Loading...
HomeMy WebLinkAboutCH2M HILL - CONTRACT - CONTRACT - AMENDMENT 2 TO CONTRACTCH2M HILL AMENDMENT k2 Amendment No. Two to Contract Dated February 1, 2007 Between CH2M HILL, INC. and The Cities of Fort Collins and Loveland The Cities and the Engineer agree to amend their contract for improvements to Fort Collins - Loveland Municipal Airport, Loveland, to include fees for engineering services. The improvement items are included in the Scope of Work of the original contract. The items covered by this amendment are as described on the attached: SCOPE OF SERVICES FORT COLLINS - LOVELAND MUNICIPAL AIRPORT 2007 AIRPORT IMPROVEMENTS TAXIWAY A-1 EXTENSION, TAXIWAY A-4 EMBANKMENT, T-HANGAR REHABILITATION AND DRAINAGE IMPROVEMENTS DESIGN AND BIDDING SERVICES AIP 3-08-0023-21 The Cities agree to pay the Engineer for the engineering services related to these additional improvements in the following manner: PART A - BASIC SERVICES A lump sum for Design Services ............................ $91,686.50 Method of payment shall be as follows: Interim payments up to 100 percent based on work performed by the engineer and detailed in a report submitted to the Sponsor with the request for payment. Notwithstanding anything herein to the contrary, the Engineer understands and acknowledges that full payment for work performed under this Part A is contingent upon the Cities' receipt of a sufficient grant from the FAA in 2007 for the purpose of completing those services set forth in Part A hereof. The Engineer further understands and acknowledges that payment for services rendered under this Part A will be paid for after the issuance of a grant from the FAA. 3.3.7.1 Consultant shall conduct a Peer and Quality Control Review for the efforts performed in all phases of the project. Consultant shall assign an individual who has not worked on the development of the Drawings and Specifications and who has not played a significant role in their development. However, the individuals assigned to the Peer and Quality Control Review shall be thoroughly familiar with the intent of the Drawings and Specifications. 3.3.8 Deliverables. Consultant shall submit four (4) copies of the deliverables to FNL. Deliverables include: Plans — Half Size (11" x 17") List of Specifications Cost Estimate Draft Engineering Design Report and Geotechnical Report Preliminary Construction Operational Safety Plan 3.3.9 Consultant shall conduct a Plan -in -Hand review at the 35% design completion with Airport personnel to solicit comments on preliminary design. The Consultant shall schedule an inspection of the project site with the Airport and the FAA (if available) to review other elements of the design. 3.4 75% Design Phase 3.4.1 Period of Service. After receipt of the Airport's review comments of the 35% submittal, Consultant shall proceed with the performance of the services called for in the 75% Design Phase. This Phase shall be completed and the required deliverables submitted within the stipulated period of time indicated in the Schedule. 3.4.2 The Consultant shall finalize plan and profiles for Taxiway A-1, Taxiway A-4, T- Hangar access taxilane, and connector taxilanes. 3.4.3 The Consultant shall prepare final grading plans for the work areas, including the new detention pond. An analysis of the on -site waste material and quantity of available material will be completed to verify the material on -site will meet the requirements of the embankment for Taxiway A4. 3.4.4 The Consultant shall prepare final calculations of the drainage improvements, including weir size, over shoot pipe size, new detention pond volume, and all flow calculations. 3.4.5 Consultant shall address the Airport's 35% review comments and respond as necessary to requests for additional information. 3.4.6 75% Design Documents. Consultant shall: 3.4.6.1 Update preliminary design drawings, contract documents and technical specifications to a 75% design level. 3.4.6.2 Update the Estimate of Construction cost to a 75% design level. SCOPE OF SERVICES - 2007 AMENDMENTR2.DOC 3.4.6.3 Prepare the engineer's opinion of construction duration/schedule for use in the contract documents. 3.4.6.4 Update Construction Operational Safety Plan to a 75% design level. 3.4.7 Engineering Design Report 3.4.7.1 Consultant shall, in a narrative form, present preliminary findings of engineering studies representing approximately seventy-five (75) percent design completion directed towards the development of the airfield improvements. This report shall document preliminary studies in areas such as data collection including the geotechnical investigation and topographical survey, grading, drainage, geometrics, edge reflectors, operational considerations, cost analyses and comparisons, pavement section design, and construction phasing/staging and scheduling recommendations. 3.4.8 Peer Review 3.4.8.1 Consultant shall conduct a Peer and Quality Control Review for the efforts performed in all phases of the project. Consultant shall assign an individual who has not worked on the development of the Drawings and Specifications and who has not played a significant role in their development. However, the individuals assigned to the Peer and Quality Control Review shall be thoroughly familiar with the intent of the Drawings and Specifications. 3.4.9 Deliverables. Consultant shall submit four (4) copies of the deliverables to FNL. Deliverables include: Plans — Half Size (11" x 17") Specifications edited in Red Line mode Cost Estimate Draft Engineering Design Report and Geotechnical Report Construction Operational Safety Plan Project Schedule 3.4.10 Consultant shall conduct a Plan -in -Hand review meeting at 75% Complete with the Owner and FAA to solicit comments on 75% design. 3.5 Bid Design Phase 3.5.1 Period of Service 3.5.1.1 After receipt of the Owner's review comments of the 75% Design Phase plans and specifications, Consultant shall proceed with the performance of the services called for in the Bid Design Phase and shall deliver required deliverables under this phase, within the stipulated period indicated in the Schedule. 3.5.2 Final Drawings, Specifications and Other Deliverables SCOPE OF SERVICES - 2007 AMENDMENT#2.DOC 3.5.2.1 Consultant shall prepare, for incorporation in the Contract Documents, final drawings (hereafter called "Drawings"), contract documents, technical specifications, General Provisions and Special Provisions to show the work to be furnished and performed by the Contractor. On the basis of the accepted 75% Design documents, Drawings and Specifications shall be revised to address comments from the 75% review. 3.5.2.2 Consultant shall complete final quantity calculations for use in construction bid schedules. 3.5.2.3 Consultant shall provide a final cost estimate. Consultant shall update the estimates of Construction Costs, and determine a cost Schedule breakdown based on expected funding. The Cost estimate, bid quantities, proposal form, and drawings shall incorporate up to 3 separate schedules of work. Quantities and costs shall be divided by schedule and phase. Consultant shall also provide justifications for the probable project construction cost. 3.5.2.4 Consultant shall provide a final modification to standards and submit it to the FAA for approval. Consultant shall provide the modifications to FAA design standards and modifications to FAA technical specifications on standard FAA forms 3.5.2.5 Consultant shall provide a final construction operational safety plan and submit to the FAA. 3.5.2.6 Consultant shall prepare a final Engineer's Design Report and submit it to the FAA. The report shall include a Summary of the Project, DBE goals, Schedule, Construction Operation Safety Plan, Modification of Standards, Design Analysis, Geotechnical Investigation Report, and Construction Cost Estimate. 3.5.2.7 Consultant shall prepare a Project Certification to the FAA that design of the project included the Grant Assurances and that grant eligible/ineligible items have been identified prior to issuance of documents for bid. 3.5.2.8 Consultant shall provide a revised construction duration/schedule. Consultant shall also provide justifications for the construction duration/schedule. 3.5.2.9 Consultant shall provide written response to Airports submitted written comments on the 75% deliverable. 3.5.3 Reproduce Plans and Specifications for Project Bid. Twenty-five (25) copies shall be prepared for distribution to Contractors, three (3) copies for the Owner and one copy for the FAA. Furnish complete sets of approved drawings, specifications, contracting documents, and construction operational safety plan to the Airport for the bidding of the project. The Twenty -Five (25) copies for Contractor distribution will include full-size drawings, the four (4) copies to the SCOPE OF SERVICES - 2007 AMENDMENT#2.DOC owner will include half-size drawing sets, the one set to the FAA will include a half-size drawing set. It is assumed that there will not be any review of the Plans and Specifications for Project Bid by the Airport or the FAA prior to their being reproduced for distribution to Contractors. BIDDING PHASE 4.1 Bid Assistance. The Consultant shall: 4.1.1 Assist Owner in advertising the project by preparing and submitting an advertisement for the local newspaper. Owner will be responsible for payment of any advertising costs. 4.1.2 Conduct Pre -Bid conference and Pre -Bid site visit in concert with the Airport staff at the Airport. 4.1.3 Issue written addenda as appropriate to interpret, clarify or expand the bidding documents, including allowable substitutions of materials and equipment. 4.1.4 Assist Owner in evaluating bids or proposals for each separate prime contract for construction, materials, equipment and services. 4.1.5 Assist Owner in preparing a bid tabulation following the bid opening. 4.1.6 Consultant shall consult with and advise Owner as to the acceptability of subcontractors, DBE subcontractors, and other persons and organizations proposed by the prime contractor(s) - (hereinafter called "Contractor[s]") for those portions of the work as to which such acceptability is required by the bidding documents. Consultant shall make recommendations for award and assist in assembling and awarding the contracts for construction, materials, equipment and services. 4.1.7 Where Bids Exceed Budget: Consultant shall advise the Owner of possible action should the lowest responsible, responsive bid received from a contractor exceed the Owner's budget for the work to be performed by that contractor. 4.2 Construction Drawing Reproduction. Consultant shall conform bidding documents to incorporate all addenda and reproduce four full-size drawing sets for the Contractor, 5 half-size drawing sets for the Contractor, and four half-size drawing sets for the Owner. 5 SERVICES DURING CONSTRUCITON 5.1 No services during construction are included in this scope of services. 6 PERIOD OF PERFORMANCE 6.1. Work required in this Scope of Services shall begin upon the Consultant's receipt of a signed amendment to the contract and shall be completed within three months (anticipated completion by July 1, 2007) SCOPE OF SERVICES - 2007 AMENDMENF#2.DOC 7 LIST OF ATTACHMENTS 7.1 Exhibit 1 - Request for Cost Proposal, Surveying 7.2 Proposed Design Schedule 7.2.1 Contract Amendment Signed by Cities - Friday March 30, 2007 7.2.2 Survey and Geotech on -site work - Friday March 9 to Monday April 2, 2007 7.2.3 Survey and Geotech preliminary deliverable - Friday April 6, 2007 7.2.4 Preliminary Design Results and 35% Submittal - Wednesday April 11, 2007 7.2.5 75% Submittal to client - Wednesday May 2, 2007 7.2.6 Bid Submittal available to Contractors - Friday May 18, 2007 7.2.7 Pre -bid Conference - Wednesday May 30, 2007 at 10:00 am 7.2.8 Bid Opening - Thursday June 14, 2007 at 2:00 pm SCOPE OF SERVICES - 2007 AMENDMENTN2.DOC 12 B I C I D I E F G H I J K L 2 3 4 5 ENGINEERING FEE ESTIMATE FORT COLLINS - LOVELAND MUNICIPAL AIRPORT DESIGN AND BIDDING SERVICES FOR "2007 AIRPORT IMPROVEMENTS - TAXIWAY A-1 EXTENSION, TAXIWAY A-4 EMBANKMENT, T-HANGAR REHABILITATION AND DRAINAGE IMPROVEMENTS" AIP PROJECT 3-08-0023-21 toe 3.3.9 Plan -In -Hand Review Meetin /Site Usil 12 -...4 4 _ 4 $1,500.00 110 11 , h11.ew . `; 7777 7 7,-. .' `,, ,: Production Copier . v' .'" ti� ..i~... -tea^;�.�. -°s:rs -slookol $100.00 $32,720.00 112 Binding"'.'.f$25t0 $25.00 113 Posts sand Frei ht $0.00 t 10 - "791Af ..., c .. :.. ,1 , ... ... ", „ .�.., ' •'. < .�, i ,,:., nT..d, nt a ., , r'li-'. "! .v<�^` n $.. N,. , t xe.'1>%;?".�y `v"te.Y.,:ai 11s Miles a 40 $87.30 $87.30 rt 117 Total Preliminary Engineering Phase (35%) $3,360.00 $740.00 $5,250.00 $4,180.00 $4,160.00 $3,840.00 $960.00 $22,702.30 is 119 8fl(VanHemke G GeerEts Joel Ha Jeff Cam hell Lon Robbins D Vlcak Decker-Geretee 2075%Design 121 Phase TOW Hours Po.Mr. ScE Staff Ere 2/KA StaffE 1 Deire E 2 E rTeh AmuRanU6 u Max. Coals ToalCos ,item 3140.00 $185.00 $105.00 $95.00 3130.00 Se6.00 $80.00 122 3.4.2 Finalize Plan and Profiles for Taxiway A-1, Taxiway A-4, T-Han gar taxilane and connect 10 44 .. :4 . ^: .1P $1,080.00 123 3.4.3 Prepare final grading plans of the work areas 26 -.2 4 ;'4 $2,760.00 124 3.4.4 Prepare final calculations of the drainage improvements 10 .2 8.'. $1,320.00 125 3.4.5 Address 30 % review comments 8 2 4 2 - $960.00 126 3.4.6.1 Update PreliminaryDesin Drawings, contract dots and tech specs 114 4 : 28 24 16 10 ""� '.Y2 $11,220.00 127 3.4.6.2 Update Construction Cost Estimate 6 2 C4 $660.00 128 3.4.6.3 Prepare Engineer's Opinion of Construction Duration Schedule 4 2 .2 $490.00 129 3.4.6.4 Update Construction Operational Safety Plan 10 2 14 4 $1,020.00 730 3.4.7 Prepare Engineering Design Report 12 2 8 2 $1,380.00 131 3.4.8 Peer Review 4 4 $740.00 132 3.4.9 Reproduce Deliverables 6 - -2 4 $530.00 133 3.4.10pP�l.yan-In-Hand Review Meebn 12 4 ` 4 "4 $1,500.00 136 Estimated F a.' z ....`.. . '..k ... .. ,.. ..=-:1n22 r ....�24 ,_..c� , . s i�: A .a'x .. i..�. �.»'•... &.s...'.......s..'d:.,.... 135 Production Copier $400.00 $100.00 136 Binding $2540 $25.00 t37 Postage and Frei ht $0.00 138 -T ES' S 3 ti.s' in Mileage 1801 87.30 $87.30 141 Total 75% Design Phase 1 $3,360.001 $740.001 $6,300.001 $3,420.001 $5,200.001 $3,680.001 $960.00 $23,872.30 142 143 164 Bill VanH..ka Gu Gaenn Joel Harry Jeff Cam ball Lon Robbins D Moak DeckarGaretae 145 146 Bid Design Phase Total Hours Pm M r. SCE . StaffE 2/KA S1affE t Dmire E 2 Ear, Tech AwunwaUS ca Miss costs Total Coa ,hem $140.00 $185.00 $10500 $95.00 $130.00 $80,00 $80.00 1473.5.2.1 Finalize Design Drawings 112 8 ` 4 32 20 -16 32':: $11,760.00 14e __.. 3.5.2.1 Finalize Contract Documents 6 2 2. 2 $650.00 toe 3.5.2.1 Finalize Technical Specificabons 16 2 4 4 ".: 8 $1,560.06 150 3.5.2.1 Finalize General Provisions 4 2 2 $370.00 t5, 3.5.2.1 Finalize Special Provisions 4 2 °:,2 $370.00 152 3.5.2.2 Finalize Quantlies for use in bid schedules 11 2 -8. 1 ' $1,170.00 153 - 3.5.2.3 Finalize Cost Estimate by Schedule and Phase 7 2 4 -t $830.00 154 3.5.2.4 Finalize Modifications to Standards 3 1 '2 $350.00 155 3.5.2.5 Finalize Construction 0 erational Safel Plan 5 1 4 $560.00 156 3.5.2.6 Finalize En ineerin Design Report 12 2 4 2 $1,340.00 t57 3.5.2] Prepare Pro ect Certification and Grant Assurances 31 11 1 12 $330.00 115813.5.2.8 Finalize Construction Duration/Schedule 9 31 11 1 1 2 $330.00 Prepared by CH2M Hill Pae.3 0/ 4 4/26/2007 A I B I C I D I E I F I G H I J I K L 1 2 3 4 5 ENGINEERING FEE ESTIMATE FORT COLLINS - LOVELAND MUNICIPAL AIRPORT DESIGN AND BIDDING SERVICES FOR "2007 AIRPORT IMPROVEMENTS - TAXIWAY A-1 EXTENSION, TAXIWAY A-4 EMBANKMENT, T-HANGAR REHABILITATION AND DRAINAGE IMPROVEMENTS" AIP PROJECT 3-08-0023-21 15g 3.5.2.9 Response for 75 % Review Comments 4 2 2 $490.00 160 3.5.3 Reproduce Deliverables 14 2 8. 4 $1,170.00 161 r- ...^. .:_ .. .. - - _ - .� ...._.r.,.. _- _ 162 Outside Reproducllons - Full Size Drawings _$f000:0 $1,000.00 163 Production Copier __ ':' 100:0 $100.00 1s4 _ _ Binding $25 $25.00 1s5 Postage antl Frei ht $0.00 166 167 atedldtaf Mileage 180'. $87.30 $87.30 16g Total Bid Design Phase 53,360.00 $740.00 $6,300.00 .. 33,800.00 ..f ,.�'L..kf;, _ $2,600.00 ......, ,. $3,200.00 �. $1,280.00 $22,492.30 170 171 Bill VanHeroka Guy GeBAta JbeHHam, Jeff Cam bell Lon Robbins D Vkek Decker-Garatee 172 173 Bidding Phase Total Hours Pro. r Sr. E . Staff Eng 21 KA Staff Er, 1 Igraine E 2 E rTech AmunlerNS ce Mix. Costs Total Goat Perttem E140.00 E165.00 $10film $95.00 $130.00 $80.00 $N.w 1744.1.1 Bid Invitations/Advertisement 3 1 3 $315.00 v5 4.1.2 Pre -Bid Conference/Site Visit 8 18 4 4 $980.00 178 4.1.3 Issue Addenda 4 1 4 4 4 1 $2,085.00 v7 .1.4 Bid Evaluation 9 4 1 4 $1,165.00 na 4.1.5 Bid Tabulation 2 1 —1 $235.00 1744.1.6 Prepare Recommendation of Award 6 4 2 $930.00 la0 4 2 Construction Drawn Pre aration and Re roduction 28 2 a 2 12 ..6 .4 $2.660.00 1e1 "dyad ...r :. . ... $400i $400.00 tez Outside Reproductions -Full Size Drawings 183 Production Copier $10tli00 $100.0D iB0 Bindin _ 0:00 $25A0 las Posla a and Freight $0.00 Sae 1e7 _ ... .. r , s ..'wu .,,., -.. . .., .,=. Mllea a .x .., 4a.:' :180 - $87.30 $87.30 lee leg Total Bidding Phase YI. $21600.00 +�{9p1 � $740.00 � Y .,... $2,100.00 a� 14Fx aa. $190.00 5780.00 $1,280.00 �, 5480.00 $8,982.30 Prepared by GH2M Hill Page 4 of 4 4/26/2007 A 8 1 C 1 D 1 E I F G H I J K L 2 3 4 5 ENGINEERING FEE ESTIMATE FORT COLLINS - LOVELAND MUNICIPAL AIRPORT DESIGN AND BIDDING SERVICES FOR "2007 AIRPORT IMPROVEMENTS - TAXIWAY A-1 EXTENSION, TAXIWAY A4 EMBANKMENT, T-HANGAR REHABILITATION AND DRAINAGE IMPROVEMENTS" AIP PROJECT 3-08-0023-21 6 7 6 B 10 NOTE: Input should be allowed only in highlighted cells!!! NOTE: Enter rates in cells C31:H31 NOTE: Delete these notes and delete highlighting before printing SummaryAmount Proect Administration Pre -Design Phase Preliminary Engineering Phase 35% 75%Design Phase Bid Desi n Phase Biddin Phase iTotals Labor Summary Labor (A) let ICI lo) (AI.18)•Ic)�(01 TmwVPer Special Amount Labor Expereea Diem S.M. Raquealetl _ _ Total I Pmj.M r. Sr.E StaffE 2/KA StaffEr,1 Hours $140.00 $185.00 $105.00 $8500 8161 1120 501 2001 1401 Bill VanHercke Guy Geeens Joel Hany Jeff Cam bell IMepeeMem Analysis $3,320.00 $10,317.30 $22,702.30 $23,872.30 $22,492.30 B 982.30 $91,686.50 113rairngeling2i $130.00 1001 Lon Robbins Negotiateull APPm>etl E rTech $e0.00 1601 DMoak AmuntaW Siem Total Dolt 80.00 for Labor 54 89 350.00 Decker-Garetea ++ 13 14 15 16 n 18 16 20 21 22 23 24 25 26 27 28 29 30 Project Administration Total Hours Pro'. r. Sr. Eng. Stall StaffE 1 Drainage Eng 2 EngrTech AwuMarl Misc. Costs Total Cost rham 1400@ -.. f 105,10 1 iq 3+ 3.1 Program Development i 1 $185.00 az 3.1 Project start up meeting kicko 6 3 t }' 1 ! 1 - t $735.00 33 3.1 Project Budget Setup2 $160.00 7 3.1 Weekly Budget Review/Projections 1 #, $140.00 as 3.1 Billing 5 t 1 1, 1-4 $460.00 36 3.1 Bi-weeklyInternal Meetings 6 1� 1.. 1. . 1 '.: 1 -, 1 + $735.00 37 3.1.2 Design Schedule 1 "1 $140.00 3a 3.1.3 Monthly Prowess Re orts 1 1 $140.00 39 3.1.4 Quality Control Plan 2 1 't $325.00 40.3.1.5 _ Proect Closeout 3 1 2 300.00 41metedTbda k1:0 1 Xf e -✓3 ,s.• e. d, i.4 i.$'s v'1 ;3ri 42 Production Copier $0.00 43 Binding_ $0.00 44 Posta a and Frei hl $0.00 45 ieFl # , R .. , '. , .. ; : .. _' . .4 ..o v `. v ........ x,... ,., 4 ...,.., . l .,." & 1 s r . -.�.d 77 tt.. ..M -- 1,^Aei 4s Milea a 0.00 47 _ . , .T rTr r, . s ,. „_ ✓ .:? :, ...., e , ^ _t ... . „_` „zx '?...r..,. Pi 8fs- .. 48 Total Proect Administration St 120.00 $740.00 $210,00 $190.00 $260.00 $160.00 $640.00 $3 320.00 49 50 Bill VanHemke Gu Geerdts JoalHarry Jeff Cam ball Lon Robbins D Vlcek Decker-Garatea 51 52 Pre -Design Phase Total Hours Pm.M r. Sr E . StaffE 21 KA StaffE 1 Dreire eE 2 E ,Tech Awentarpl$ MLac. Goats Total Cost erItem E140.00 Ete5.00 E105.00 EBS.pp 3130.00 Moon so go 53 133.2.1 Site Visits, Investigations and Data Collection 8 4 4 $980.00 54 _ _ _ 3.2.4 Establish best fit TW A-1 centerline, TWA-4 centerline, T-Hangar centerline 4 2 2 $470.00 es 3.2.1 Prepare Erosion Control Plan 11 4 4 3 d $1,040.00 5s 3.2.6 U date ALP 5 21 1 1 1 3 $520.00 57 3.2.7 Develop and Submit DBE Program 2006 and Goals 2007 9 11 1 1 8 $900.00 PrepareE by CH2M Hill Page 1 of 4 4/2612007 A 1 B 1C D E F G H J K1 L 2 3 4 s ENGINEERING FEE ESTIMATE FORT COLLINS - LOVELAND MUNICIPAL AIRPORT DESIGN AND BIDDING SERVICES FOR "2007 AIRPORT IMPROVEMENTS - TAXIWAY A-1 EXTENSION, TAXIWAY A-4 EMBANKMENT, T-HANGAR REHABILITATION AND DRAINAGE IMPROVEMENTS" AIP PROJECT 3-08-0023-21 5e 3.2.8 Develop and Submit Project Application, Include Exhibit A Property Map 3 1 J2 $330.00 ea ___ 3.2.9 Research 8 Pre are EnvironmentalCate Exclusion Checklist 34 2 30 2 "'. $5,990.00 60 ei _?,c 018`I'fheF Production Copier $0.00 62 Binding $0.00 63 Posla a and Frei hl $0.00 65 Mileage �. 180 ..v $87.30 $87.30 67 Total Pre-Deslgn Phase $1.680.00 $5.550.00 $840.00 $1,520.00 $0.00 $640.00 $0.00 $10,317.30 68 6e Bill VanHercke Gov GoeNts JoelHarry Jeff Cam bell Lon Robbins D Vleek Decker-Gamtea 70 71 Preliminary Engineering Phase (35%) Total Hours Pro.Mgr. srE staffE 21KA StaeE 1 Dralre eE 2 E -Tach Acountanus Miser Costa Total Cost perltem ft40.IK� f1-1 $106.00 $95.00 $130.00 $80.00 $80A0 72 3.3.2, 1.1 Standard FAA Pavement Design 9 t`8 $900.00 73 3.12.2 Establish Centedine Geometry for TW A-1, A-4 and T-Han ar taxilane 5 1 A $560.00 74 3.3.2.3 Prepare Preliminary Vertical Control Profiles for TW A- 1, A-4 and T-Han ar taxilane 11 1 >.`4 6 P $1,130.00 75 3.3.2.4 Prepare Preliminary Staging, Access, Phasing and Work Schedule Plan 2 2 $210.00 76 3.3.2.5 Prepare Preliminary Drainage Improvement Analysis 8 & $1,040.00 77 3.3.11 Prepare Preliminary Cover Sheet 1 sheet _ 2 1 1 $175.00 7e 3.4.3.1 Prepare Preliminary Index, Quantities and Abbreviations 1 sheet 2 :1 1 $175.00 79 3.4.3.1 Pre are Prelimina Sta in and Contractor Access Plan 1 sheet 2 :1 1 1 6 $185.00 To 3.4.3.1 Prepare Preliminary Overall Project Site Plan 1 sheet 2 1 1:: $185.00 Ti _ _ _ 3.3.3.1 Prepare Project Schedule Site Plan 1 Sheet) 3 1 1 1 :'. $325.00 e2 3.3.3.1 Prepare Preliminary Construction Safety Plan (1 sheet) 2 1 1 - $185.00 83 3.3.3.1 Prepare Preliminary Construction Phasing Plans (2 sheets) 3 1 2 -_' $265.00 e4 3.3.3.1 Pre are Construction Control Details 1 Sheet 2 1 1 : $175.00 es 3.3.3.1 Prepare Preliminary Surve Control Plan (1 sheet 2 1 1 !: $175.00 e6 3.3.3.1 Prepare Preliminary Demolition / Milling Plans 2 sheets) 4 1 1 2 h $405.00 67 3.3.3.1 Prepare Preliminary Typical Sections 2 sheet 4 1 1 2', $360.00 88 3.3.3.1 Prepare Pavement Construction Details 2 Sheets __ 3 1 2 $255.00 6e 3.3.3.1 Prepare Preliminary Taxiv.2 A-1 Plan and Profile 2 sheets 6 -'-1 d. 2 ` 2 ' $595.00 To 3.3.3.1 Prepare Preliminary Taxiwa A-4 Embankment Plan and Profile 2 sheets 7 :.1 2 -2 2 =_ $700.00 Ti3.3.3.1 Prepare Preliminary T-Han ar Taxilane and Connector's Plan and Profile 4 sheets 7=1 2 2 - 2 =- $700.00 92 3.3.3.1 Prepare Preliminary Taxiway A-1 Grading Plans 2 sheets 4 2 2 ". $350.00 e3 3.3.3.1 Prepare Preliminary Taxiway A-4 Embankment Grading Plans 2 sheelsL 7 1 2: 2' 2 i` $700.00 94 3.3.3.1 Prepare Preliminary New Detention Pond Grading Plan (1 sheet) 12 2 ` 8 ! 2-: $1,390.00 95 3.3.3.1 Prepare Preliminary T-Han ar Grading and Drainage Plan 2 sheets 7 '-1 2.. ' 2 2 7 $700.00 es 3.3.3.1 Prepare Preliminary Weir Structure and Over -Shoot Pipe Details 3 sheets 10 , 8 2 " $1 ,200.00 ,200.00 7 3.3.3.1 Prepare PreliminaryTaxiwa A-1 Underdrain Plans 2 sheets 6 4 2 - ea 3.3.3.1 Prepare PreliminaryUnderdrain Details 2 sheets 3 -'2 1 $270.00 ere 3.3.3.1 Prepare Preliminary T-Han ar Drainage Pan Details 1 sheet 32 1 [ $270.00 loo 3.3.3.1 Prepare PreliminaryTaxhwa A-1 Pavement Markin Plan 2 sheets 4 2 2 $370.00 mt 3.3.3.1 Prepare PreliminaryPavement Markin Details 1 sheet 4 .'. 2. 2 :I $370.00 toe 3.3.3.1 Prepare Prelimina Taxiwa A-1 Ede Reflector and Si na a Plan (2 sheets 4 2 2 " $440.00 103 3.3.4.1 Prepare PreliminaryTechnical Specifications 18 4 6 8 $1,830.00 too 3.3.4.2 Prepare PreliminaryContract Documents 10 2 4 4 $1,020.00 05 3.3.5 Prepare PreliminaryConstruction Cost Estimate 10 2 4 4 $1,220.01 toe _..._ -__ 3.3.6 Prepare PreliminaryConstruction Operational Safet Plan 4 2 2 $370.00 to7 3.3.7 Conduct QualityControl Review 4 4 $740.00 ma 3.3.8 Reproduce Deliverables 6 2 4 1 $510.00 Prepared by CH2M Hill Page 2 of 4 N2612W7 CH2M HILL AMENDMENT #2 All other terms and conditions of the original contract shall remain in effect. IN WITNESS WHEREOF, the parties hereto have affixed their signatures this Z) D-L day of � �V- p 2007. SPONSOR: CITY OF LOVELAND, COLORADO B � "r2222---�,ppro�r d As To City Manager "' t" '� Attest: _ T CITY OF FORT COLLINS, COLORADO ` •,• ..........OLO Purchasing Agent !7* or- PL;�04ASVwj<- 4- '=*X • fl 11n� C% 1 S,-C Cr—Issiotant ;* r*r+ul Jonathan Spencer, PE - Project Delivery Leader SCOPE OF SERVICES FORT COLLINS-LOVELAND MUNICIPAL AIRPORT 2007 AIRPORT IMPROVEMENTS TAXIWAY A-1 EXTENSION, TAXIWAY A-4 EMBANKMENT, T-HANGAR REHABILITATION AND DRAINAGE IMPROVEMENTS DESIGN AND BIDDING SERVICES AIP 3-08-0023-21 This is an Appendix attached to, made a part of and incorporated by reference with the Agreement between CH2M HILL, Inc. and The Cities of Fort Collins and Loveland, dated 02-01-2007, for professional services. This Scope of Services is an attachment to Amendment # 2 to the Contract. For the remainder of this scope of services, the Cities of Fort Collins and Loveland are collectively referred to as "Owner' and CH2M HILL, Inc. is referred to as "Consultant". 1. PROJECT DESCRIPTION 1.1 General. The work is to occur at the Fort Collins - Loveland Municipal Airport (FNL) in Loveland, Colorado. The work will be performed and constructed under a Federal Aviation Administration (FAA) Airport Improvement Program (AIP) grant to the airport. The project consists of Design and Bidding Services for the Taxiway A-1 extension to the east, the future Taxiway A-4 extension to the east and the T-Hangar area and down -stream drainage swales and storm pipe. 2. CRITERIA 2.1 Reference Information. The Consultant shall utilize the topographic base information and design survey currently being performed under CH2M HILL Amendment # 1 to the contract. Owner will make available for review previous studies addressing pavement, drainage, sub -surface and other issues deemed pertinent by the Consultant. Consultant shall incorporate these previous designs to the extent possible. 2.2 Design Criteria. The Consultant shall develop the design to meet the latest Federal Aviation Administration (FAA) design criteria. Additionally, all improvements should be designed in accordance with the FNL, AASHTO, and CDOT standards as applicable. Where criteria established by the agencies listed above contradict one another, the following order will set the precedent of criteria to be used: FAA, FNL, AASHTO and than CDOT. 3. SCOPE OF SERVICES Taxiway A-1 Extension. The project consists of the preparation of construction plans, technical specifications, and contract documents for the Taxiway A-1 Extension. Taxiway A-1 is the southern most connection to Taxiway A. The extension will be to the eastern property boundary of the airport, approximately 775 feet. The Taxiway will be designed for a 60,000 pound dual -wheel aircraft and will be designed to meet FAA Group C-II standards. Taxiway A-4 Embankment. The project consists of the preparation of construction plans, technical specifications, and contract documents for the Taxiway A-4 SCOPE OF SERVICES - 2007 AMENDMENT#2.DOC Embankment. The Taxiway A-1 extension project will produce waste embankment that will be utilized to raise the existing grade to allow for a future Taxiway A-4 extension to the east. T-Hangar Rehabilitation. The project consists of the preparation of construction plans, technical specifications, and contract documents for the T-Hangar area Rehabilitation. The T-hangar rehabilitation will include pavement crack repair, milling of existing pavement, asphalt overlay, and surface drainage improvements to efficiently get storm water off the pavement. Included will be grading of a new drainage swale to the south of the hangar development. Drainage Improvements. The project consists of the preparation of construction plans, technical specifications, and contract documents for the Drainage Improvements to the area far northeast of the airport. The Drainage Improvements will include a weir structure to allow for release of storm water from the existing pond, a drainage swale to carry water to a new detention pond near the intersection of the Airport property and the Scion property, and the creation of an overshoot pipe to allow storm water to be carried over the existing Louden Ditch to a drainage easement on the Scion Property. The amount of water allowed to leave the airport basin will be calculated based on survey of the drainage swale capacity within the 20 foot drainage easement on the Scion property. Update Airport Layout Plan (ALP) and DBE Plan for 2007. The Consultant shall update the ALP at the conclusion of the project and incorporate revisions necessary to reflect the Consultant's design. The Consultant will also update the DBE Plan for incorporation into the 2007 project. 3.1 Project Administration. Consultant shall provide project management services to ensure the completion of the design within the conditions of this agreement. Internal management duties shall include, but are not limited to: 1. Program Development 2. Project start up meeting (kickoff) 3. Project Budget setup 4. Weekly budget review/projections 5. Billing 6. Bi-weekly internal meetings 3.1.1 Performance of services requires the Consultant to work with, meet with, and attend meetings with the Owner, Airport tenants, local governmental agencies, Louden Ditch Company, City of Loveland Drainage Department, the FAA, Contractors, and other such consultants to the extent the Consultant determines reasonably necessary for the design and construction of the Project and performance of Consultant's duties under this Agreement. The Consultant's PM shall participate freely in these discussions, answer questions and respond to requests for information. The Consultant's PM shall maintain records of these discussions and keep the Owner informed of any pertinent information. However, Consultant's PM shall not accept any direction or take additional work SCOPE OF SERVICES - 2007 AMENDMENT#2.DOC that is beyond the scope of this contract. During discussions with partner agencies the Consultant's PM shall not suggest performance of additional work that is beyond the scope of this task order. The Owner is the only representative that has the authority to revise or add work under the requirements of this contract. Consultant shall coordinate with airport management to minimize impacts on day-to-day airport operations. 3.1.2 Consultant shall prepare, submit for Owner acceptance, and maintain a detailed design schedule detailing the Consultant's scheduled performance of the Work. 3.1.3 Consultant shall provide the Owner with a Monthly Progress Report, in writing, reporting on Consultant's progress and any problems in performing the Work of which the Consultant becomes aware. The Monthly Progress Report shall include an update of the project schedule as described in Section 3.1.2, when schedule changes are expected. 3.1.4 Consultant shall develop a Quality Control Plan (QCP) for the Project. The QCP shall include project milestone checking and peer review procedures at each phase of the project. 3.1.5 Project Closeout to include the following items: 3.1.5.1 Archive Project Information including files, electronic documents and drawings. Provide airport all electronic drawings in AutoCAD Format. 3.1.5.2 Set up and attend a project closeout meeting to discuss project performance and lessons learned with the client and other stakeholders as necessary. 3.2 Pre -Design Phase The pre -design phase will begin upon a signed Contract between the Consultant and the Airport. The pre -design phase will be completed prior to the completion of the Preliminary Engineering Phase and the investigation findings will be included with the Preliminary Engineering submittal. 3.2.1 Site Visit, Investigations and Data Collection 3.2.1.1 Consultant shall investigate existing conditions through site visits and as -built drawings supplied by the Airport, to determine scope of work and effects on design construction. It is estimated that one site visit totaling 6 hours, for both a staff engineer and the project manager, will be necessary, as well as reproduction of as -built documentation by the Consultant for the Consultant's use. 3.2.1.2 Consultant shall compile existing data, including existing and proposed utility data, required to develop the project current conditions and to form the basis for design. The utility investigation will be based on the compiled utility map from SCOPE OF SERVICES - 2007 AMENDMENT#2.DOC city entities prepared by CH2M HILL, as provided by the Cities, plus topographic survey information of surface features gathered by the Consultant. It is assumed that the Consultant shall not perform any subsurface investigations to verify the locations of underground utilities. 3.2.1.3 Consultant shall advise the Airport as to the necessity of obtaining additional information related to the site, necessary for purposes of design. 3.2.2 Geotechnical Investigation. Geotechnical Investigations for the project is being performed under a separate agreement. 3.2.3 Topographical Survey. Topographical Survey for the project is being performed under a separate agreement. 3.2.4 Consultant will utilize the survey centerline data to determine the best fit for the extended Taxiway A-1 centerline, future Taxiway A-4 centerline, and t-Hangar access taxilane centerline. 3.2.5 Consultant shall prepare an erosion control plan for the proposed construction. Consultant will investigate the requirements and include NPDES permitting requirements within the Contractors requirements. 3.2.6 Consultant shall update the Airport Layout Plan (ALP) with the new construction on the project. It is assumed that no modification of the ALP to areas outside of the proposed construction areas will be made by the Consultant. 3.2.7 Consultant shall develop and submit the Airport disadvantaged business enterprise (DBE) annual goals summary and report for 2006 (summary) and 2007 (goals). Consultant shall also submit a copy of the summary and report to the FAA. Consultant shall place a Notice of DBE goals in the paper(s) but the fees will be billed to the Owner. 3.2.8 Consultant shall develop and submit the FAA project application. The existing Exhibit "A" Property Map will be attached to the project application. The only change to Exhibit "A" will be the inclusion of the AIP grant number in the title block. 3.2.9 Consultant shall research and prepare the environmental "categorical exclusion" checklist necessary for this project to be programmed with the FAA. 3.2.9.1 The area to be included in the documentation for the categorical exclusion checklist is as shown in the attached Exhibit 1 - Request for Proposal for Surveying Services. 3.2.9.2 This effort shall include one site visit, evaluation of existing data, preparation of a draft checklist for review by the Airport, and issuance of a final checklist for submittal to the FAA. SCOPE OF SERVICES - 2007 AMENDMENT#2.DOC 3.2.9.3 All review comments shall be collected via email and conference calls and responded to in the final Environmental Checklist submitted to the FAA. 3.3 Preliminary Engineering Phase (35%) 3.3.1 Period of Service. The services called for in the Preliminary Engineering Phase shall begin with the Pre -Design Phase and shall be completed and the required deliverables submitted within the stipulated period of time indicated in the Schedule. 3.3.2 Preliminary Engineering Studies 3.3.2.1 Pavement Design. Consultant shall use 1,500 annual passes of a 60,000 pound dual wheel aircraft for the pavement design of the project. The design aircraft will be a Group C-II Aircraft. Design criteria shall be in accordance with the FAA Advisory Circular 150/5300-13, "Airport Design." 3.3.2.1.1 Standard FAA design for new pavement sections. Consultant shall explore the possibility of using updated pavement technologies for drainage bases. Local material suppliers, sources and capabilities will be inventoried. 3.3.2.2 Horizontal Layout. Consultant shall establish and station Taxiway A-1, Taxiway A-4, and the T-hangar access taxilane. Taxiway Safety Areas (TSA) and Taxiway Object Free Area width will be included with the Preliminary Horizontal analysis 3.3.2.3 Vertical Layout. Consultant shall prepare Preliminary Vertical Control profiles for Taxiway A-1, Taxiway A-4, T-Hangar taxilane, and each Connector taxilane in the T-hangar area. Preparation of the profiles shall address: 3.3.2.3.1 Evaluation of Taxiway Profiles to meet FAA grade requirements. 3.3.2.3.2 Subsurface drainage options if pavement reconstruction is required. 3.3.2.4 Consultant shall prepare a Contractor Staging, Access, Phasing, and Work Schedule Breakdown that addresses the following: 3.3.2.4.1 Preliminary analysis of Contractor staging, access and construction phasing plan. 3.3.2.4.2 Work Schedule breakdown to include three separate schedules: Schedule I - Taxiway A-1 work with the waste embankment to future Taxiway A-4, Schedule 11- Drainage Improvements, and Schedule 111- T-Hangar rehab and connector taxilane work. 3.3.2.5 Drainage Design. The Consultant shall prepare preliminary design of the drainage improvements. Preliminary design includes the following: SCOPE OF SERVICES - 2007 AMENDMENT#2.DOC 3.3.2.5.1 Sizing and structural of a weir structure to the existing pond. 3.3.2.5.2 The flow rate of water to be released out of the existing pond 3.3.2.5.3 The capacity of the existing drainage easement on the Scion property. 3.3.2.5.4 Grading of the first phase of the new detention pond to allow for an over -shoot pipe to release storm water to the Scion property easement, over the Louden ditch, at a maximum flow rate not to exceed the Scion drainage easement water volume. 3.3.4.6.4 Drainage analysis of the T-hangar area, including grading a ditch south of the existing T-hangars to allow for surface flow off the pavement and into the new ditch to allow water to get to the existing culvert crossing Taxiway D. 3.3.4.6.5 Design of Portland Cement Concrete drainage pans to allow for surface flow runoff in the T-hangar areas. 3.3.4.6.6 Surface flow calculations will not be prepared as part of the surface improvements to the T-Hangar area. The T-Hangar area improvements will be for more efficient surface water flow through grading only. 3.3.3 Preliminary Layouts and Drawings. Consultant shall prepare the necessary layouts and drawings to depict preliminary design efforts. These drawings shall include: 3.3.3.1 Civil (pavement, grading, drainage, utilities, phasing/staging and pavement marking), electrical and other drawings deemed necessary to describe the developed design. Drawings required to describe the design shall include: Cover Sheet (1 sheet) Index to Drawings, Quantities, and Abbreviations (1 sheet) Staging and Contractor Access Plan (1 sheet) Overall Project Site Plan (1 sheet) Project Schedule Site Plan (1 sheet) Construction Safety Plan (1 sheet) Construction Phasing Plan (2 sheets) Construction Control Details (1 sheet) Survey Control Plan (1 sheet) Demolition /Milling Plan (27 sheets) Typical Sections (2 sheets) Pavement Construction Details (2 sheets) Taxiway A-1 Plan and Profile (2 sheets) Taxiway A-4 Embankment Plan and Profile (2 sheets) T-Hangar Taxilane and Connector's Plan and Profile (4 sheets) Taxiway A-1 Grading Plans (2 sheets) Taxiway A-4 Embankment Grading Plans (2 sheets) SCOPE OF SERVICES - 2007 AMENDMENT#2.DOC New Detention Pond Grading Plan (1 sheet) T-Hangar Grading and Drainage Plan (2 sheets) Weir Structure and Over -Shoot Pipe Details (3 sheets) Taxiway A-1 Under drain Plans (2 sheets) Underdrain Details (2 sheets) T-Hangar Drainage Pan Details (1 sheet) Taxiway A-1 Pavement Marking Plan (2 sheets) Pavement Marking Details (1 sheet) Taxiway A-1 Edge Reflector and Signage Plan (2 sheets) 3.3.4 Specifications 3.3.4.1 Consultant shall prepare preliminary technical specifications of the identified items of work. Specifications to be used include Advisory Circular 150/5370-10B, Standards for Specifying Construction of Airports and ACPAA standards. 3.3.4.2 Consultant shall prepare preliminary contract documents. Consultant shall use General Provisions prepared for previous FNL projects and shall modify as applicable for this project. Specifications shall describe the character and quality of the entire Project in its essentials as to kinds and locations of materials. Documents to include consist of the following: Invitation for Bids Instruction to Bidders Proposal Bid Documents Notice of Award Contract Agreement Performance and Payment Bonds Notice to Proceed Notice of Contractor's Settlement Wage Rates Special Provisions General Provisions Technical Specifications 3.3.5 Preliminary Estimates of Construction Cost 3.3.5.1 Consultant shall prepare preliminary estimate of construction costs, including recommendations on areas to be reconstructed, preliminary earthwork and paving quantities. 3.3.6 Consultant shall prepare a Preliminary Construction Operational Safety Plan to be submitted to the Airport. 3.3.7 Peer Review SCOPE OF SERVICES - 2007 AMENDMENT#2.DOC