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 - 8115 ENGINEERING SERVICES FOR WATER RECLAMATION & BIOSOLIDS FACILITY DESIGN & CONSTRUCTION (17)
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 CAROLLO ENGINEERS, INC. WORK ORDER NUMBER: C-WRF-2017-24 PROJECT TITLE: DWRF Foodwaste Study Addendum ORIGINAL BID/RFP NUMBER & NAME: 8115, Engineering Services for Water Reclamation and Biosolids Facility Design and Construction Services MASTER AGREEMENT EFFECTIVE DATE: September 21, 2015 ARCHITECT/ENGINEER: NA OWNER’S REPRESENTATIVE: Link Mueller WORK ORDER COMMENCEMENT DATE: November 15, 2017 WORK ORDER COMPLETION DATE: January 15, 2018 MAXIMUM FEE: (time and reimbursable direct costs): $13,300.00 PROJECT DESCRIPTION/SCOPE OF SERVICES: Provide design and consulting services to provide an addendum to the January 2017 DWRF Foodwaste Receiving Study recommending the location for a slurry receiving facility at DWRF, odor control approach for the slurry station, and work with contractor to update the costs for the slurry station. 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 Three (3) 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: Carollo Engineers, Inc. By: Date: Name: Title: Page 1 of 7 DocuSign Envelope ID: 71FA428A-7821-4A8A-B92A-090C48979A07 Vice President November 20, 2017 Jason Garside 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: Link Muller, Special Project Manager REVIEWED: Date: Pat Johnson, Senior Buyer APPROVED AS TO FORM: Date: Name,City Attorney's Title (if greater than $1,000,000) ACCEPTANCE: Date: Jason Graham, Water Reclamation & Biosolids Division ACCEPTANCE: Date: Carol Webb, Water Resources & Treatment Operations Manager 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 7 DocuSign Envelope ID: 71FA428A-7821-4A8A-B92A-090C48979A07 November 20, 2017 November 20, 2017 November 27, 2017 November 27, 2017 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT A WORK ORDER SCOPE OF SERVICES & COST DETAILS Page 3 of 7 DocuSign Envelope ID: 71FA428A-7821-4A8A-B92A-090C48979A07 Scope of Work - Food Waste and FOG Study Addendum The City of Fort Collins (City) is considering the possibility of accepting processed municipal food waste (from household and light industry) and fats, oils and grease (FOG) at the Drake Water Reclamation Facility (DWRF). This Work Order serves to assist the City with the following: 1. Provide City with an Addendum to the Food Waste Evaluation Report prepared by Carollo (January 2017) that describes a. The recommended location for a slurry receiving facility at the DWRF, b. The recommended approach for odor control associated with a slurry receiving facility at the DWRF, and c. Coordinate with the APDS contractor to develop a cost for a slurry receiving facility located at the DWRF. The Work Order scope of work is divided into the following tasks and subtasks, summarized below: Task 1 - Project Coordination Task 1.1 - Bi-Weekly Coordination Meetings Up to two (2) personnel will participate in two (2), 1-hour meetings with the Project Team to coordinate work effort. Task 1.2 - Progress Reporting Invoices will be submitted monthly in accordance with City payment protocols. Each invoice will be submitted with a progress report detailing the work executed during the invoice period and work remaining. Task 2 - Addendum to Food Waste Evaluation Report Task 2.1 - Site Layout Consultant shall confirm equipment required for a slurry receiving facility (as originally documented in the Food Waste Evaluation Report). Consultant shall develop footprint requirement for slurry receiving facility. Consultant shall review up to two (2) site layout locations for the slurry receiving facility. Consultant will document the recommended location (based on discussion with plant staff) via pdf-modified site layout for cost estimating by APDS contractor. Task 2.2 - Odor Control Consultant shall develop up to two (2) approaches for odor control associated with the slurry receiving facility based on the recommended site location. Consultant will document the recommended odor control approach (based on discussion with plant staff) in the Addendum. Task 2.3 - Draft and Final Report Addendum Develop draft and final addendum to the Food Waste Evaluation Report to document results of work effort. DocuSign Envelope ID: 3CDB9DD2-567F-4601-9660-00364CCDB010 Page 4 of 7 DocuSign Envelope ID: 71FA428A-7821-4A8A-B92A-090C48979A07 10/30/2017 FOOD WASTE/FOG PROJECT (ADDENDUM) LABOR HOURS AND ENGINEERING FEE Senior Professional (Tech Advisor, CSM) Lead Project Professional (Becky, Jason) Project Professional (Tanja) Professional (PE + Mech) Disciplines (Structural+Arch) Disciplines (EIC) Disciplines (Civil, HVAC, Demo) Senior Technician Technician Document Processing/Clerical Billing Rate $238 $219 $206 $171 $206 $171 $147 $162 $110 $96 Task 1 - Project Coordination 1 8 0 6 0 0 0 0 0 2 17 $3,208 $120 $199 $3,527 Task 1.1 - Bi-Weekly Coordination Meetings 0 6 0 6 0 0 0 0 0 0 12 $2,340 $120 $140 $2,600 Task 1.2 - Progress Reporting 1 2 0 0 0 0 0 0 0 2 5 $868 $0 $59 $927 Task 2 - Addendum to Food Waste Evaluation Report 2 14 0 20 0 2 10 0 0 4 52 $9,158 $0 $608 $9,766 Task 2.1 - Site Layout 0 6 0 8 0 0 0 0 0 0 14 $2,682 $0 $164 $2,846 Task 2.2 - Odor Control 0 4 0 4 0 0 8 0 0 0 16 $2,736 $0 $187 $2,923 Task 2.3 - Draft and Final Addendum 2 4 0 8 0 2 2 0 0 4 22 $3,740 $0 $257 $3,997 PROJECT TOTALS - TASKS 1- 2 3 22 0 26 0 2 10 0 0 6 69 $12,366 $120 $807 $13,300 TOTAL COST LABOR HOURS PROJECT COSTS PECE Total Direct Labor Hours Total Labor Cost Other Direct Costs (ODCs) DocuSign Envelope ID: 3CDB9DD2-567F-4601-9660-00364CCDB010 Page 5 of 7 DocuSign Envelope ID: 71FA428A-7821-4A8A-B92A-090C48979A07 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 6 of 7 DocuSign Envelope ID: 71FA428A-7821-4A8A-B92A-090C48979A07 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 7/14/2017 Risk Strategies Company 2040 Main Street, Suite 450 Irvine, CA 92614 949-242-9240 www.risk-strategies.com CA DOI License No. 0F06675 Michael Christian Risk Strategies Company syoung@risk-strategies.com Carollo Engineers, Inc. 2700 Ygnacio Valley Road, #300 Walnut Creek CA 94598 36689819 ✓ ✓ Construction Services. City of Fort Collins, its officers, agents and employees are included as additional insureds with respects to general & auto City of Fort of Collins Attn: Purchasing Dept. PO Box 580 Fort Collins CO 80522 Projects as on file with the insured including but not limited to: 8115 Engineering Services for Water Reclamation and Biosolids Facility Design and liability. $1,000,000 $1,000,000 $25,000 $1,000,000 $2,000,000 $2,000,000 $1,000,000 Deductible: Comp/Coll $1,000 $1,000,000 $1,000,000 $1,000,000 Each Claim: $1,000,000 Aggregate: $1,000,000 Deductible: $400,000 A ✓ ZDF8944892 12/31/2016 12/31/2017 ✓ ✓ Deductible $0 ✓ A ADFA486963 12/31/2016 12/31/2017 ✓ ✓ ✓ C WHF8903731 12/31/2016 12/31/2017 ✓ ✓ N Deductible: $0 D Professional Liability AEH288354410 7/4/2017 7/4/2018 Unlimited Prior Acts Massachusetts Bay Insurance Company 22306 Hanover Insurance Company 22292 Continental Casualty Company 20443 36689819 | 17-18 PL, 16-17 GL-AL-UL-WC (AOS WC #WHF-8903731) | Debbie Richie | 7/14/2017 8:14:41 AM (PDT) | Page 1 of 10 Page 7 of 7 DocuSign Envelope ID: 71FA428A-7821-4A8A-B92A-090C48979A07