Loading...
HomeMy WebLinkAbout25-30 Ditesco, LLC. Admin Services Phase 3 Historic Waterline & Roadway Relacement 03-12-2025RESOLUTION NO. 25-30 A RESOLUTION OF THE BOARD OF TRUSTEES OF THE TOWN OF FIRESTONE, COLORADO, APPROVING AN AGREEMENT BETWEENTHE TOWN OF FIRESTONE AND DITESCO LLC FOR CONSTRUCTION PHASE ADMINISTRATION SERVICES FOR PHASE 3 OF THE HISTORIC FIRESTONE WATERLINE AND ROADWAY REPLACEMENT PROJECTNO. 2 WHEREAS, the Town of Firestone ("Town") is in need of professional services for administration and managgement of the construction contract in connection with Phase 3 of the Historic Firestone Waterline and Roadway Replacement Project No. 2 (the "Project"); and WHEREAS, Ditesco LLC, which was awarded the bid for designing the Historic 11restone Waterline and Roadway Replacement Project No. 2, has the requisite skill, knowledge, and expertise to assist the Town in contract administration and managgentent services during the construction phase ol'the Project. NOW, TFIEREFORE, BE ITRESOI,VED BY THE BOARD OF TRUSI'EES OFT11E TOWN OF FIRESTONE, CO1.,0RADO: The Professional Services Agreement between the 'rown of Firestone and Ditesco LIX for Construction Contract Administration and Management Services in connection with Phase 3 of the Historic Firestone Waterline and Roadway Replacement ProjJect No. 2 is approved in substantially the same form as the copy attached hereto and made a part of this resolution. The Mayor is authorized to execule the Agreement on behalf of the Town. PASSED AND ADOPTED this 12th day of March, 2025. em A1117 1E- - F: M MilA 5 5� ir n 11 ranadu�sLuna, C MCTown APPROVED S TO FORM.- AGAE�MENT FOR MqOQNA� SERVIM wwTOMMAIlIgn # WHEREAS, Con*fcir W held belf otit to the lbion as having the requisite expitise and expenience to perform the requiter! professional serVides. NOK THEREFORE, for the consideration hereMW set forth, the receipt and sufficiency of A are hw* AdOoWeciged, ft Parties agree As fbllows. KDOWD1 2 IF fees, costs, and expenses. Contractor may submit periodic invoices, which shall be paid by the Town within 30 days of receipt. 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, including the preference for Colorado Labor set forth in C.R.S. Article 17 Title 8. 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 Sub -Contractor s to perform any work except as expressly set forth in the Scope of Services. A. 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. B. if the Town reuses or makes any modification to Contractor's designs, documents orwork productwithout 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 -Contractors from all claims and causes of action arising from such uses, and shall to the extent permitted by law 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. C. 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. INDEPENDENTCONTRACTOR 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 Page 2 of 5 FIRESTONE 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. Vll. 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, the Contractor shall procure and maintain, and shall cause any Sub -Contractor to procure and maintain, the insurance coverages listed below, with forms and insurers acceptable to the Town. 1. Worker's Compensation insurance as required by law. 2. Commercial General Liability insurance with minimum combined single Omits of $1,000,000 each occurrence and $2,000,000 general aggregate. The policy shall be applicable to all prernises 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 severabillty of interests provision, and shall include the Town and the Town's officers, and employees, Contractor 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 shag be procured to maintain such continuous coverage. Any insurance carded by the Town, its officers, and Its employees Contractor 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. Fill. INDEMNIFICATION A. Contractor agrees to indemnify and hold harmless the Town and its officers, insurers, volunteers, representative, agents, employees, heirs and assignsfrom 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, recklessness or other fault of Contractor , any Sub -Contractor of Contractor , or any officer, employee, representative, or agent of Contractor, or which arise out of a workers compensation claim of any employee of Contractor or of any employee of any Sub -Contractor of Contractor. Contractor 's liability under this indemriffication 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 Page 3 of 6 FIREMNE Contractor, any Sub -Contractor of Contractor, orany officer, employee, representafive,oragent of Contractor or of any Sub -Contractor 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. CHANGE ORDERS A. Change Order is a written instrument issued after execution of the Agreement signed by Town and Contractor, stating their Agreement, as applicable, upon all of the following: 1. The scope of the change in the Work-, 2. The amount of the adjustment to the Contract Price and 3. The extent of the adjustment to the Contract Times(s). B. All changes in the Work authorized by the applicable Change Order shall be performed under the applicable conditions of the Contract Documents. Town and Contractor shall negotiate in good faith and as expeditiously as possible the appropriate adjustment of such changes. ',I 1tlq #I NEI 111:1611 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 obligations 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 personally 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 ImmunU The Town and its officers, 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. § 24-10­101, at seq., as amended, or otherwise available to the Town and its officers, attomeys or employees. Page 4 of 5 FIRESTME ikz TOWN OF =,fcr�n r Delivery by email to: nheasis(a)FirestoneCO.gov December 20, 2024 Nate Haasis, PE Town of Firestone 9950 Park Avenue Firestone, CO 80504 Scope of Work Proposal Dear Nate: This proposal follows discussions on November 18th, 2024, regarding the next phase of the waterline and roadway improvements. We have prepared the following proposal to provide construction phase services for the Historic Firestone Waterlines, Project 2- Phase 3. The intent of this proposal is to provide construction phase services for improvements in Berwick Avenue and if awarded surface improvements on Third Street. We are excited to continue to work with the Town of Firestone and assist in the construction phase of the fourth waterline project managed by the Public Works Team. Our firm is built around successful relationships, successful projects, and successful outcomes. We appreciate the opportunity to continue to work with Firestone on the next phase of waterline improvements! Please let me know if you have any questions or require further information regarding this proposal, I can be reached by phone at 970-488-0934 and email iason.wooldridge(o),ditescoservices.com, Sincerely, Cc: file Jill Burrell Keith Meyer Exhibit A Historic Firestone Waterline Construction Phase Scope of Services PROJECT UNDERSTANDING The Town of Firestone is looking to replace approximately 1,950 lineal feet of waterline within the Historic Downtown. This will be the fourth of many projects planned to replace over 21,000 lineal -feet of deteriorated waterline within the Historic Downtown. The existing waterlines within the downtown area are asbestos -cement pipe, varying between three to eight inches in diameter. Improvements include installation of a now eight inch C900 PVC watermain and full depth road restoration. Additionally, the Town is looking to improve surface conditions along Third Street from Granville to Berwick Avenue while waterline replacement work is occurring. The proposed construction locations are shown in the figure below indicated as Phase 3 and Add Alternate 3. �O P"14$F ID, T M. ".1TOIS PL. HOME R WERE IWO =63 Yee Ni JIM RISIMMKIERN [Rolm 121 010 11, IRA. Rolm .' IMIS381 I, ­ 011'r M M .0 EBRO F EM EE53 gills Midge M HIM Figure 1. Planned 2025 Construction Limits The Town desires to complete this project in spring and summer of 2025. To support the Town, our proposed scope of services includes construction management and engineering services for the installation of these waterlines and associated surface restoration. As bid document assembly work is currently underway, we have only included construction phase services for this scope of work. dtesco Page 2 PHASE: CONSTRUCTION • Task 1.02 Meetings o Our team will manage and attend one (1) preconstruction meeting. This meeting is anticipated to be held in the field or Town Hall with the Owner and Contractor. For this meeting we will prepare meeting agendas and minutes. o 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 in the field or Town Hall with the Owner and Contractor. We have assumed one meeting per week for sixteen (16) weeks. • Task 2.01 Resident Engineering o It is anticipated construction files will be managed on Ditescds Procore site. For this effort, Ditesco, will generate and maintain the project Procore site, provide access to the Contractor and Town for construction. o We will provide part-time engineering inspection services, as requested, during construction. The construction duration is anticipated to last approximately fourteen (14) weeks. For this effort, we have anticipated one visit every week, coordinated with the Construction Progress Meetings. 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 observation report for Owner review. o We will coordinate with the Owner Provided materials testing subcontractor to 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. For this effort we have assumed construction materials testing is provided by the Owner and is not included within this scope of work. • Task 2.02 Submittal Review o During this phase our team will review submittals. For this project, we are anticipating ten (10) submittals. Submittals are anticipated for waterline components and surface restoration elements, • Task 2.03 Contract Management, o 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. • Task 2.04 RFI Response o We will review contractor -generated Request for Information (RF[s). For this project, we are anticipating five (5) RFIs. • Task 2.05 Schedule Review o 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. 30-M ditece Page 3 o 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 —Berwick Avenue and Third Street. We will generate a punch list for each location noting items that do not conform with the Contract Documents with photographs and narrative descriptions. For this effort, we have anticipated punch list generation by Ditesco and close out conformance verified by the Town of Firestone. o Ditesco will provide final record drawings of the completed work. These record drawings will be generated from Contractor -provided redlined documents, following construction completion. Task 2.01 A Additional Services - Resident Engineering o To further support Firestone during construction, we will provide additional part-time construction management services, as requested. For this effort we have anticipated being onsite approximately four (4) hours per day for four (4) weeks. We have assumed the additional construction management services will occur primarily over the surface restoration period of work. We have limited our effort to primarily cover asphalt preparation and street paving operations. For this effort, Ditesco will directly handle contractor coordination, acting as the Owner's Representative. Our staff will coordinate with the Contractor to schedule materials testing throughout the construction duration. Ditesco will inspect construction work for conformance with th6 Contract Documents, discuss project schedule and quality with the Contractor, provide clarifications and/or coordinate with the Owner, and photograph construction progress. o Additional construction management services during waterline installation can be performed, as requested, but it is anticipated that the construction management effort during waterline installation will be performed by the Town of Firestone. We have not anticipated additional field oversight during waterline installation. ditsco Page 4 DELIVERABLES Deliverables will include full project documentation furnished electronically as listed below. • Construction Phase Correspondence • Construction Phase Meeting Agendas & Minutes • Field Inspection Reports • Contractor Pay Applications • Approved Submittals and RFls • Construction Punch Lists • Record Drawings SCHEDULE The anticipated schedule for the study is as follows: * Construction Phase: April through July 2025 FEE ESTIMATE We have based our fee estimate on the following assumptions of the project schedule. • Materials testing to be provided by the Owner and will be based on testing quantities identified in specification section 0145 00, Section 1.13. • Weekly engineering site inspections, coordinated with the Construction Progress Meeting. • Primary field inspection and daily Contractor oversight for waterline installation by Owner. • Construction management services assumed for surface restoration work. • Other assumptions as stated within this document. Estimated Fee — Construction Phase: Estimated Reimbursable Expenses: Total: $46,945.00 �2,693.00 $49,638.00 A detailed task breakdown is included. Please find this on page 7 of this scope of work proposal. The fee shown above is to be billed on a time and material not -to -exceed basis based on the rates shown below and in the table on page 7 of this proposal. All reimbursable expenses will be billed at direct cost. dwites o Page 5 Difesco 2025 Rate Table Role President Rate Range (per hour) $215-$297 PrincipaINP $185-$248 Department/Program Manager $160-$204 Senior Project Manager $155-$196 Project Manager $146-$183 Associate Project Manager $132-$163 ..Engineer $128-$152 Associate Engineer $120-$142 Project Engineer $106-$132 Senior Construction Manager $134-$187 Construction Manager/Resident Engineer $128-$157 Associate Construction Manager $102-V44 Inspector $85-$124 Senior CAD Design $125-$154 CAD Design $90-$135 GIS Technician $78-$141 Administrative 170-194 Reimbursable Expenses Mileage Reimbursement IRS Rate Daily Truck Rate if needed) $105.00 per day Subconsultant Markup None All other costs at direct ex ense Terms 30 days net dilesco Page 6 1. 9 ca f! C .2 o co or. m 2 0 rv. ait Lf) CL a T3 c 0 CL 0 rmn 0. 0 CO E D CO F- (D CL c to P cr 0 w a 8C , 417 58e-z2m"1 M -0a 2 c M 0. :3 (3 _ (D 13 cc P 7a w 0 E CL 'z gg 0 ' o-, M" 0 F�3 co R co � P! " m - 't, " Lo � 9 0 fm t N 40 (M (q C) 0, CO C3 V, �* N m m N to Ifs d4 4> N 69 V 49 cc 00001TOOO 0 c 41 CA Q C) c]- -1 - - - -I w N Q CD ITI VV r a CL to 5" 43 .1cl zl'x CC34 cco cm 4m Ml so 40), c (A 40 M 0ca in (0 v co IN v 'r La ua do N co m to to :3 a 9 r . O 0 — C> 00 C. cl C3 C� C3 C) N C3 — rip :6 clf a a CL 0 0) CL cr, a, > 41 0 (0) cc CA gi a ow E o (0) 0 Ul CL c C' (L � — a 0� C' , r, , o CA C4 cq Cq (N C4 Gim O ry C, FIT - i ce 0 0 4 a. ro--' Eo C O K . 9. < 0 M r C tp CL E 0 10 CL to E r-