $ 144 $ 3,744 $ 3,744 2.2 Design drawings and hydraulic design 8 4 48 32 92 $ 13,920 $ 557 $ 14,477 $ 14,477 2.3 Advance design and prepare drawing submittals 2 24 24 50 $ 7,120 $ 285 $ 7,405 $ 7,405 Sub-total 16 6 0 72 68 0 0 162 $ 24,640 $ 986 $ 25,626 $ - $ 25,626 Task 3 Arthur Ditch Crossing Design 3.1 Geotechnical and tunnel engineering 4 4 8 $ 1,580 $ 63 $ 1,643 $ 18,517 $ 21,086 3.2 Prepare 30% design drawings 8 2 12 12 34 $ 5,980 $ 239 $ 6,219 $ 6,219 3.3 Prepare 60% design documents 16 2 32 32 82 $ 13,800 $ 552 $ 14,352 $ 14,352 3.4 Prepare 90% design documents 8 1 20 24 53 $ 8,640 $ 346 $ 8,986 $ 8,986 3.5 Prepare IFC Documents 4 1 8 8 4 25 $ 3,840 $ 154 $ 3,994 $ 3,994 Sub-total 40 76 0 76 0 4 202 $ 33,840 $ 1,354 $ 35,194 $ 18,517 $ 54,636 Hours 84 14 88 84 144 12 10 442 Fee $20,160 $3,640 $13,640 $11,340 $20,160 $1,500 $650 $ 72,650 2,841 $ 75,491 $ 18,517 $ 94,008 Sub-consultant Budget w/ Mark-up $ 19,443 TOTAL FEE (ROUNDED) $ 94,930 City of Fort Collins Utilities Laporte Avenue Storm Sewer Lithos Page 9 of 12 DocuSign Envelope ID: 356FA1E5-C78F-42FA-9677-A36806807843 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT C WORK ORDER SCHEDULE DETAIL Page 10 of 12 DocuSign Envelope ID: 356FA1E5-C78F-42FA-9677-A36806807843 ID Task Mode Task Name Duration Start Finish Predecessors 1 Laporte Avenue Storm Sewer 154 days Mon 6/1/20 Thu 12/31/20 2 Project Management and QC131 days Mon 6/1/20 Mon 11/30/20 3 Storm Sewer Design 131 days Mon 6/1/20 Mon 11/30/20 4 Project Closeout 23 days Tue 12/1/20 Thu 12/31/20 3 May Jun Jul Aug Sep Oct Nov Dec Jan 3rd Quarter 4th Quarter 1st Quarter Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Progress Manual Progress Page 1 Project: Laporte Avenue Storm Date: Wed 5/13/20 Page 11 of 12 DocuSign Envelope ID: 356FA1E5-C78F-42FA-9677-A36806807843 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT D CERTIFICATE OF INSURANCE CONTRACTOR shall submit Certificate of Insurance in compliance with the Contract Documents. Page 12 of 12 DocuSign Envelope ID: 356FA1E5-C78F-42FA-9677-A36806807843 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: PHONE FAX (A/C, No, Ext): (A/C, No): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXP TYPE OF INSURANCE (MM/DD/YYYY) (MM/DD/YYYY) LIMITS AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTED CLAIMS-MADE OCCUR PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRO- POLICY JECT LOC PRODUCTS - COMP/OP AGG $ OTHER: $ COMBINED SINGLE LIMIT $ (Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $ $ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 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. 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. 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). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD CERTIFICATE OF LIABILITY INSURANCE Lockton Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816) 960-9000 HDR ENGINEERING, INC. 1917 SOUTH 67TH STREET OMAHA, NE 68106 Lexington Insurance Company 19437 XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX ARCH & ENG PROFESSIONAL LIABILITY PER CLAIM: $1,000,000 AGGREGATE: $1,000,000 A 061853691 6/1/2019 6/1/2020 NOT APPLICABLE NOT APPLICABLE NOT APPLICABLE NOT APPLICABLE 6/1/2020 1429583 5/10/2019 N N 15908424 15908424 XXXXXXX CITY OF FORT COLLINS, COLORADO ATTN: PURCHASING DEPARTMENT PO BOX 580 FORT COLLINS CO 80522 8073 ENGINEERING SERVICES FOR WATER, WASTEWATER & STORM FACILITIES CAPITAL IMPROVEMENTS DocuSign Envelope ID: 356FA1E5-C78F-42FA-9677-A36806807843