Loading...
HomeMy WebLinkAboutCORRESPONDENCE - RFP - 7515 CONSULTING ENGINEERING SERVICES FOR FUTURE WATER WW & SW FACILITIES CAPITAL IMPROVEMENTS (10)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 WORK ORDER NUMBER: 201713 PROJECT TITLE: Walnut Street Water Main Replacement – Construction Services ORIGINAL BID/RFP NUMBER & NAME: 7515, Consulting Engineering Services for Future W/WW & Stormwater Facilities Capital Improvements MASTER AGREEMENT EFFECTIVE DATE: July 22, 2013 ARCHITECT/ENGINEER: NA OWNER’S REPRESENTATIVE: James Rose WORK ORDER COMMENCEMENT DATE: January 01, 2018 WORK ORDER COMPLETION DATE: March 30, 2018 MAXIMUM FEE: (time and reimbursable direct costs): $34,072.00 PROJECT DESCRIPTION/SCOPE OF SERVICES: Replacement of 100 year old water main and services in Walnut Street between College Avenue and Linden Street. 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: Ditesco By: Date: Name: Title: DocuSign Envelope ID: 949D2E27-C0B5-4902-A6A0-959EE9693010 KEITH MEYER November 29, 2017 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: James Rose, 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: Owen Randall, Water Systems Engineering Division Manager ACCEPTANCE: Date: Matt Fater, Water Engineering & Field Services 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) DocuSign Envelope ID: 949D2E27-C0B5-4902-A6A0-959EE9693010 November 21, 2017 November 29, 2017 November 30, 2017 December 1, 2017 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT A WORK ORDER SCOPE OF SERVICES & COST DETAIL DocuSign Envelope ID: 949D2E27-C0B5-4902-A6A0-959EE9693010 Page 1 of 5 2133 South Timberline Road, Suite 110 Fort Collins, CO 80525 ditescoservices.com Delivery by email to: jrose@fcgov.com November 11, 2017 Mr. Jay Rose City of Fort Collins Utilities 700 Wood Street Fort Collins, CO 80521 RE: Walnut Street Utilities Construction Phase – Scope of Services Dear Jay: This proposal follows on our recent conversations regarding the continued work on the Walnut Street waterlines. As the project is moving into the construction phase, this proposal is presented to provide resident engineering and construction support to Fort Collins Utilities staff. We look forward to working with you to continue replacement of the aged infrastructure in the downtown area of Fort Collins. Thank you again for this opportunity! 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. Enc. scope of services Cc: file DocuSign Envelope ID: 949D2E27-C0B5-4902-A6A0-959EE9693010 Page 2 of 5 Exhibit A Walnut Street Utility Rehabilitation – Walnut Street Construction Phase Scope of Services Project Understanding The City of Fort Collins Utilities has immediate goals to replace aged infrastructure throughout the Downtown area. A first look at the infrastructure condition throughout Downtown came through the Old Town Masterplan completed by Matt Fater in early 2016. Now, due to planned roadway improvements, the City desires to upgrade both water and sewer pipelines in Walnut and Pine Streets immediately adjacent to Old Town Square. In Walnut, parallel 4” and 6” waterlines from Pine to Linden are planned to be replaced with a single 8” pipeline to serve both sides of the street. Overall, our scope of services is to provide resident engineering services during construction for the water line replacement. The overall schedule is expected to last approximately 2 1/2 months for the Walnut Street waterline. Phase: Construction • Our staff will coordinate, attend and document one pre-construction meeting. • We will conduct weekly progress meetings with the general contractor. We will provide meeting minutes for all meetings. • Our staff will perform daily site inspections (part time) to ensure quality construction and conformity to the plans and specifications. We will provide field resident engineering support addressing field changes quickly to avoid construction delays. We will provide the City with weekly reports documenting the contractors work progress and other pertinent information. • We will assist in review of all project submittals providing comments directly to the general contractor and coordinated with the City. • Ditesco staff will review all material test reports. We will comment on reports not meeting specifications and recommend remediation measures if necessary. We will ensure the appropriate numbers of tests are taken and that they are sampled according to industry standards and the project specifications. • We will maintain a photographic log of the project documenting pre-construction, construction and post construction conditions. This work is expected to include brief descriptions of each photograph with a filename, time and date reference. • We will coordinate work between the City, general contractor and outside agencies (e.g. utility companies, City) affected by the project. • We will conduct a final punch list walk through for various stages of the work. • Ditesco personnel will ensure that an as-built plan set is maintained. This will be a redlined drawing set maintained by our staff and will be coordinated with plan changes that may be documented by the general contractor Deliverables: • Deliverables will include full project documentation presented as electronic files including: construction correspondence, schedules, submittals, transmittals, reports, photographs, meeting notes, record drawings and other relevant information produced throughout the construction phase. All documents will be provided in an electronic form on external drives for City use. DocuSign Envelope ID: 949D2E27-C0B5-4902-A6A0-959EE9693010 Page 3 of 5 Schedule The anticipated schedule for design of the Walnut Utilities project is as follows. Construction – Walnut Street: January through mid-March 2018 Fee Estimate We have based our fee estimate on the following assumptions of the project schedule. • 2 ½ month schedule for waterline installation in Walnut Street from College to Linden Total Estimated Fee: $34,072.00 A detailed task breakdown is included. Please find this on page 5 of this scope of work proposal. The fee shown above is to be billed on a time and material basis based on the rates shown in the table on page 4 and 5 of this proposal. All reimbursable expenses will be billed at direct cost. DocuSign Envelope ID: 949D2E27-C0B5-4902-A6A0-959EE9693010 Page 4 of 5 Ditesco City of Fort Collins Utilities Consulting Engineering Services – Water, Wastewater, Stormwater 2014 Wage Rate Schedule Principal: $115.00 - $125.00 per hour Project Manager: $95.00 - $100.00 per hour Engineer: $92.00 - $110.00 per hour Construction Manager/Resident Engineer: $91.00 - $94.00 per hour CAD Design $65.00 per hour Administrative: $55.00 per hour Mileage Reimbursement: $0.75 per mile Subconsultant Markup 5% of cost All other costs at direct expense Terms 30 days net DocuSign Envelope ID: 949D2E27-C0B5-4902-A6A0-959EE9693010 City of Fort Collins Utilities Walnut Street Utilities - Construction Phase Services 11/11/2017 Keith Meyer Jill Burrell Rhonda Bunner Aly Corcoran Principal Project Manager CAD Design Resident Engineer (hrs) (hrs) (hrs) (hrs) $125 $100 $65 $95 Construction Phase - Walnut Street $33,404 CM 1.6 - Preconstruction Photos W 0 0 0 4 $380 CM 1.7 - Preconstruction Meeting W 2 0 0 2 $440 CM 1.9 - Submittal/Shop Drawing Review W 2 0 0 2 $440 CM 1.10 - Progress Meetings W 22 0 0 22 $4,730 CM 1.14 - Resident Engineering W 10 0 0 237 $23,718 CM 1.15 - Weekly Reports W 2 0 0 11 $1,271 CM 3.1 - Punch List Walkthrough W 2 0 0 4 $630 CM 3.2 - Record Drawings W 2 0 16 4 $1,670 CM 3.4 - Project Close Out W 1 0 0 0 $125 Other direct costs at 2.0% (mileage, reproduction, etc) W $668 Work Effort Subtotal 43 0 16 285 $33,404 ODCs $668 Cost per labor category $5,312.50 $0.00 $1,040.00 $27,051.25 Effort (days) 5 0 2 36 Effort (weeks) 1 0 0 7 Hours per day 0.7 0.0 0.3 4.8 Total Contract Value: $34,072 Phase/Task Description Classification Task Total Sub Consultants (none) Fund Page 5 of 5 DocuSign Envelope ID: 949D2E27-C0B5-4902-A6A0-959EE9693010 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. DocuSign Envelope ID: 949D2E27-C0B5-4902-A6A0-959EE9693010 The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) JECT LOC POLICY PRO- GEN'L AGGREGATE LIMIT APPLIES PER: CLAIMS-MADE OCCUR COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence) $ DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ DED RETENTION $ CLAIMS-MADE OCCUR $ AGGREGATE $ UMBRELLA LIAB EACH OCCURRENCE $ EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS PER STATUTE OTH- ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ 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. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: 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 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: INSURED PHONE (A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACT NAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201401) 11/29/2017 Flood and Peterson PO Box 578 Greeley CO 80632 Javier Perez (970)356-0123 (970)330-1867 JPerez@FloodPeterson.com Ditesco, LLC 2133 S. Timberline Road, Unit 110 Fort Collins CO 80525 The Cincinnati Insurance Co. National Fire Insurance Co of 20478 Lloyd's of London CL1792919793 A X X X X Y ECP0458347 10/3/2017 10/3/2018 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 EPLI 100,000 A X X X X Y ECP0458347 10/3/2017 10/3/2018 1,000,000 Waiver of Subrogation B 2097624212 3/15/2017 3/15/2018 X 500,000 500,000 500,000 C Professional Liability B0621PDITE117 10/5/2017 10/5/2018 Limit Occurrence/Aggregate $ 1/2,000,000 Retention $ 10,000 Project: Walnut Street Water Main Replacement – Construction Services 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. Javier Perez/JPEREZ Y City of Fort Collins Utilities 700 Wood Street Fort Collins, CO 80521 Y DocuSign Envelope ID: 949D2E27-C0B5-4902-A6A0-959EE9693010