Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
22-28 Agreement DITESCO Historic Firestone Water Line Design 02-09-2022
RESOLUTION N0.22-28 A RESOLUTION OF THE BOARD OF TRUSTEES OF THE TOWN OF FIRESTONE, COLORADO, APPROVING AN AGREEMENT BETWEEN THE TOWN OF FIRESTONE AND DITESCO LLC FOR THE HISTORIC FIRESTONE WATER LINE DESIGN WHEREAS, the Town of Firestone ("Town") is in need of professional services for the design of Historic Firestone Water Lines for the Town; and WHEREAS, Town staff solicited proposal for such services and selected Ditesco LLC as the lowest responsive and responsible bidder. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF TRUSTEES OF THE TOWN OF FIRESTONE, COLORADO, The Agreement between the Town of Firestone and Ditesco LLC for the Historic Firestone Water Line design is approved in substantially the same form as the copy attached hereto and made a part of this resolution and the Mayor is authorized to execute the Agreement on behalf of the Town. INTRODUCED, READ AND ADOPTED this' day of _rQ,�j , , 2022. ATTEST: _ V I sicKoenig, CMC, T AS' TO William erlc AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT FOR PROFESSIONAL SERVICES (the "Agreement") is made and entered into this qL11day of February, 2022 (the "Effective Date"), by and between the TOWN OF FIRESTONE, a Colorado municipal corporation with an address of 9950 Park Avenue, Firestone, Colorado 80504 (the "Town"), and DITESCO, an independent contractor with a principal place of business at 2133 S. Timberline Road, Unit 110 Fort Collins, Colorado 80525 ("Contractor") (each a "Party" and collectively the "Parties"). WHEREAS, the Town requires professional services; and WHEREAS, Contractor has held itself out to the Town as having the requisite expertise and experience to perform the required professional services. NOW, THEREFORE, for the consideration hereinafter set forth, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: I. SCOPE OF SERVICES A. Contractor shall furnish all labor and materials required for the complete and prompt execution and performance of all duties, obligations, and responsibilities which are described or reasonably implied from the Scope of Services set forth in Exhibit A, attached hereto and incorporated herein by this reference and known as: Historic Firestone Water Line Design (W2021-9540). B. A change in the Scope of Services shall not be effective unless authorized as an amendment to this Agreement. If Contractor proceeds without such written authorization, Contractor shall be deemed to have waived any claim for additional compensation, including a claim based on the theory of unjust enrichment, quantum merit or implied contract. Except as expressly provided herein, no agent, employee, or representative of the Town is authorized to modify any term of this Agreement, either directly or implied by a course of action. II. TERM AND TERMINATION A. This Agreement shall commence on the Effective Date, and shall continue until Contractor completes the Scope of Services to the satisfaction of the Town, or until terminated as provided herein. B. Either Party may terminate this Agreement upon 30 days advance written notice. The Town shall pay Contractor for all work previously authorized and completed prior to the date of termination. If, however, Contractor has substantially or materially breached this Agreement, the Town shall have any remedy or right of set-off available at law and equity. III. COMPENSATION In consideration for the completion of the Scope of Services by Contractor, the Town shall pay Contractor $399,971. This amount shall include all fees, costs and expenses incurred by Contractor, and no additional amounts shall be paid by the Town for such fees, costs and expenses. Contractor may submit periodic invoices, which shall be paid by the Town within 30 days of receipt. IV. PROFESSIONAL RESPONSIBILITY A. Contractor hereby warrants that it is qualified to assume the responsibilities and render the services described herein and has all requisite corporate authority and professional licenses in good standing, required by law. The work performed by Contractor shall be in accordance with generally accepted professional practices and the level of competency presently maintained by other practicing professional firms in the same or similar type of work in the applicable community, The work and services to be performed by Contractor hereunder shall be done in compliance with applicable laws, ordinances, rules and regulations. B. The Town's review, approval or acceptance of, or payment for any services shall not be %construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. C. Because the Town has hired Contractor for i#s professional expertise, Contractor agrees not to employ subcontractors to perform any work except as expressly set forth in the Scope of Services. V. OWNERSHIP Any materials, items, and work .specified in the Scope of Services, and any and all related documentation and materials provided or developed by Contractor shall be exclusively owned by the Town. Contractor expressly acknowledges and agrees that all work performed under the Scope of Services constitutes a "work made for hire." To the extent, if at all, that it does not constitute a "work made for hire," Contractor hereby transfers, sells, and assigns to the Town all of its right, title, and interest in such work. The Town may, with respect to all or any portion of such work, use, publish, display, reproduce, distribute, destroy, alter, retouch, modify, adapt, translate, or change such work without providing notice to or receiving consent from Contractor. If the Tawn reuses or makes any modification to Consultant's designs, documents or work product without the prior written authorization of Consultant, the Town agrees, to the fullest extent permitted by law, to release the Consultant, its officers, directors, employees and sub -consultants from all claims and causes of action arising from such uses, and shall indemnify and hold them harmless from all costs and expenses, including the cost of defense, related to claims and causes of action to the extent such costs and expenses arise from the Town's modification or reuse of the documents. The Town expressly acknowledges and agrees that the documents and data to be provided by Consultant under the Agreement may contain certain design details, features and concepts from the Consultants own practice detail library, which collectively may form portions of the design for the Project, but which separately, are, and shall remain, the sole and exclusive property of Consultant. Nothing herein shall be construed as a limitation on the Consultant's right to re -use such component design details, features and concepts on other projects, in other contexts or for other clients. V!. INDEPENDENT CONTRACTOR Contractor is an independent contractor, Notwithstanding any other provision of this Agreement, all personnel assigned by Contractor to perform work under the terms of this Agreement shall be, and remain at all times, employees or agents of Contractor for all purposes. Contractor shall make no representation that it is a Town employee for any purposes. VII. INSURANCE A. Contractor agrees to procure and maintain, at its own cost, a policy or policies of insurance sufficient to insure against all liability, claims, demands, and other obligations assumed by Contractor pursuant to this Agreement. At a minimum, Contractor shall procure and maintain, and shall cause any subcontractor to procure and maintain, the insurance coverages listed below, with forms and insurers acceptable to the Town. 1. Worker's Compensation insurance as required bylaw. 2. Commercial General Liability insurance with minimum combined single limits of $1,a0Q,00Q each occurrence and $2,000,000 general aggregate. The policy shall be applicable to all premises and operations, and shall include coverage for bodily injury, broad form property damage, personal injury (including coverage for contractual and employee acts), blanket contractual, products, and completed operations. The policy shall contain a severability of interests provision, and shall include the Town and the Town's officers, employees, and contractors as additional insureds. No additional insured endorsement shall contain any exclusion for bodily injury or property damage arising from completed operations. 3. Professional liability insurance with minimum limits of $1,00a,000 each claim and $2,000,000 general aggregate. B. Such insurance shall be in addition to any other insurance requirements imposed by law. The coverages afforded under the policies shall not be canceled, terminated or materially changed without at least 30 days prior written notice to the Town. In the case of any claims -made policy, the necessary retroactive dates and extended reporting periods shall be procured to maintain such continuous coverage. Any insurance carried by the Town, its officers, its employees or its contractors shall be excess and not contributory insurance to that provided by Contractor. Contractor shall be solely responsible for any deductible losses under any policy. C. Contractor shallprovide to the Town a certificate of insurance as evidence that the required policies are in full force and effect. The certificate shall identify this Agreement, VIII. INDEMNIFICATION A. Contractor agrees to indemnify and hold harmless the Town and its officers, insurers, volunteers, representative, agents, employees, heirs and assigns from and against ail claims, liability, damages, losses, expenses and demands, including attomey fees, on account of injury, loss, or damage, including without limitation claims arising from bodily injury, personal injury, sickness, disease, death, property loss or damage, or any other loss of any kind whatsoever, which arise out of or are in any manner connected with this Agreement if such injury, loss, or damage is caused in whole or in part by, the act, omission, error, professional error, mistake, negligence, or other fault of Contractor, any subcontractor of Contractor, or any officer, employee, representative, or agent of Contractor, or which arise out of a worker's compensation claim of any employee of Contractor or of any employee of any subcontractor of Contractor, Contractor's liability under this indemnification provision shall be to the fullest extent of, but shall not exceed, that amount represented by the degree or percentage of negligence or fault attributable to Contractor, any subcontractor of Contractor, or any officer, employee, representative, or agent of Contractor or of any subcontractor of Contractor. I'll III I� B. if Contractor is providing architectural, engineering, surveying or other design services under this Agreement, the extent of Contractor's obligation to indemnify and hold harmless the Town may be determined only after Contractor's liability or fault has been determined by adjudication, alternative dispute resolution or otherwise resolved by mutual agreement between the Parties, as provided by C.R.S. § 13- Ho 102(8)(c). IX. ILLEGAL ALIENS A. Certification. By entering into this Agreement, Contractor hereby certifies that, at the time of this certification, it does not knowingly employ or contract with a worker without authorization, as that term is defined in C.R.S. § &17.5-101(9), as amended, who will perform work under this Agreement and that Contractor will participate in either the E-Verify Program administered by the United States Department of Homeland Security and Social Security Administration or the Department Program administered by the Colorado Department of Labor and Employment to confirm the employment eligibility of all employees who are newly hired to perform work under this Agreement. B. Prohibited Acts. Contractor shall not knowingly employ ar contract with a worker wi#hout authorization, as that term is defined in C.R.S. § 8-17.5-101(9), as amended, to perform work under this Agreement, or enter into a contract with a subcontractor that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with a worker without authorization, as that term is defined in C.R.S. § 8-17.5-101(9), as amended, to perform work under this Agreement. C. Verification. 1. If Contractor has employees, Contractor has confim�ed the employment eligibility of all employees who are newly hired to perform work under this Agreement through participation in either the E-Verify Program or the Department Program, 2. Contractor shall not use the E-Verify Program or Department Program procedures to undertake pre -employment screening of job applicants while this Agreement is being performed. 3. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with a worker without authorization, as that term is defined in C.R.S. § 8-17.5-101(9), as amended, who is performing work under this Agreement, Contractor shall; notify the subcontractor and the Town within 3 days that Contractor has actual knowledge that the subcontractor is employing or contracting with a worker without authorization, as that term is defined in C.R.S. § 8A7.5-101(9), as amended, who is performing work under this Agreement; and terminate the subcontract with the subcontractor if within 3 days of receiving the notice required pursuant to subsection 3 hereof, the subcontractor does not stop employing or contracting with the worker without authorization who is performing work under this Agreement; except that Contractor shall not terminate the subcontract if during such 3 days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with a worker without authorization, as that term is defined in C.R.S. § 8-17.5A 01(9), as amended, who is performing work under this Agreement. D. Duty to Comply with Investigations. Contractor shall comply with any reasonable request by the Colorado Department of Labor and Employment made in the course of an investigation conducted pursuant to C.R.S. § 847.5-102(5)(a) to ensure that Contractor is complying with the terms of this Agreement. E. Affidavits. If Contractor does not have employees, Contractor shall sign the "No Employee Affidavit" attached hereto. If Contractor wishes to verify the lawful presence of newly hired employees who perform work under the Agreement via the Department Program, Contractor shall sign the "Department Program Affidavit" attached hereto. X. MISCE![.ANEOUS A. Governing law and Venue. This Agreement shall be governed by the caws of the State of Colorado, and any legal action concerning the provisions hereof shall be brought in Weld County, Colorado, B. No Waiver. Delays in enforcement or the waiver of any one or more defaults or breaches of this Agreement by the Town shall not constitute a waiver of any of the other terms or obligation of this Agreement. G. Integration. This Agreement constitutes the entire agreement between the Parties, superseding all prior oral or written communications. D. Third Parties. There are no intended third -party beneficiaries to this Agreement. E. Notice. Any notice under this Agreement shall be in writing, and shall be deemed sufficient when directly presented or sent pre -paid, first class United States Mail to the Party at the address set forth on the first page of this Agreement. F. Severabili . If any provision of #his Agreement is found by a court of competentjurisdiction to be unlawful or unenforceable for any reason, the remaining provisions hereof shall remain in full force and I ffect. G. Modification. This Agreement may only be modified upon written agreement of the Parties. H. Assignment. Neither this Agreement nor any of the rights or obligations of the Parties shall be assigned by either Party without the written consent of the other. 1. Governmental Immunity. The Town and its officers, attameys and employees, are relying on, and do not waive or intend to waive by any provision of this Agreement, the monetary limitations or any other rights, immunities or protections provided by the Colorado Governmental Immunity Act, C.R.S. § 24- 10-101, of seq., as amended, or otherwise available to the Town and its officers, attorneys or employees. J. Rights and Remedies. The rights and remedies of the Town under this Agreement are in addition to any other rights and remedies provided by law. The expiration of this Agreement shall in noway limit the Town's legal or equitable remedies, or the period in which such remedies may be asserted, for work negligently or defectively performed. K, Subject to Annual Appropriation. Consistent with Article X, § ZU of the Colorado Constitution, any financial obligation of the Town not performed during the current fiscal year is subject to annual appropriation, shall extend only to monies currently appropriated, and shall not constitute a mandatory charge, requirement, debt or liability beyond the current fiscal year, L. Representative Authority. Each person signing this Agreement represents and warrants that he or she is duly authorized and has the legal capacity to execute the Agreement. IN WETNESS WHEREOF, the Parties have executed this Agreement as of the Effective Date. APPROVED AS TO FOf1;, ,, k, William P. OF FIF�ESTONE, COLORADO Bobbi Sindelar, Mayor CONSULTANT Page 7 of 12 NO EMPLOYEE AFFIDAVIT To be completed only if Contractor has no employees 1. Check and complete one: ❑ I, , am a sole proprietor doing business as I do not currently employ any individuals. Should I employ any employees during the term of my Agreement with the Town of Firestone (the "Town"), I certify that I will comply with the lawful presence verification requirements outlined in that Agreement. ❑ I, am the sale owner/member/shareholder of a [specify type of entity — i.e., corporation, limited liability company), that does not currently employ any individuals. Should I employ any individuals during the term of my Agreement with the Town, I certify that I will comply with the lawful presence verification requirements outlined in that Agreement. 2, Check one. ❑ I am a United States citizen or legal permanent resident. The Town must verify this sfatemenf by reviewing one of the following items; ■ A valid Colorado driver's license or a Colorado identification card; ■ A United States military card or a military dependent's identification card; ■ A United States Coast Guard Merchant Mariner card; ■ A Native American tribal document; • In the case of a resident of another state, the driver's license or state -issued identification card from the state of residence, if that state requires the applicant to prove lawful presence prior to the issuance of the identification card; or ■ Any other documents or combination of documents listed in the Town's "Acceptable Documents for Lawful Presence Verification" chart that prove both Contractor's citizenshipllawful presence and identity. OR ❑ I am otherwise lawfully present in the United States pursuant to federal law. Contractor must verify this statement through the federal Systematic Alien Verification of Entitlement ("SAVE') program, and provide such verification to the Town. Signature Date Page 8 of 12 FIRF4TONF DEPARTMENT PROGRAM AFFIDAVIT To be completed only if Contractor participates in the Department of Labor Lawful Presence 1/eultcatfon Program I, , as a public contractor under contract with the Town of Firestone (the 'Town"), hereby affirm that: 1. I have examined or will examine the legal work status of all employees who are newly hired for employment to perform work under this public contract for services ("Agreement") with the Town within 20 days after such hiring date, 2. I have retained or will retain ale copies of all documents required by 8 U.S.C. § 1324a, which verify the employment eligibility and identity of newly hired employees who perform work under this Agreement; and 3, i have not and will not alter or falsify the identification documents for my newly hired employees who perform work under this Agreement. Signature Date STATE OF COI.ORADO } } ss. COUNTY OF ) The foregoing instrument was subscribed, sworn to (or affirmed) before me this _day of 2021, by as of My commission expires: (SEAL) Notary Public Page 9 of 12 FIMtn not �� DITESCLL01 C3ASE '`�� R� CERTIFICATE OF LIABILITY INSURANCE DA1/18/2022 I 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). PRODUCER AssuredPartners dba Front Range Ins Group 2002 Caribou Drive, #101 P.O. Box 270550 Fort Collins, CO 80525 INSURED Ditesco LLC 2133 S. Timberline Rd Unit 110 Fort Collins, CO 80525 rnvFQenFc CFRTIFIR�TF NtIMRFR� 223-1804 A :Cincinnati Specialty Underwriters Insurance Company 13037 B:Cincinnati Insurance Com an 10677 c:The HanoverAmerican Insurance Co. 36064 D:Aspen American Ins. Co. 43460 INSURER F REVISION NUMBER: .. 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. INSR LT A TYPE OF INSURANCE X COMMERCIAL GENERAL LIABILITY ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MMIDD POLICY EXP MM DD LIMITS EACH OCCURRENCE 1,000,000 $ DAMAGE TO RENTED PREMISES Ea occurrence 100,000 $ CLAIMS -MADE � OCCUR CSU0141633 11/3/2021 11/3/2022 MED EXP An one erson $ 1,000 PERSONALBADVINJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY � jE � � LOC PRODUCTS -COMP/OP AGG $ 2,000,000 B OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1 �QQQ�QOO $ X ANY AUTO EPP 0556473 11/3/2021 11/3/2022 BODILY INJURY Per erson $ BODILY INJURY Per accident $ OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED X AUTOS ONLY X AUTOS ONLY PROPERTY DAMAGE Per accident $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE AGGREGATE $ DED RETENTION $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY y/ N ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ (Mandatory in NH) EXCLUDED? N � A WZ4-H087743-01 11/3/2021 11/3/2022 STATUTE EORH E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE -EA EMPLOYE _ 1,000,000 $ Ifyes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT 1,000,000 $ D Professional Liabili AAAE300049-02 11/3/2021 11/3/2022 Occ / Agg 2,000,000 DESCRIPTION OF OPERATIONS /LOCATIONS !VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) If required by written contract, the following endorsements apply on a blanket basis: General Liability: CSGA405 (12/13) -Additional Insured -Owners Lessees or Contractor -Including PrimarylNon-Contributory CSGA4087 (12/12) - Waiver of Transfer of Rights of Recovery Against Others to Us Automobile Liability: AA288 (01116) -Additional Insured by Contract and Waiver of Subrogation SEE ATTACHED ACORD 101 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Town of Firestone THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 9950 Park Avenue Longmont, CO 80504 AUTHORIZED REPRESENTATIVE �Q� ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: DITESCLL01 C3ASELL � 1 ACORO� �� LOC #: 1 ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY ssuredPartners dba Front Ran a Ins Grou g p NAMED INSURED Ditesco LLC 2133 S. Timberline Rd Unit 110 Fort Collins, CO 80525 POLICY NUMBER EE PAGE 1 CARRIER NAIC CODE EE PAGE 1 SEEP 1 EFFEcrIVE DATE: SEE PAGE 1 ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD EXHIBIT A SCOPE OF SERVICES Contractor's Duties During the term of this Agreement, Contractor shall perform the following duties, as directed by the Town; Task 1: Project Management • Conduct a project kickoff meeting with appropriate Town staff to review and discuss all work tasks, technical approaches, and work products. • Conduct regular progress meetings approximately monthly to provide updates on the progress of the plan. • Coordinate with other entities as appropriate throughout the planning process. Task 2: Existing Conditions • Review Town data on existing water lines, and gather any additional data necessary at the following locations o Monmouth Ave. from 1st St. and 4th St. o Buchanan Ave. from 1st St. and 4th St. o Granville Ave. from 1st St. and 4th St o Granville Cir. o Berwick Ave. from 1st St. and Florence Ave. o Florence Ave. from 1st St. and 4th Of o Florence Ct. o The alley in between Florence Ave. and McClure Ave. o Fifth St. from Buchanan Ave, and McClure Ave. o Adams Way o Wooster Dr. and the connected alleys o Jackson Dr, and the water line between Jackson Dr. and Wooster Dr. o Sherilynn Cir. o Grant Ave. between the twa ends of Sherilynn Cir. • Determine demands for the existing water lines, and determine future demands in coordination with the Town staff. • Review the pavement condition analysis for the project area. • Review relevant codes and standards from the Town and other enti#iMae • Identify any problem areas and collaborate with Town staff. Task 3: Project Schedule • Develop a phased schedule based on cost and construction for fhe replacement of water lines. The pavement condition analysis should be part of the considerations for the schedule so that roads are repaired or replaced in conjunction with the water lines where possible. • Coordinate with Town staff to ensure budget goals are met with the proposed schedule. Task 4: Water Line Qesign • Using the existing and future demands to appropriately propose sizes for the water lines. • Develop a complete set of engineering plans for the replacement of water lines in the old town area. Engineering plans should have the plans broken into phases that correspond with the proposed project schedule. • Create a project manual with standard bidding and contract items. Task 5: Cost Estimate • Provide an itemized and phased cost estimate for the replacement of the water lines. Contractor's Deliverables In performance of the duties described above, Contractor shall deliver the following items to the Town, during the timeframes established by the Town: • 100% Design Documents of water lines for the design areas below o Monmouth Ave. from 1 st St. and 4#h St. r' o Buchanan Ave. from 1st St. and 4th Stt f o Granville Ave, from 1st St. and 4th St �' o Granville Cir. *' o Berwick Ave. from 1st St. and Florence Ave. �' o Florence Ave. from 1st St. and 4th St ✓ o Florence %OL �/ o The alley in between Florence Ave. and McClure Ave. o Fifth St. from Buchanan Ave. and McClure Ave. V o Adams Way � o Wooster Dr. and the connected alleys o Jackson Dr. and the water line between Jackson Dr. and Wooster Dr. F o Sherilynn Cir. �' o Grant Ave. between the two ends of Sherilynn Cir. • A schedule for water line installation including yearly cost estimate breakdown • Recommendations of required pavement maintenance and reconstruction based on provided pavement condition analysis • Project manual with standard bidding and contract items 2133 S. Timberline Road, Suite 110 Fort Collins, CO 80525 ditescoservices.com Project &Construction Services Delivery by email to: F'Bhornhoff(c FirestoneCO.gov December 16, 2021 Peter Bomhoff, E.I. Town of Firestone 9950 Park Avenue Firestone, CO 80504 RE: Historic Firestone Waterlines Design Services Dear Peter: Thank you for giving Ditesco the opportunity to provide design services for the Historic Firestone Waterlines Project. We are thrilled to have an opportunity to work with you and assist in the first in-house project managed by the Public Works Team. The Intent of this proposal is to provide investigation and Civil Engineering Design for over four -miles of waterline within Firestone's Historic Downtown. This proposal follows the discussion on December 9, 2021. Please let me know if you have any questions or require further information regarding this proposal, I can be reached by phone at 970-690-1889 and email fill.burrell(�ditescoservices.com. Sincerely, Ill Burrell, PE Enc. scope of services Cc: Keith Meyer, PE file Exhibit A Historic Firestone Waterline Design Scope of Services Pro ec Understandins>I The Town of Firestone {Town} recently took ownership of water utility service within the Town of Firestone and is looking to replace over 21,000 lineal -feet of waterline within the Historic Downtown. The existing waterlines within the downtown are asbestos -cement pipe, varying between three to four inches in diameter. In some locations, these waterlines are within frost depth, have frozen, and caused main breaks. This project includes redesign of waterlines in the following areas: � 1 -Y _ 1+f31t1 ,jYc11',u' T f gyp+ The project is intended to be delivered in two separate packages. The waterline replacements associated with Project 13, shown in red, on the map above, as Drawing Set 1. All remaining waterlines will be included In the design for Drawing Set 2. The Tawn desires to build Drawing Set 1 in summer 2022. The Town intends to construct the remainder of waterlines, in series, over a pe►iod of years, likely through standard design -bid -build delivery. Through a separate effort, the Town completed a pavement condition analysis of the streets within Historic Firestone. This pavement condition analysis report will be utilized as a factor in determining waterline replacement order/priority. Our proposed scope of design services is to provide contract documents for two separate drawing sets, and provide field investigation support to inform the design. Field investigation will initially include topographic survey, geotechnical investigation, utility potholing, and material audits at meter pits. Page 2 of 6 • Ditesco staff will attend and manage one project kick-off meeting. For this meeting we will prepare a meeting agenda and meeting minutes. • Ditesco will coordinate with Town staff throughout the design phase, including managing and attending design progress meetings. For these meetings we will prepare meeting agendas and track major developments and action items. We have assumed bi-weekly meetings for the duration of design. T�}sk 2 —Existing Condition • Our team wiii coordinate with our subconsultant, Ground Engineering, to complete geo#echnical investigation of the design area. For this effort we have anticipated drilling 26-test hoses, to achieve an approximate spacing of 800 to 900 feet between geotechnical borings. For this project, we have assumed these drillings will extend approximately 10-feet below existing grade. • Ditesco, through a subconsuitant, King Surveyors, will complete high-level topographic survey of the project area. This will include high-level topographic survey, collecting utility information from painted utility locates and surface features, identifying curb stop and meter pit locations, and documenting utility potholes far each location. Lidar will be the utilized to establish existing surface grade at each utility improvement project. • Our team, through Kinetic Energy Services, will complete utility potholing throughout the project area. We will review a proposed utility potholing map with the Town and prioritize potholing locations to reduce the Town's overall constnrction risk by identifying and designing around existing utii(ties. We will provide a potholing map, and coordinate field Investigation to document each utility.. Per discussions with the Town, we have included approximately 90-100 utility potholes within our scope and are anticipating a hybrid Subsurface Utility Engineering {SUE} plan between a level C and level A, dependent upon level of investigation. • Our team will review the pavement condition analysis report and provide recommendations and project phasing to prioritize both deteriorated pavement and waterline replacement needs based upon multiple criteria. If desired, Ditesco will prepare a simplified Multi -Criterion Decision Analysis (MCDA) Tooi. • We will utilize a CPM schedule to manage the project design progress and provide regular updates to the Town on schedule status. This schedule will be updated on a monthly basis. • Ditesco staff will coordinate with the Town to review the existing water model and help assist in sizing of the waterlines. We will provide resources and recommendations in final sizing of the proposed waterlines. + Ditesco staff will provide construction drawings for each of the two projects. These drawings are planned to be completed in State Plane and NAVD 88. The projects are planned to be designed for standard open -cut technologies, with installation of new PVC pipeline. It is anticipated these drawings will be provided in two different plan sets as identified in Exhibit A. It is anticipated each drawing set will include the following sheets: ■ Cover • General Notes ■ Overall Site plan • Construction Phasing Plans • Roadway Recondition Drawings/details • Waterline plan and profile drawings • Construction details • SUE Pian Drawings :,: