Denver Legistar banner



File #: 23-0873    Version: 1
Type: Resolution Status: Adopted
File created: 6/18/2023 In control: Land Use, Transportation & Infrastructure Committee
On agenda: 7/10/2023 Final action: 7/10/2023
Title: A resolution approving a proposed Contract between the City and County of Denver and Ninyo & Moore Geotechnical and Environmental Sciences Consultants for geotechnical services on municipal projects, citywide. Approves an on-call contract with Ninyo & Moore Geotechnical and Environmental Sciences Consultants for $1,500,000 and three years for geotechnical services on municipal projects, citywide (DOTI-202368025). The last regularly scheduled Council meeting within the 30-day review period is on 7-31-2023. The Committee approved filing this item at its meeting on 6-27-2023.
Indexes: Lucas Palmisano
Attachments: 1. RR23-0873_DOTI -202368025 Ninyo & Moore Resolution Request, 2. 23-0873 Filed Resolution_Ninyo & Moore Geotechnical and Environmental Sciences Consultants 202368025-00, 3. 23-0873 Contract_Ninyo and Moore 202368025-00, 4. 23-0873 Filed Resolution_Ninyo & Moore Geotechnical and Environmental Sciences Consultants, 5. 23-0873_signed

Contract Request Template (Contracts; IGAs; Leases)

 

Date Submitted: 6-26-2023

 

Requesting Agency: Department of Transportation & Infrastructure

                               Division:

 

Subject Matter Expert Name: Gabrielle Schuller
Email Address:
gabrielle.schuller@denvergov.org <mailto:gabrielle.schuller@denvergov.org>
Phone Number:

 

Item Title & Description:

(Do not delete the following instructions)

These appear on the Council meeting agenda. Initially, the requesting agency will enter a 2-3 sentence description. Upon bill filling, the City Attorney’s Office should enter the title above the description (the title should be in bold font).

 

Both the title and description must be entered between the red “title” and “body” below.  Do not at any time delete the red “title” or “body” markers from this template.

title

A resolution approving a proposed Contract between the City and County of Denver and Ninyo & Moore Geotechnical and Environmental Sciences Consultants for geotechnical services on municipal projects, citywide.

Approves an on-call contract with Ninyo & Moore Geotechnical and Environmental Sciences Consultants for $1,500,000 and three years for geotechnical services on municipal projects, citywide (DOTI-202368025). The last regularly scheduled Council meeting within the 30-day review period is on 7-31-2023. The Committee approved filing this item at its meeting on 6-27-2023.

body

 

Affected Council District(s) or citywide?

Citywide

 

Contract Control Number:

DOTI-202368025

 

Vendor/Contractor Name (including any “DBA”):

Ninyo & Moore Geotechnical and Environmental Services Cosultants

 

Type and Scope of services to be performed:

Category 3 - Owner Provided Services - Geotechnical - (25% MWBE)

Engineering firms are asked to partner with sub-consultants creating a complete Design Team capable of providing full engineering services in response to numerous and varied projects arising within the City. The Agreement for On-Call Owner-Provided Services will have a three-year term and will have a contract limit of $1,500,000.00. It is desired for the Geotechnical Engineer to be the prime consultant for this category of the on-call contract. Projects will be initiated by issuing task orders to the contract with the aggregate fee for all task orders limited to $1,500,000.00. The City reserves the right to issue Proposal Requests to multiple On-Call Consultant Teams for a single Task Order. 

 

These services will include, but are not limited to:

                     Construction Inspection

                     Geotechnical Engineering investigation, testing and design reports

                     Foundation Design reports (cast-in-place concrete caissons, footings, piers, walls, columns, abutments, etc.)

                     Pavement Design reports (subgrade, asphalt, concrete)

                     Environmental Inspection and Assessment

                     Certified Asbestos Inspector (CABI)

                     Materials Inspection (soils; cast-in-place concrete; precast concrete (plant cast and site cast) asphaltic concrete; wood and timber; masonry and grout; structural steel; miscellaneous metals and erection; fireproofing; plumbing; piping; mechanical; electrical; exterior building wall systems; other general building components both vertical and horizontal as required)

                     Structural integrity or capacity analysis

                     Preparation of Materials Management Plans

                     Site Survey & Utility Locates

                     Subsurface Utility Engineering (S.U.E.) services

                     Additional scope detail as noted below

For specific task orders requiring specialty consultants under the On-call Professional and Technical Design Services: Category 3- Owner-Provided Services Agreement (the “Agreement), the Design Consultant may solicit a proposal from a sub consultant who is not listed as a Consultant Team Member in the Agreement. Participation from specialty sub-consultants added at the Task Order level who are not listed as a Consultant Team Member in the Agreement can count towards the M/WBE goal if they have an M/WBE Certification with the City.                     

To assist in expediting design services for task orders, consultant teams are encouraged to include more than one sub consultant for disciplines/firms often experiencing a back-log of work. The City expects its On-Call Design Service consultants to provide responsive customer service as it relates to project needs and requirements. Please note the prime consultant is responsible for managing the approach to meeting the prescribed M/WBE goal associated with the Agreement.

The City may require the Engineer to perform emergency assessment services.  Because of the urgent nature of such emergency services, the City may elect to contact only one on-call vendor for this work. The vendor agrees to mobilize adequate Emergency Assessment Directives within four (4) hours of receiving notice, either verbal or written, from the Project Manager or other authorized City representative. Time and materials will be tracked and used as the basis for payment unless pricing can be negotiated at later date.

State and local government facilities must follow the requirement of the 2010 ADA Standards for Accessible Design (2010 ADA Standards). Facilities that do not comply with the 2010 ADA Standards may prevent people with disabilities from fully and equally enjoying Denver’s services, programs, or activities and may constitute discrimination on the basis of disability. Any construction or alterations to Denver buildings and facilities by it or on its behalf will fully comply with the requirements of the 2010 ADA Standards. Consultants are therefore responsible for ensuring all designs for construction and/or alterations are compliant with the 2010 ADA Standards.

The Agreement is managed by Department of Transportation and Infrastructure, who has contract authority on behalf of the City. Department of Transportation and Infrastructure is contractually responsible for managing each task order, and a Project Manager within Department of Transportation and Infrastructure will be the Consultant Team’s direct point of contact for each task order issued. The awarded Consultant Teams shall ensure project communication between the Consultants and the End User is conveyed and managed through the Department of Transportation and Infrastructure Project Manager. In addition, the City would like the Design Consultant to identify a consistent point of contact who will become familiar with the contract language, forms, and requirements set forth in the Agreement, as well as fully understand the City’s process of doing business as it relates to the task orders and On-Call Agreement.

 

 

Location (if applicable):

 

WBE/MBE/DBE goals that were applied, if applicable (construction, design, Airport concession contracts):

W.MBE

 

Are WBE/MBE/DBE goals met (if applicable)?

25%

Best Engineering, Environmental Chemistry Services, HCL Engineering &Surveying, Mayo Geophysical Services, Vine Laboratories, Weecycle Environmental Consulting

 

Is the contract new/a renewal/extension or amendment?

New

 

Was this contractor selected by competitive process or sole source?

Yes, RFQ advertised by DOTI on January 25, 2023.

                     

For New contracts

Term of initial contract:

06/15/2023 - 06/14/2026

 

Options for Renewal:

                     How many renewals (i.e. up to 2 renewals)?

                     Term of any renewals (i.e. 1 year each):

 

Cost of initial contract term:

$1,500,000

 

Cost of any renewals:

 

Total contract value council is approving if all renewals exercised:

 

For Amendments/Renewals Extensions:

Is this a change to cost/pricing; length of term; terms unrelated to time or price (List all that apply)?

 

If length changing

What was the length of the term of the original contract?

 

What is the length of the extension/renewal?

 

What is the revised total term of the contract?

 

If cost changing

What was the original value of the entire contract prior to this proposed change?

 

What is the value of the proposed change?

 

What is the new/revised total value including change?

 

If terms changing

Describe the change and the reason for it (i.e. compliance with state law, different way of doing business etc.)