HomeMy WebLinkAbout22-92 Approving Ditesco Pre-construction Bidding Assistance & Construction Admin. Services Historic Firestone Water Line Replacement Proj. No. 1 07-27-2022RESOLUTION NO.22-92
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 PRE -CONSTRUCTION BIDDING
ASSISTANCE AND CONSTRUCTION ADMINISTRATION SERVICES FOR THE
HISTORIC FIRESTONE WATER LINE REPLACEMENT PROJECT NO. 1
WHEREAS, the Town of Firestone ("Town") is in need of professional services for pre -
construction bidding and administration of the construction contract in connection with the
Historic Firestone Water Lines Replacement Project No. 1 (the "Project'); and
WHEREAS, Ditesco LLC, which was awarded the bid for designing the Historic Firestone
Water Lines Replacement Project No. 1, has the requisite skill, knowledge, and expertise to assist
the Town in pre -construction bidding services and contract administration services during the
construction phase of the Project.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF TRUSTEES OF THE
TOWN OF FIRESTONE, COLORADO:
The Professional Services Agreement between the Town of Firestone and Ditesco LLC
for Pre -Construction Bidding and Construction Contract Administration Services in connection
with the Historic Firestone Water Lines Replacement Project No. l is approved in substantially
the same form as the copy attached hereto and made a part of this resolution. The Mayor is
authorized to execute the Agreement on behalf of the Town.
INTRODUCED, READ AND ADOPTED this 27th day of July, 2022.
��Up�J
s TO F SIRE ONE, COLORADO
0; t° ./
,, o Drew Alan Peterson, Mayor
ATTEST:
AGREEMENT FOR PROFESSIONAL SERVICES
..THIS AGREEMENT FOR PROFESSIONAL SERVICES (the "Agreement") is made and entered into
this - of , 2022 (the "Effective Date"), by and between the TOWN OF FIRESTONE,
a Colorado municipal co oration with an address of 9950 Park Avenue, Firestone, Colorado
80520 (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 and perform all bidding assistance services and materials testing
services 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 Waterline Bidding and
Construction Phase Scope of Services (W2021-9540.02)
B. A change in the 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 Services to the satisfaction of the Town, or until terminated as provided herein.
B. Either Parry 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 Services by Contractor, the Town shall pay Contractor on
a time, materials and expenses basis, pursuant to the rate schedule set forth in Exhibit A, but in no event
shall the total compensation to Contractor under this Agreement exceed $55,906.00. This amount shall
include all fees, costs and expenses incurred by Contractor, and no additional amounts shall be paid by the
Page 1 of 6
FIRESTONE
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 its 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 Town reuses or makes any modification to Contractor's designs, documents or work product
without the prior written authorization of Contractor, the Town agrees, to the fullest extent permitted by law,
to release the Contractor, 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
Contractor under the Agreement may contain certain design details, features and concepts from the
Contractor's 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 Contractor. Nothing herein shall
be construed as a limitation on the Contractor's right to re -use such component design details, features and
concepts on other projects, in other contexts or for other clients.
VI. INDEPENDENT CONTRACTOR
Page 2 of 6
FIRESTONE
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.
Worker's Compensation insurance as required by law.
2. Commercial General Liability insurance with minimum combined single limits of $1,000,000
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 $1,000,000 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 shall provide 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.
Vill. 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 all claims, liability, damages,
losses, expenses and demands, including attorney 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
Page 3 of 6
FIRESTONE
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.
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. § 13-50.5-
102(8)(c).
IX. WORKERS WITHOUT AUTHORIZATION
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. § 8-17.5-101(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 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, 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 confirmed 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. § 8-17.5-101(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
Page 4 of 6
FIRESTONE
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. § 8-17.5-101(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. § 8-17.5-102(5)(a) to ensure that Contractor is complying with the terms of this Agreement.
X. MISCELLANEOUS
A. Governing Law and Venue. This Agreement shall be governed by the laws 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.
C. 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. Severability. If any provision of this Agreement is found by a court of competent jurisdiction
to be unlawful or unenforceable for any reason, the remaining provisions hereof shall remain in full force and
effect.
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.
I. Governmental Immunity. The Town and its officers, attorneys 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, et 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 no way
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, § 20 of the Colorado Constitution,
any financial obligation of the Town not performed during the current fiscal year is subject to annual
Page 5 of 6
FIRESTONE
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 WITNESS WHEREOF, the Parties have executed this Agreement as of the Effective Date.
ti, z
cn ; 3
U
A TTC CT-
NE,COLORADO
0�11AK4010"M92/15=
01
i
CONTRACTOR
By:
Page 6 of 6
FIRESTONE
Exhibit A
Historic Firestone Waterline
Bidding & Construction Phase
Scope of Services
Proiect Understandin
The Town of Firestone (Town) recently took ownership of water utility service within the Town of Firestone and is
looking to replace approximately 2,200 lineal -feet of waterline within the Historic Downtown. This will be the firest of
many projects planned to replace over 21,O00 lineal -feet of deteriorated waterline within the Historic Downtown.
The existing waterlines within the downtown are asbestos -cement pipe, varying between three to four inches in
diameter. Project 1 consists of waterline replacement in Jackson Drive, Wooster Drive, and the alleyway north of
Wooster Drive, west of First Street. Improvements include installation of a new 8-inch C900 PVC watermain and full
depth road restoration.
The Town desires to construct this waterline in summer 2022. To support this waterline project, our proposed scope
of services includes bidding assistance and engineering services during construction for the installation of these
waterlines.
Phase: Bidding
• Ditesco staff will work with Firestone staff to assemble front-end bid documents. These documents will be
included with the project manual and Project 1 Construction Drawings prepared during the design phase.
• Ditesco will attend one pre -bid meeting. It is anticipated this meeting will be held in the field for prospective
contractors.
• Our team will work with the Town to prepare answers to questions during the bidding phase.
Phase: Construction
• Our team will manage and attend one (1) preconstruction meeting. This meeting is anticipated to be held in
the field with the Owner and Contractor. For this meeting we will prepare meeting agendas and minutes.
• Ditesco staff will manage weekly construction phase progress meetings. For these meetings we will
prepare agendas and meeting minutes. We have anticipated these meetings will be held via Microsoft
Teams or another virtual meeting platform. We have assumed one meeting per week for fifteen (15) weeks.
We will provide part time resident engineering/field inspection services, as requested, during construction.
The construction duration is anticipated to last approximately 12 weeks. For this effort, we have anticipated
two field visits per month at approximately five -hours per visit. During field visits. Ditesco will inspect
construction work for conformance with the Contract Documents, discuss project and quality with the
Contractor, provide clarifications and/or coordinate with the Owner's construction inspector, and
photograph construction progress. We will document the progress of work during each field visit and
provide a summary document to the Owner and Contractor.
• It is anticipated construction files will be managed on Ditesco's Procore site. For this effort, Ditesco will
generate and maintain the project Procore site, provide access to the Contractor and Town for
construction.
• During this phase our team will review RFIs and submittals. For this project, we are anticipating eighteen
(18) submittals and six (6) RFIs. Submittals are anticipated for waterline components and surface
restoration elements.
• We will subcontract with Ground Engineering to provide materials testing services during construction.
These tests are anticipated to include soils proctors, soils gradation and compaction, concrete testing and
Page 2 of 6
compressive strength cylinder creation, asphalt compaction, asphalt gradation and specific gravity
laboratory testing. These quantities are based upon the Field Testing summary table included in Project
Manual Specification Section 01 45 00, Section 1.13.
• Our staff will coordinate with the Contractor to schedule materials testing throughout the construction
duration.
• Our team will provide contract administration including review of Contractor Pay Applications to ensure
conformance with work completed to date. Upon completion of review, we will provide to the Town for
processing and approval. As necessary, our team will review Contractor change orders and provide
recommendations to the Town for approval.
• Ditesco staff will review Contractor -generated construction schedules on a monthly basis. Comments on
the schedule and construction progression will be provided to the Contractor and Town.
• We will assist Firestone with project close out activities including the final punch list inspection. Our team
has anticipated one (1) punch list walk per project street — Jackson Drive, Wooster Drive, and alleyway. We
will generate a punch list for each location noting items that do not conform with the Contract Documents
with photographs and narrative descriptions.
• Ditesco will provide final record drawings of the completed work. These record drawings will be generated
from Contractor -provided reclined documents, following construction completion.
Page 3 of 6
Deliverables:
Deliverables will include full project documentation furnished electronically as listed below.
• Bid Documents and Addenda
• Bid Phase Meeting Agendas
• Construction Phase Correspondence
• Construction Phase Meeting Agendas & Minutes
• Field Inspection Reports
• Contractor Pay Applications
• Approved Submittals and RFIs
• Construction Punch Lists
• Record Drawings
Schedule
The anticipated schedule is as follows.
Bidding/Contracting Phase June — July 2022
Construction Phase August — November 2022
Fee Estimate
We have based our fee estimate on the following assumptions of the project schedule.
• Materials testing to be provided according to specification section 01 45 00, Section 1.13.
• Field inspection and daily Contractor oversight by'others.
• Bi-weekly site inspections.
• Other assumptions as stated within this document.
Bidding Phase: $ 2,594.00
Construction Phase: $51,876.00
ODCs: 1,436.00
Total: $55,906.00
A detailed task breakdown is included. Please find this on page 6 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 5
and 6 of this proposal. All reimbursable expenses will be billed at direct cost.
Page 4 of 6
dilesce
Project & Construction Services
Ditesco
Town of Firestone
Engineering Services
2021-2022 Wage Rate Schedule
Principal:
$180.00 - $195.00 per hour
Project Manager:
$123.00 - $150.00 per hour
Construction Manager/Resident Engineer:
$97.00 - $123.00 per hour
Project/Design Engineer.
$90.00 - $135.00 per hour
Inspector:
$90.00 to $124.00 per hour
CAD Design:
$69.00 - $95.00 per hour
GIS Technician:
$70.00 — $85.00 per hour
Administrative:
$58.00 - $75.00 per hour
Mileage Reimbursement:
IRS Rate
Subconsultant Markup
5% of cost
All other costs at direct expense
Terms
30 days net
Page 5 of 6
3
0
3
N
N
N
N
N
N
w
m
d
m^
0
V
0
V t
0
0
N
0"
N
;O
W
O-*
O
'
V
0
N
0
J
p
wm
;
O
Dy
m3_
o
lmQcomFC
oa
MJ
w°0mi
O
momm3£
•N
n
Wm
?y
mS
C
o
O
n
mH
3Don
3mw�m..-J
w
o
O
m
c,
Er
J
0
cOO
f
3dnt
oa
0
o4
mw
^o
JmoFmF
'
m..m
.
uddwmi
moy
o
J
3
N
m
n
o
F
o
m
J
o
c
3�
0
m
5
J
o
m
xm
m
0
o
m
a
>
a
c
c
Cr
x
'
w
m
m
m
O
w
10
0
G
F
K
O
0
m
y
p
O
0
0
000000
O
O
O
O
O
=a
1
n
TIT
a
A
-
m
-
O
N
O
j
m
A
Nm
AmNmN
DA
NA
A
y�
m
y �. J
�
�
0
o o
w
�y
A
NN+
N
A
OmA
mm000
OA
A
A
O
N
9 m m
w
am
n
O
m
m �
O
m
J
0
g
ro`
J
D
Co 0
e
m m^
M
(aJ�
fA
H
N
1A
N
fA
fA
N
fA
fA
N
fA
fA
(T
fA
fA
fA
�
fA
�
lA
N
w
A
ww
O
O
OVff
N
O
O
m
N
A
O
O
Coco
0
0
O
O
p
m
m
a
H
3
O
o
m
O
°
m
3
d
p
d^
m
J
6
R
w
7
f
m
o
j
m?
O
9
3
m
N
n
0
m
J
m
w
0
n<
p
J
J
%
m
M.
w
w
m
u
j
ro
w
w^
3
w
ye
33n
m
m
m'm
3
F,n
W
m
0
0
0
-
m
m
m
N
J
0m
o
3o
OJ
E3
o
3
o
S
m
r
3
v
m
m
J
c
o
0
J
a
w
w
O
A
N
y
=n
J
a
v
N
0
w
_
N
o
o
y
n
m
0
H
m
F
m
n