Loading...
HomeMy WebLinkAbout112468 FELSBURG HOLT & ULLEVIG INC - CONTRACT - CONTRACT - NORTH COLLEGE IMPROVEMENTSt PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below, by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and Felsburg Holt & Ullevig, Inc., hereinafter referred to as "Professional'. W ITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Professional agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of seventeen (17) pages, and incorporated herein by this reference. 2. Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated within five (5) days following execution of this Agreement. Services shall be completed no later than June 30, 2003. Time is of the essence. Any extensions of the time limit set forth above must be agreed upon in writing by the parties hereto. 3. Early Termination by City. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Professional. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: PSA 05/01 1 North College Improvements Preliminary and. Final Engineering SCOPE OF WORK AND ANTICIPATED COSTS SCOPE OF WORK .Scope of work Through the previous planning efforts, the City has established a strong foundation for these continued design efforts. This phase of the project will implement the recommendations from the previous planning efforts. The following goals are established for this effort: 1. Define impacts, and mitigate these impacts, associated with constructing the road, pedestrian and bicycle facilities, and trail connection. 2. Determine right-of-way and easement requirements to implement the plans. 3. Coordinate with the Burlington Northern Santa Fe railroad (BNSF), the Union Pacific railroad (UPRR), and the Great Western railroad, obtaining the appropriate permits to construct proposed improvements on and around the railroad tracks. 4. Create a safe Poudre River trail connection with consideration of the historic grotto, power plant building, and floodway requirements. 5. Inform the public and meet with adjacent property owners to work out design issues relating to their property and access. 6. Establish a plan that allows this work to be performed with minimal disruption to access and travel through the corridor with special consideration for the significant percentage of large truck traffic that travels through the corridor and for proximity to a "downtown business" environment. 7. Implement the plans in a timely fashion with sensitivity to project budgets. 8. Coordinate the design with other Potentially Affected Interest including other City Departments and the North College business and downtown business communities. Fulfillment of the above outlined outcomes will assure successful completion of the project. Therefore, the following scope of work has been established to focus on attaining these outcomes. Task 1 Proiect Initiation An initial project kick-off meeting will be held upon Notice -to -Proceed. The principal purposes for this meeting are to review and discuss all work tasks, technical approaches, and work products prior to implementation. All vested City staff and CDOT staff should attend, as will all members of the consultant team. This meeting shall be followed with a field visit to review existing conditions and gain the real world perspective on the improvements. THE PROFESSIONAL will provide the City with a handout for this meeting with project contacts, design criteria, the anticipated project schedule, and other pertinent information. THE PROFESSIONAL will prepare the meeting minutes of the kick-off meeting. City and CDOrs Task Elements The elements within this task will be equally attributed to each entity. Deliverables: Design Criteria Project Contact List Project Schedule Meeting Minutes FELSBURG HOLT & ULLEVIG 8122/02 Page 4 North College Improvements Preliminary and Final Engineering Task 2 Data Collection Scope of Work City Task Elements 2.1 Collect additional existing Mapping / Survey from the City of Fort Collins. THE PROFESSIONAL will perform a field visit with City staff to define elements lacking in the current mapping. THE PROFESSIONAL will produce a map of supplemental survey needs and provide it to the City Surveyor. Known locations where additional information is required include: • at the former power plant • at Schrader's Country Store • along the proposed alley between Maple Street and Cherry Street • along the railroads where pedestrian and bicycle improvements are proposed • at A Classic Touch • at the public parking lot on the north edge of Jefferson Street • within the roadway of North College Avenue • irrigation points of connection • additional utility information throughout the corridor • definition of existing striping Other survey needs may be requested as the project progresses and further impacts are defined. Field surveys will be performed by the City of Fort Collins. THE PROFESSIONAL will provide services to reduce the survey to AutoCAD format and create a digital terrain model (dtm). In turn, the product will be returned to the City Surveyor for field verification and an accuracy test of the data. 2.2 THE PROFESSIONAL will collect existing right-of-way (R.O.W.) information from the City survey staff. We expect that the surveyors will collect property corners or other R.O.W. monumentation at the time the additional survey is performed. The City surveying department will perform the field survey and prepare R.O.W. documents for acquisition. It is assumed that the City will provide this information to THE PROFESSIONAL in an AutoCAD format. 2.3 Rectify the conceptual existing utility base file to surveyed utility locates and topography such as manholes, valves, etc. Request rim and invert elevations, size and material of pipes, and definition of how the pipe system is connected for the storm sewer system from the City surveyor. 2.4 Geotechnical engineering services will be performed, through Kumar and Associates, to supplement the work as by the CDOT. This work will include a subsurface exploration program to support pavement rehabilitation and replacement recommendations along North College Avenue and the intersecting streets (Jefferson Street, Willow Street, and Cherry Street). Three exploratory borings will be drilled at selected locations to a minimum depth of ten feet to obtain information on the subsurface profile, obtain samples for laboratory testing, and to estimate the ground -water level and depth to bedrock, if encountered within the drilled depth. Utility locates will be coordinated with the Utility Notification Center of Colorado prior to drilling excluding privately owned, on -site utilities. Laboratory testing of FELSBURG HOLT & U L L E V I G 8/22/02 Page 5 North College Improvements Preliminary and Final Engineering Scope of Work the samples obtained from the borings will be conducted to determine moisture content, density of undisturbed fine-grained samples, gradation characteristics, consolidation and/or swell potential, Atterberg limits, and Hveem R-values for granular materials. Pavement cores will be collected of the existing pavement at each of the three exploratory hole locations and at the Cherry/College intersection. Cores will be obtained with a portable coring machine. CDOT Task Elements 2.5 Collect additional existing Mapping / Survey from the City of Fort Collins for Riverside Avenue and the Riverside Avenue/Mulberry Street intersection. Limits of survey will be defined by the City Surveyors and THE PROFESSIONAL (tentatively 300' to the east along Mulberry and 800' to the northwest along Riverside). The same process of data collection discussed under the City Tasks will be used for this portion of survey. Field surveys will be performed by the City of Fort Collins. THE PROFESSIONAL will provide services to reduce the survey to AutoCAD format and create a digital terrain model (dtm). In turn, the product will be returned to the City Surveyor for field verification and an accuracy test of the data. 2.6 Collect GIS aerial mapping from the City for the project limits to be used as a base map for the mill and overlay portion of Jefferson/Riverside. 2.7 Collect existing utility key maps and transfer information to the base mapping /survey at the intersection of Riverside Avenue/Mulberry Street. Rectify base file mapping to surveyed utility locates and topography such as manholes, valves, etc. Request rim and invert elevations for utilities at this intersection from the City surveyor. 2.8 Obtain pavement recommendations for the CDOT rehabilitation portion of the project from CDOT. It is assumed that CDOT will perform geotechnical engineering investigations and provide pavement rehabilitation and replacement recommendations to THE PROFESSIONAL for Riverside Avenue, the Riverside Avenue/Mulberry Street intersection, and the Jefferson Street/North College Avenue intersection. Deliverables: AutoCAD (2000) database including existing survey, right-of-way, utilities, etc. FELSBURG HOLT & U L L E V I O 8/22/02 Page 6 North College Improvements Preliminary and. Final Engineering Task 3 Preliminary Engineering ,Scope of Work City Task Elements THE PROFESSIONAL will layout the improvements along North College Avenue and the adjacent streets for the roadway, pedestrian and bicycle facilities, and the Poudre River Trail connection as determined by the conceptual design effort. Right-of-way requirements will be finalized, pavement recommendations will be determined, and formal design will begin. The following specific scope items are anticipated: 3.1 Horizontal and vertical alignments will be established that geometrically define the roadway. Typical section elements will be added to establish full impact widths. 3.2 Intersection layouts at North College Avenue and Jefferson Street, and North College Avenue and Cherry Street will be developed that reflect definition of through laneage, turning laneage, median improvements, and pedestrian and bike facilities necessary for operation of the intersections. 3.3 Access management details including driveways, median islands, back alley access, etc. will be established. 3.4 Critical profiles at the right-of-way edges adjacent to building faces and at driveways will be established. 3.5 A three dimensional model will be developed, using the Inroads package of software, that will facilitate production.of cross -sections, grading, and earthwork volume determination. 3.6 Hydrology and hydraulic analysis will be performed to define drainage system improvements or new construction along North College Avenue. A preliminary drainage report will be produced and submitted to the City and CDOT. Drainage pipes and outfalls will be defined and plans produced. 3.7 Preliminary grading and erosion control plans will be developed. 3.8 Preliminary streetscape design will be developed by EDAW. The preliminary design will include plant material selection and placement, decorative concrete pattern, placement and extent, crosswalk materials, streetscape appurtenances including tree grates, lighting, and other streetscape furniture. Irrigation tap locations, irrigation controller locations, power requirements, and sleeving requirements for irrigation will be defined. EDAW will coordinate the sidewalk with the landscape planting, irrigation sleeving requirements, adjacent uses, roadway design, and connections to the trail. 3.9 Preliminary trail connection design will be developed including horizontal and vertical plans. The trail connection will be detailed to insure proper coordination with floodplain requirements and minimal impacts to the historic grotto. Preliminary design may include the design of a small retaining wall to protect the former power plant building and the grotto. MFELSBURG HOLT 6i U L L E V I O 8/22J02 Page 7 North College Improvements Preliminary and Final Engineering .Scope of Work 3.10 Impacts to the BNSF and UPRR railroad crossings will be defined and coordination with the railroads will be initiated. Modifications to the crossings may require processing of a PUC application. THE PROFESSIONAL will assist the City with production of the application, working with Jack Baier at the PUC, and production of necessary graphics in support of the process. 3.11 Impacts to existing utilities will be defined and a mitigation plan established. Plans will be provided to the individual utility companies and a meeting held to further discuss impacts and timeliness for mitigation. Potholing will be conducted for identified utilities if necessary. 3.12 Preliminary traffic signal design at North College Avenue and Jefferson Street, at North College Avenue and Cherry Street, and at the UPRR crossings will be developed. 3.13 Preliminary construction phasing plans will be developed including possible detour options. The purpose of these plans is to identify a feasible method to construct the project within the project limits or through detours on adjacent streets. 3.14 Preliminary signing and striping plans will be prepared. 3.15 A preliminary concrete jointing plan will be developed for the North College Avenue/Cherry Street intersection and the alley connecting Maple Street and Cherry Street. 3.16 Lighting fixtures that complement the urban design goals will be identified. Ackerman Engineering will develop a preliminary lighting and electrical design for pedestrian lighting and incorporate City of Fort Collins standard street lighting fixtures. The City of Fort Collins will perform the lighting and electrical design for the street lighting fixtures. 3.17 The results of the City's portion of the geotechnical field and laboratory investigations will be used to develop engineering recommendations for pavement thickness design for both asphalt and concrete pavement sections, for subgrade preparation, and for subgrade stabilization, if required. A geotechnical report will be prepared summarizing the site exploration data and laboratory test results, and providing our conclusions and recommendations. 3.18 Slope limits will be defined and right-of-way limits identified. This information will be provided to the City surveyor to allow final right-of-way plans to be prepared and acquisition of right-of-way and construction easements to begin. THE PROFESSIONAL will provide drafting services for the production of the right-of-way plans in a CDOT format. THE PROFESSIONAL will prepare an exhibit for each property owner that graphically represents the work to be performed. The City will use these as tools to facilitate discussions and negotiations. We have anticipated that these will require two iterations until complete, although the more complex properties - A Classic Touch and J&M Precision Auto - will require additional iterations. 3.19 Graphic support will be provided for a project web page on the City of Fort Collins' web site and for flyers to be sent to the public. FELSBURG HOLT & U L L E V I G 8/22/02 Page 8 North College Improvements Preliminary and Final Engineering Scope of Work CDOT Task Elements THE PROFESSIONAL will finalize the layout the improvements for the roadway along Jefferson Street/Riverside Avenue from Mulberry Street to North College Avenue. The following specific scope items are anticipated: 3.20 Horizontal control will be refined for Jefferson Street/Riverside Avenue. Typical sections for the mill and overlay work will be produced to define the work. This work will included pavement recommendations as defined by the CDOT. 3.21 Supplemental improvements along Jefferson Street/Riverside Avenue will be defined including curb and gutter repairs and subgrade stabilization. This information will be depicted graphically on the aerial and tabulated. 3.22 An intersection layout at Riverside Avenue and Mulberry Street will be developed that reflects definition of through laneage, turning laneage, and any median improvements necessary for operation of the intersection. These improvements will focus on replacement of existing asphalt pavement with concrete pavement for the westbound Mulberry approach, the southbound Riverside approach, and the interior intersection. The existing southbound to eastbound turn lane concrete pavement will remain in place. 3.23 A three dimensional model of the Riverside Avenue/Mulberry Street intersection will be developed, using the Inroads package of software, that will facilitate production of a grading plan. 3.24 A preliminary grading plan of the Riverside Avenue/Mulberry Street intersection will be developed. Critical ride or return profiles will be developed. 3.25 Impacts to the Union Pacific and Great Western railroad crossing on Mulberry Street east of Riverside Avenue will be defined and coordination with the railroad will be initiated. The project will likely replace pavement up to the railroad crossing. Modifications to the crossing or the signals will require processing of a PUC application. It would be in the City's and CDOT's best interest to avoid this. We have assumed that no work will be performed on the crossing or signals. 3.26 Impacts to existing utilities will be defined and a mitigation plan established. Plans will be provided to the individual utility companies and a meeting held to further discuss impacts and timeliness for mitigation in conjunction with the City's utility coordination effort. Potholing will be conducted for identified utilities if necessary. 3.27 Preliminary construction phasing plans will be developed for the Riverside Avenue/Mulberry Street intersection including possible detour options. The purpose of these plans is to identify a feasible method to construct the project within the project limits or through detours on adjacent streets. 3.28 Preliminary striping plans will be prepared for the Riverside Avenue/Mulberry Street intersection. 3.29 A preliminary concrete jointing plan will be developed for the Riverside Avenue/Mulberry Street intersection and the North College Avenue/Jefferson Street intersection. FELSBURO ll HOLT & U L L E V I G 8/22/02 Page 9 North College Improvements Preliminary and Final Engineering Scope of Work Combined Task Elements 3.30 Preliminary quantities for all proposed work will be calculated and the Opinion of Probable Cost from conceptual design will be updated and enhanced to include miscellaneous costs. Quantities and costs will be separated for each funding source. 3.31 Plans will be prepared according to CDOT standards to a CDOT Field Inspection Review (FIR) (30%) complete stage combining plans prepared for the City and for CDOT into a single plan set. Fifteen (15) half -sized plan sets will be submitted to the City for an in- house quality control review prior to the FIR submittal. THE PROFESSIONAL will attend a meeting with City staff to discuss these review comments and will incorporate those mutually agreed upon into the FIR plans. 3.32 Twenty (20) half sized plans will be submitted to the City and CDOT for review. A FIR meeting will be held with the City and CDOT to discuss comments. Deliverables: Review Plans for Roadway, Streetscape, and Trail Connection Landscape and Irrigation Plans Hydraulic Report P.U.C. Applications Construction Phasing Plans Geotechnical Report and Pavement ROW Requirements ROW Mitigation Plans Detailed Opinion of Probable Cost Graphics for Web Site and Flyers AutoCAD (2000) Base Drawing Recommendations FELSBURG HOLT & ULLEVIO 8/22/02 Page 10 North College Improvements Preliminary and Final Engineering Task 4 Final Engineering Scope of Work THE PROFESSIONAL will finalize the design elements of the project and prepare the project for advertisement. Production of final engineering drawings will be to a CDOT Final Office Review (FOR) (95%) level. City Task Elements 4.1 Horizontal and vertical alignments will be refined to geometrically define the roadway, pedestrian and bicycle facilities, and trail connections. 4.2 Intersection layouts will be finalized to reflect horizontal and vertical geometrics 4.3 Access details and geometrics will be finalized. Driveway plan and profiles will be prepared for each access point along North College Avenue. 4.4 Outside edge treatments will be finalized and details will be created to describe each treatment. 4.5 Hydrology and hydraulic analysis along North College Avenue will be finalized and location, size, and type of drainage system will be confirmed. Drainage plans, profiles, details, and quantity tabulations will be produced and the drainage report will be updated and submitted for final approval. 4.6 Landscaping and irrigation plans and details will be finalized, and quantity tabulations will be prepared. The Poudre River Trail connection design will be finalized. 4.7 Railroad coordination will continue with the BNSF and UPRR railroads. The limits of work and responsibility will be defined and scheduled. Railroads typically perform work on their facilities with reimbursement. Any comments regarding the P.U.C. applications from the railroads will be addressed. THE PROFESSIONAL will assist the City and CDOT with producing agreements for work to be performed by railroad forces. 4.8 Traffic signal design will be finalized based upon the City of Fort Collins Standards. 4.9 Final construction phasing plans will be developed. Construction traffic control plans will not be produced. Quantities for traffic control items will be estimated for bidding purposes; however, it will be the contractor's responsibility to develop a method of handling traffic and to produce plans. THE PROFESSIONAL will produce a "performance specification" that defines the traffic control expectations from the contractor. 4.10 Signing and striping design will be finalized complementing the Manual on Uniform Traffic Control Devices (MUTCD) and the City of Fort Collins Standards. 4.11 Grading and erosion control plans will be produced that display proposed contours, identifies locations of erosion control devices, quantifies the amount of materials, and details materials and placement techniques. FELSBURO HOLT & ULLEVIO 8/22/02 Page 11 North College Improvements Preliminary and Final Engineering Scope of Work 4.12 A final concrete jointing plan will be developed for the North College Avenue/Cherry Street intersection and the alley connecting Maple Street and Cherry Street. 4.13 A final pedestrian lighting plan and electrical design will be developed and coordinated with the City Utilities Department. 4.14 Prepare graphics for and attend a public meeting to present the final plans. The meeting will be organized and conducted by the City. THE PROFESSIONAL will assist the City with advertisement of the meeting through production of a mailer/flyer. CDOT Task Elements 4.15 Plans and typical sections will be finalized for the overlay work along Riverside Avenue/Jefferson Street. 4.16 The intersection layout at Riverside Avenue and Mulberry Street will be finalized to reflect horizontal and vertical geometrics. 4.17 Railroad coordination will continue with the Union Pacific and Great Western railroads. THE PROFESSIONAL will assist the City and CDOT with producing agreements for work to be performed by railroad forces. 4.18 Final construction phasing plans will be developed. Construction traffic control plans will not be produced. Quantities for traffic control items will be estimated for bidding purposes; however, it will be the contractor's responsibility to develop a method of handling traffic and to produce plans. 4.19 Striping plans will be finalized complementing the Manual on Uniform Traffic Control Devices (MUTCD) and the City of Fort Collins Standards. 4.20 A final grading plan for the Riverside Avenue/Mulberry Street intersection will be produced that displays proposed contours. 4.21 A final concrete jointing plan will be developed for the Riverside Avenue/Mulberry Street intersection and the North College Avenue/Jefferson Street intersection. Combined Tasks 4.22 THE PROFESSIONAL will prepare final plans according to CDOT standards to a FOR (95%) level that depict the design as discussed above. Plan sheets prepared for CDOT for pavement rehabilitation along Jefferson Street/Riverside Avenue will be combined with plan sheets prepared for the City for North College Avenue to form a complete plan set. The following plan sheets are anticipated: FELSBURG HOLT & ULLEVIG 8/22/02 Page 12 North College Improvements Preliminary and FinalEngineering City Sheets Scope of Work Title Sheet 1 Sheet Standard Plans List 1 Sheet Typical Sections 3 Sheets General Notes 1 Sheet Summary of Approximate Quantities 2 Sheets Survey Control Diagram 1 Sheets Right -of -Way Plans 7 Sheets Quantity Tabulations 6 Sheets Miscellaneous Details 5 Sheets Intersection Detail Sheets 2 Sheets Removal Plan Sheets 7 Sheets Roadway Plan Sheets 7 Sheets Roadway Profile Sheets 7 Sheets Driveway Plan and Profile Sheets 7 Sheets Concrete Jointing Plans 2 Sheets Streetscape Details 3 Sheets Landscaping Plans 7 Sheets Irrigation Plans and Details 9 Sheets Drainage Plans 4 Sheets Storm Sewer Profiles 4 Sheets Grading and Erosion Control Plans 7 Sheets Lighting Plans and Details 9 Sheets Signing and Striping Plans 12 Sheets Traffic Signal Plans 5 Sheets Construction Phasing Plans 7 Sheets Cross -Sections 25 Sheets City Subtotal 151 Sheets CDOT Sheets Typical Sections 1 Sheet Summary of Approximate Quantities 1 Sheet Quantity Tabulations 2 Sheets Miscellaneous Details 2 Sheets Intersection Detail Sheets 1 Sheet Removal Plan Sheet 1 Sheet Roadway Plan Sheets 5 Sheets Intersection Profile Sheets 2 Sheets Concrete Jointing Plans 2 Sheets Intersection Grading Plans 1 Sheet Striping Plans 2 Sheets Construction Phasing Plans 2 Sheets CDOT Subtotal 22 Sheets City Subtotal 151 Sheets Total 173 Sheets FELSBURG HOLT & ULLEVIG 8122/02 Page 13 Professional: City: With Copy to: Felsburg Holt & Ullevig City of Fort Collins City of Fort Collins 7951 E. Maplewood Ave. Transportation Planning Purchasing Division Suite 200 P.O. Box 580 P. O. Box 580 Greenwood Corporate Plaza Fort Collins, CO 80522 Ft. Collins, CO 80522 Englewood, CO 80111 Attn: Kathleen Reavis Attn: City Clerk Attn: Dean Bradley, P.E. In the event of any such early termination by the City, the Professional shall be paid for services rendered prior to the date of termination, subject only to the satisfactory performance of the Professional's obligations under this Agreement. Such payment shall be the Professional's sole right and remedy for such termination. 4. Design, Project Indemnity and Insurance Responsibility. The Professional shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all services rendered by the Professional, including but not limited to designs, plans, reports, specifications, and drawings and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. The Professional shall indemnify, save and hold harmless the City, its officers and employees in accordance with Colorado law, from all damages whatsoever claimed by third parties against the City; and for the City's costs and reasonable attorneys fees, arising directly or indirectly out of the Professional's negligent performance of any of the services furnished under this Agreement. The Professional shall maintain commercial general liability insurance in the amount of $500,000 combined single limits, and errors and omissions insurance in the amount of $1,000,000. 5. Compensation. In consideration of the services to be performed pursuant to this Agreement, the City agrees to pay Professional a fixed fee in the amount of Three Hundred Forty- four Thousand Forty-nine Dollars and Fifty cents ($344,049.50) plus reimbursable direct costs per Exhibit "B" Phase 1 Preliminary and Final Design Summary of Costs, consisting of six (6) pages. The parties acknowledge that EDAW, Inc., and Recreation Engineering and Planning (REP) are not PSA 05/01 2 North College Improvements Preliminary and Final Engineering Scope of Work 4.23 THE PROFESSIONAL will develop project specifications that discuss methods, materials, and requirements as related to elements of this project. We anticipate supplementing City of Fort Collins Specifications and CDOT's Standard Specifications for Road and Bridge Construction 1999. In addition, we will assist the City with preparation of the General and Special Conditions sections that are unique to the City and your contract conditions. 4.24 THE PROFESSIONAL will develop an opinion of probable cost for construction of all the improvements. Costs will be separated based upon the three separate funding sources. 4.25 Fifteen (15) half -sized plan sets will be submitted to the City for an in-house quality control review prior to the Final Office Review (FOR). THE PROFESSIONAL will attend a meeting with City staff to discuss these review comments and will incorporate those mutually agreed upon into the FOR plans. 4.26 Twenty (20) half -sized plan sets will be submitted to the City and CDOT for review. A FOR meeting will be held with the City and CDOT to discuss comments. Deliverables: Final Review Plans Final Drainage Report Final Review Specifications Opinion of Probable Costs Graphics for Public Meeting FELSBURG HOLT & U L L E V I G 8/22/02 Page 14 North College Improvements Preliminary and Final Engineering .Scope of Work Task 5 Bid Assistance The City of Fort Collins will advertise the contract and coordinate the bid with contractors and agencies. The THE PROFESSIONAL team will assist the City in the following fashion: 5.1 THE PROFESSIONAL will incorporate final comments from the FOR and provide 100% plans ready for advertisement. Deliverables include: • One (1) full size (22"x34") bond and one (1) half size (11"xl7") bond originals of the plans • AutoCAD electronic files of the design plan • Original hard and electronic copies of the project specifications in Microsoft Word. 5.2 THE PROFESSIONAL will attend a pre -bid meeting to discuss elements of the design with interested contractors. 5.3 THE PROFESSIONAL will respond to questions and comments related to the design from contractors during the bid process and help prepare addenda as necessary. 5.4 THE PROFESSIONAL will review the final bids and provide a recommendation to the City regarding the bids and a contractor. 5.5 After the contract has been awarded to a contractor, THE PROFESSIONAL will prepare a construction plan set and a set of construction project specifications. Deliverables include: • A full size (22"x34") mylar plan set and a half size (11"xl7") bond plan set. AutoCAD electronic files and hard and electronic copies of the project specifications will be provided. Deliverables: Final Plans for Advertisement (full size and half size originals and electronic files) Project Specifications for Advertisement (hard copy and electronic file) Recommendation of a Bid and Contractor Final Plans for Construction (full size mylar, half size bond, and electronic files) Project Specifications for Construction (hard copy and electronic file) FELSBURO HOLT & ULLEVIO 8/22/02 Page 15 North College Improvements Preliminary and Final Engineering scope of Work Task 6 Reviews and Meetings We have assumed that the City will provide a Notice to Proceed by early September 2002 with advertisement in early 2003. FIR plans will be submitted in mid -November; FOR plans will be submitted in late January. Coordination is anticipated throughout the process. The following meetings are anticipated: 6.1 Progress Meetings THE PROFESSIONAL will attend monthly to biweekly progress meetings with City and CDOT staff to discuss the project design, schedule, and to establish goals for the next period. Fifteen (15) meetings are anticipated. 6.2 Formal Plan Review Meetings THE PROFESSIONAL will attend a FIR meeting at the end of preliminary design and a FOR meeting at the end of final design with the City and CDOT to discuss the design and construction documents. THE PROFESSIONAL will collect and incorporate all comments. 6.3 Utility Meetings THE PROFESSIONAL will attend informal utility meetings to discuss design impacts to their facilities, and to discuss utility service needs for the site. Two meetings are anticipated. 6.4 Public Meetings THE PROFESSIONAL shall attend one public meeting as support to the City. We will prepare graphics for this meeting and attend as support to the City's staff. The City shall advertise and conduct the meetings. 6.5 Miscellaneous Meetings THE PROFESSIONAL shall attend miscellaneous coordination meetings as deemed appropriate by the City. These may be for access management discussions, one-on-one meetings with property owners, etc. Ten meetings of two-hour duration have been assumed for this estimate. 6.6 Over the Shoulder Meetings THE PROFESSIONAL shall participate in one-on-one meetings with City Engineering staff to present progress and to massage design elements in a less formal process. We have assumed that these will be split between our offices and your offices. We have assumed that there will be six (6) of these meetings. Deliverables: Meeting Minutes and Necessary Graphics and Staff Support for the Meetings FELSBURG HOLT & ULLEVIG 8/22/02 Page 16 North College Improvements Preliminary and Final Engineering Task 7 Construction Management Scope of Work Construction services are not added as a part of this scope of work. However, at the City's discretion, these services could be provided as a contract amendment. We would commit to providing these services at the billing rates listed below: Principal II Principal I Associate Sr. Engineer Engineer III Engineer II Engineer Senior Designer Designer 11 Designer I Administrative $140.00/hour $125.00/hour $115.00/hour $100.00/hour $ 90.00/hour $ 80.00/hour $ 70.00/hour $ 85.00/hour $ 65.00/hour $ 60.00/hour $ 55.00/hour FELSBURG HOLT & ULLEVIG 8/22/02 Page 17 NORTH COLLEGE AVENUE IMPROVEMENTS - PHASE 1 PRELIMINARY AND FINAL DESIGN CITY OF FORT COLLINS August 22, 2002 Summary of Costs Task City CDOT Total Task 1 - Project Inititation $ 4,295.00 $ 1,930.00 $ 6,225.00 Task 2 - Data Collection $ 14,114.00 $ 7,305.00 $ 21,419.00 Task 3 - Preliminary Engineering $ 110,410.00 $ 29,990.00 $ 140,400.00 Task 4 - Final Engineering $ 65,985.00 $ 20,120.00 $ 86,105.00 Task 5 - Bid Assistance $ 12,865.00 $ 4,650.00 $ 17,515.00 Task 6 - Reviews and Meetings $ 46,253.00 $ 18,735.00 $ 64,988.00 Task 7 - Construction Management $0.00 $0.00 $ - Other Direct Costs $ 4,578.50 $ 2,819.00 $ 7,397.50 TOTAL $ 258,500.50 $ 85,549.00 $ 344,049.50 NORTH COLLEGE AVENUE IMPROVEMENTS - PHASE 1 PRELIMINARY AND FINAL DESIGN CITY OF FORT COLLINS August 22, 2002 FEE PROPOSAL CITY OF FORT COLLINS �3 FELSBURG ri HOLT & If[ I FVI1f; SENIOR ENGINEER ENGINEER SENIOR DESIGNER ACKERMAN UNDERGROUND UTILITVSERVICES ENGINEER I DESIGNER II CLERICAL FHU COST EDAW KUMAR JENGINEERING� INC. TOTAL COST RRF MRH CDT JC N CG TASK $ 100,00 $ ]000 $ ]000 $ 8500 $ 65.00 $ 5500 i.Pro'ectInitiation1.2 Kick-OffMeetin NPRINCIPAL 3 2 3 i $ 1440.00 $ 265.00 $ 125.00 $ 98500 $ 485,00 $480 001.3 $ 2 905.00 $125.001.4 $ 125.00 1.2 Desi n Criteria Contact List Pro ec1 Schedule 1.5 MeetingMinutes $ $ 320.00 2 19500 $ 195,00 TASK I SUBTOTAL 1 5 3 1 3 1 10 1 3 1 0 0 3 $ 2,345.00 jj $ 1,470.00 1 $0.00 1 S480.00 1 $0.00 $ 4,29500 2. Data Collection 2.1a Suwe Assislance/Com tibll 1 11[$ 2.1b Field Confirm Exisbn Conditions M164 4 1900.00 $ 560.00 $ 4,200.00 $ 270.00 $800,00 $ 1,900002.icCreateExisbn $1,630.00 $ 4200.00 DTM 2.2 Ri M-of-Wa Imesti alions 2.3 Utili Database 4 4 200 $ 820.00 2.4 Geotechnical Subsurface Ex oration $ 2,82000 2.720.00 $ $ 2 844 00 $ 844,000 TASK 2SUBTOTAL i 1 0 108 12 0 24 0 1 $ 10,200.00 $ 270.00 1 $ 2.13",00 1 $80000 $0.00 1$ 14,11d.00 3. Prelimina E ineerin 3.1 Hodmntal 8 Verfical Ali nmenk 3.21ntersection La outs 32 $ 6,050.00 3A Access Geoes 32 40 40 8$ 20 24 16 $ 3,540.00 $ 3,800.00 $ 384000 ,. $ 2800.00 $ 3,540.00 $ 3,800,00 $ 3.840,00 2,800.00 3.4 Cdfical profiles at rt -of-wa ad es 3.5a 3-d 3-dimensional Model Creation 3.5b Earthwork 35c Cross-section 4 8 t6 156000 $ 1000 $ 560.00 $ 1,600 .00 3.6a H rolo 3.6b H draulim 4 2 30 30 20 16 $ $ 3 ,6560 0,00 00 $ 2,560.00 $ 3,600.00 3.6c PreliminaryH raulin Re rt 3.7 Gradingand Erosion Control 1 8 16 2 2 2 $ 2,040.00 $ 2,040.00 3.8a Streetma /Landsca i Desi n 8 4 24 $ 3,35500 $ 560.00 $ 16,995.00 $ 3,355.00 $ 1] 555.00 3.8b I ' fion Design 3.9 Trail Connection Desi n 8 $ 280.00 $ 3,860.00 Raa 3.1Railroad Coordination 12 48 $ 560.00 $ 3.305.00 $ 3,865. 0 3.11 I Utilityra 8 MN 'on Plan 1 1 16 8 20 $ 6,160.00 $ 6160.00 3.11b Utility Potholing 4 16 $ 2,935.00- $ 2,935.00 3.12 Tra/fic Si ( Desi n 4 16 24 �6 $ 280.00 $3,000.00 $ 3,280.00 $ 2,900.00 3.13 Construction Phasin 3.14 Signmy & Striping12 $ 3.22000 $ 3,220.00 3.15 Concrete Joirrhng Plan 18 $ 2,010.00 $ 2010.00 3.16 Pedestrian U 'n Desi n 12 8 $ 1,360.00 $ 1,360.00 3.17 Geolechnical Re rt $3,390.00 S 3,390.00 3.18a Right -of -Way DefinPoon 8 $ 2 3� $ 2 300.00 3.181, RiI Plan Draftin 16 8 $ 1,080.00 1,080.00 3.18c Property Owner ROW Plans 2 1 2 8 4 24 4 8 40 tfi $ 3,720.00 $ 1,fi00.00 $ 96000 $ 2,170.00 $ 3,720.00 $ 600.00 $ 3,130.00 3.Graphics Su rtfor C' Web Pa e 3.30 Opinion of Probable Costs 3.31 0%Pre-FIR Plan Production 1 18 16 $ 3,565.00 $ 3,045.00 S 2,985.00 $ 2,18500 $640.00 $ 7,190.00 3.326 0%FIR Plan Production i6 $ 1,600.00 $ 1,600.00 TASKS SUBTOTAL 191 13 1 19 424 108 10 1 394 1 2 $ 69,580.001, $ 31,50000 $ 2.300.00 $4,030.00 $3,000.-0 $ 110A10.00 4. Final E 'reed 4.1 Hoirzonlal & Vertical Alignments $ 2,680.00 4.21nlersedon La uLs 16 12 E 1,900.00 S 2.680.00 4.3 Access Geornen,10 16 $ 1 140.00 $ 7 740.00 NORTH COLLEGE AVENUE IMPROVEMENTS - PHASE 1 PRELIMINARY AND FINAL DESIGN CITY OF FORT COLLINS August 22, 2002 FEE PROPOSAL CITY OF FORT COLLINS INEELSBURG C� HOLT & ULLEVIG PRINCIPAL DPB I ASSOCIATE ELL SENIOR ENGINEER RRF ENGINEER I MRH I CDT ENGINEERfff CLERICAL CG FHU COST EDAW KUMAR ACKERMAN ENGINEERING UNDERGROUND UTILITY SERVICES INC. TOTAL COST TASK $ 125.00 $ 115.00 $ 100,00 $ 70.00 $ 70.00 $ 55,00 4.40u1sideEdge Treatments 4.5a Drainage Plans 8 Profles 4.Sb Final Hydraulics Re rt 4.6a Streetw antlsca in Des, n 4.6b Irritation Design 4.6c Trail Connection Desi n 4.7 Railroatl Coordination / PUC lication 4.8 Traffic Signal Desi n 4.9 Construction Phasi 4.10Si ni BStn i Gradin 8 Erosion Control Plans 4.12 Concrete Learn Plan 6.13 Pedesbian li Min Plans 4.14 Pudic n House See Task 6.4 4.22a 95% Pre -FOR Plan Production 4.22b Eartliwork 422C CrossSectioas 4.23ProectS c,ficaeons 4.24 'nion of Probable Costs 4.26 City Quality Control Review 4.2695% FOR Plan Produceon 12 2 1 4 2 4 2 1 1 8 1 1 16 8 6 48 8 8 6 12 12 8 24 40 16 8 24 8 8 2 12 12 12 24 20 i6 24 16 1 3 $ 2,16000 $ 3,470,00 $ ggp.pp $ 880,00 $$ $ $ $1150�00 $ $ $ 1,200.00 $ - $ _ $ 2,525.00 $ 840.00 $ 1,860.00 $ 256000 ,. $ 4,330.00 $ 3,180,00 $ 1,600.00 $ 6.5]0.00 $ 1,125,00 1,640.00 I $ 2,520.00 ,. $ 119000 11 $ 2,775.00 1 $3.23000 $860.00 $640.00 1 $ 2160.00 $ 3,470.00 $ 470,00 $ 7,130.00 $ 1,265.00 $ 2,060.00 $ 6 160.00 $ 1,580.00 5000 14.11 $ 2,160.00 $ 1,200.W $ 3230.00 $ $ 5,045.00 $ 840.00 $ 1860.00 $ 4,610.00 $ 7745,00 $ 3,180.00 $ 1,60000 TASK SUBTOTAL 1 25 4 1 10 1 280 1 42 1 i 277 4 $ 45,435.00R2,310DO 820.00 $0.00 $4,730.00 $0.00 $ 65,985.00 5. Bid Assistance 5.2 100% Bid Plans and S ecifications 5.2 Pre -Bid Meetin 5.30uestlon Res nse 5.4 Final Bid Review 5.5 Construction Plans and S ificabons 2 1 1 16 g 6 1 8 2 24 16 1 1 1 1 $ 2 875.00525.00 $ 5150011,00 $ 600.00075.00 $ 195.00315.00 $ 1, 555.00 $2,100 00 $ 7,500,00 $ 1.525,00 $ 1675.00 $ 510.00 $ 1 510 00 TASK SSUBTOTAL 4 0 0 34 2 0 40 4 $ 5,840.002600 $000 $2,100.00 $0.00 $ 12,865.00 6. Reviews 8 Me satin s 6.1 MorHhl ress Meetings 15 6.2 Fannal Plan Reviews (FIR and FOR 6.3 UtilityMeeB 2 6.4 Pudic n House Meeting1 6.5 Miscellaneous Meeti s 10 6.60ver-theShoulder Meefin s fi 24 10 6 3 24 16 10 12 8 48 16 9 8 36 40 i6 10 6 1 1 6 $ 10,850.0058.00 $ 5,0750040.00 $ 1,435.00 $ 935,0050.00 $ 5.850.0010.00 $ 2,800001000 $1 120.00 $1,120,00 E 18,728.00 $ 8835.00 $ 1,435.00 $ 2.685,00 g g q60 W $ 9,11 460.00 TASK 6 SUBTOTAL 67 26 20 157 26 0 0 14 $ 26,945,00 .068.00 $0.00 $2,240.00 $0.00 $ 46,253.00 OTHER DIRECT COSTS $ 4,228.50 $350.00 $ 4,578S0 TOTALS 121 47 52 1 113 193 11 735 2 $$164,573.50 $71.053.00 $5,144.00 $14,73000 $3,00000 .$ 2$$,$OQ $Q NORTH COLLEGE AVENUE IMPROVEMENTS - PHASE 1 PRELIMINARY AND FINAL DESIGN CITY OF FORT COLLINS August 22, 2002 FEE PROPOSAL COOT XrP FELSBU r4 HOLT I11_i FV SENIOR ENGINEER ENGINEER SENIOR DESIGNER PRINCIPAL I ASSOCIATE ENGINEER I I DESIGNER II CLERICAL FHU COST TOTAL COST DPB ELL RRF MRH CDT JC zV CG TASK $ 125.00 $ 115.00 $ 100.00 $ 70.00 $ 70.00 $ 85.00 $ 65.00 $ 55.00 2. Data Collection 2.5a Surve Assistance/Com atibili 1 16 4 2.5b Field Confirm Existing05.00 Conditions 8 $ 1,505.00 $ 1,5 2.5c Create ExistingDTM 40 $ 560.00 $ 505.00 2.6 Utility Database 16 $ 2,800.00 $ 2,800.00 2.7 Obtain Geotechnical Recommendations 4 16 $ 2,160.00 $ 2,160.00 $ 280.00 $ 280.00 TASK 2 SUBTOTAL 1 1 0 0 84 0 0 20 0 $ 7,305.00 $ 7,305.00 3. Preliminary En ineerin 3.20 Horiz.Control/T .Sections for Overla 4 24 40 $ 4,780.00 $ 4,780.00 3.21 Supplemental Improvements on Riverside 12 16 $ 1,880.00 3.22 Intersection Layout 60 $ 1,880.00 3.23 3-dimensional Model Creation 20 16 $ 5,240.00 $ 5,240.00 - 3.24 Grading Plan 2 12 $ 1,400.00 $ 1,400.00 3.25 Railroad Coordination 6 24 16 $ 2,110.00 $ 2,110.00 3.26a ItIm act & Mitigation Plan 8 10 $ 3,080.00 $ 3,080.00 3.26b Utilit Potholing 2 8 $ 1,080.o0 $ 1,080.00 3.27 Construction Phasin 2 32 $ 140.00 $ 140.00 3.28 Stri in Plans 8 8 3,010.00 3.29 Concrete Jointin Plan 20 12 1,340.00 1,340.00 3.30 O inion of Probable Costs 1 16 12 iM 3.32 60% FIR Plan Production 1 8 8 1,765.00 20 1,985.00 TASK 3 SUBTOTAL 14 2 0 246 0 0 166 0 $ 29,990.00 $ 29,990.00 4. Final En ineenn 4.15 Plans & Typical Sections for Oveda 4 16 12 1 $ 2,T4 0 $ 2,400.00 4.16 Intersection Layout 24 12 $ 2,460.00 $ 2,460.00 4.17 Railroad Coordination 6 12 10 $ 2,240.00 $ 2,240.00 4.18 Construction Phasing /CTC 1 16 8 $ 1,765.00 4.19 Striping Plans 4 $ 1,765.00 4.20 GradingPlan 6 8 $ 800.00 $ 800.00 4.21 Concrete Jointing Plan 8 10 $ 1,070.00 $ 1,070.00 4.22a 95% FOR Plan Production 1 16 16 $ 1,600.05 $ 1,600.00 4.22b Segregated Approximate QuantityTab 8 24 $ 2,805.001 2,805.00 $ 560.00 $ 560.00 NORTH COLLEGE AVENUE IMPROVEMENTS - PHASE 1 PRELIMINARY AND FINAL DESIGN CITY OF FORT COLLINS August 22, 2002 FEE PROPOSAL CDOT � FELSBU IN H O I_ T ULLEV SENIOR ENGINEER ENGINEER SENIOR DESIGNER TASK PRINCIPAL I DPB $ 125.00 ASSOCIATE ELL $ 115.00 ENGINEER RRF $ 100.00 I MRH $ 70.00 I CDT $ 70.00 DESIGNER JC $ 85.00 II Zv $ 65.00 CLERICAL CG $ 55.00 FHU COST TOTAL COST 4.23 Pro'ect S ecific dons 4.24 O inion of Probable Costs 4 1 16 30 8 1 $ 1,675.00 $ 2,745.00 $ 1,675.00 $ 2,745.00 TASK4 SUBTOTAL 17 0 0 156 0 0 108 1 $ 20,120.00 $ 20,120.00 5. Bid Assistance 5.1 100% Bid Plans and S ecificetions 5.2 Pre -Bid Meetin 5.3 Question Res onse 5.4 Final Bid Review 5.5 Construction Plans and S ecifcations 2 1 1 16 3 4 1 4 24 8 1 1 $ 2,735.00 $ 460.00 $ 405.00 $ 195.00 $ 855.00 $ 2,735.00 $ 460.00 $ 405.00 $ 195.00 $ 855.00 TASK 5 SUBTOTAL 4 0 0 1 28 1 0 0 32 1 2 $ 4,650.00 $ 4,650.00 s 6. ReviewlPogress 6.1 Monthly Meetin s 12 6.2 Forviews FIR and FOR 6.3 Ufili 2 MisMeetin s 10 Meetings 6 24 6 4 16 8 6 24 8 48 10 5 24$ 8 6$ 6 $ 10,570.0 3,415.00 $ 415.00 3,900.00 $ $10,570.00 $ 3,415.00 $ 850.006.6 $ 3,900.006.7Oveder $ TASK 6 SUBTOTAL 50 14 1 32 87 14 0 0 1 11 $ 18,735.00 $ 18,735.00 OTHER DIRECT COSTS $ 2,819.00 $ 2,819.00 TOTALS 89 19 35 611 17 0 326 14 $ 85,549.00 li $ 85,549.00 NORTH COLLEGE AVENUE IMPROVEMENTS - PHASE 1 PRELIMINARY AND FINAL DESIGN CITY OF FORT COLLINS AUGUST 22, 2002 IN FELSBURG DIRECT NON -LABOR EXPENSES ro rI O L,T CSL_ In Progress Review Prints U L. L.. E V I G 1000 Shts @ 11"x17" Xerox Copies 1000 @ $ 0.11 = $ 110.00 Misc. Copies for Meeting Minutes, etc. (8-1/2"xl1") 1000 @ $ 0.07 = $ 70.00 Full Size Display Prints (Color) (sf) 2500 @ $ 0.31 = $ 775.00 Pre -FIR City In -House Review 15 @ 173 Shts @ 11 "x17" Laser (Plans & Cross -Sections) 2595 @ $ 0.11 = $ 285.45 346 Check Prints @ 11"x17" Laser 346 @ $ 0.11 = $ 38.06 Field Inspection Review (FIR) Plans 20 @ 173 Shts @ 11 "x17" Laser (Plans & Cross -Sections) 3460 @ $ 0.11 = $ 380.60 346 Check Prints @ 11"x17" Laser 346 @ $ 0.11 = $ 38.06 Pre -FOR City In -House Review 15 @ 173 Shts @ 11"x17" Laser (Plans & Cross -Sections) 2595 @ $ 0.11 = $ 285.45 346 Check Prints @ 11"xl7" Laser 346 @ $ 0.11 = $ 38.06 Project Specifications 15 @ 50 Sheets @ 8-1/2"xi V 750 @ $ 0.07 = $ 52.50 Final Office Review (FOR) Plans 20 @ 173 Shls @ 11 "x17" Laser (Plans & Cross -Sections) 3460 @ $ 0.11 = $ 380.60 346 Check Prints @ 11"x17" Laser 346 @ $ 0.11 = $ 38.06 Project Specifications 20 @ 50 Sheets @ 8-1/2"x11" 1000 @ $ 0.07 = $ 70.00 Bid Set Submittal Full Size Originals of 22"x34" @ 173 Shts (at) 900 @ $ 0.31 = $ 279.00 20 @ 187 Shts @ 11"xi7" Laser (Plans & Cross -sections) 3460 @ $ 0.11 = $ 380.60 173 Check Prints @ 11"x17" Laser 173 @ $ 0.11 = $ 19.03 Project Specifications 20 @ 50 Sheets @ 8-1/2"x11" 1000 @ $ 0.07 = $ 70.00 Construction Set Submittal Mylar Originals of 22"x34" @ 173 Shts 173 @ $ L50 = $ 259.50 20 @ 173 Shts @ 11 "x17" Laser (Plans & Cross -sections) 3460 @ $ 0.11 = $ 380.60 173 Check Prints @ 11"x17" Laser 173 @ $ 0.11 = $ 19.03 Project Specifications 20 @ 50 Sheets @ 8-1/2"xl 1" 1000 @ $ 0.07 = $ 70.00 Reports Final Drainage Report Report Text and Tables 2 submittals @ 40 shts @' 15 copies @ 8-1/2" x1l" = 1200 @ $ 0.07 = $ 84.00 Graphics 2 submittals @ 20 shts @' 15 copies @ 11" x17" = 600 @ $ 0.11 = $ 66.00 Delivery Service 10 Trips @ $30/ea. 10 @ $ 30.00 = $ 300.00 Mileaoe 38 Trips @ 170 miles/ea. 6460 @ $ 0.37 = $2,367.90 Miscellaneous Materials = $ 200.00 TOTAL DIRECT EXPENSES = $7,047.50 Note: Assume 40 % of CDC is CDOT's responsibility, 60% of CDC is City's responsibility. parties to this agreement. However, the rates listed for services to be provided by these subcontractors shall be the rate paid by the City to the Professional for these Services. If the amount charged by these subcontractors exceed the rates listed in Exhibit "B", the excess amount shall not be paid or owed by the City. Monthly partial payments based upon the Professional's billings and itemized statements are permissible. The amounts of all such partial payments shall be based upon the Professional's City -verified progress in completing the services to be performed pursuant hereto and upon the City's approval of the Professional's actual reimbursable expenses. Final payment shall be made following acceptance of the work by the City. Upon final payment, all designs, plans, reports, specifications, drawings, and other services rendered by the Professional shall become the sole property of the City. 6. City Representative. The City will designate, prior to commencement of work, its project representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to the City Representative. 7. Proiect Drawings. Upon conclusion of the project and before final payment, the Professional shall provide the City with reproducible drawings of the project containing accurate information on the project as constructed. Drawings shall be of archival quality, prepared on stable mylar base material using a non -fading process to prove for long storage and high quality reproduction. 8. Monthly Report. Commencing thirty (30) days after the date of execution of this Agreement and every thirty (30) days thereafter, Professional is required to provide the City Representative with a written report of the status of the work with respect to the Scope of Services, Work Schedule, and other material information. Failure to provide any required monthly report may, at the option of the City, suspend the processing of any partial payment request. 9. Independent Contractor. The services to be performed by Professional are those of PSA 05/01 3 Client#: 5684 Fl:1 urn ACORD. CERTIFICATE OF LIABILITY Y DATE/0502 INSURANCE I 09102 PRODUCER Van Glider Insurance Corp. 700 Broadway, Suite 1000 Denver, CO 80203 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 303 837-8500 INSURERS AFFORDING COVERAGE INSURED Felsburg Holt & Ullevig, Inc. 7951 E. Maplewood Avenue #200 Englewood, CO 80111 INSURERA: St. Paul Insurance INSURERS: Hartford Insurance Group INSURER c: Kemper Insurance Company INSURER : Security Ins Co of Hartford INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR TYPE OF INSURANCE POLICY NUMBER POLICYEFFECTIVE AT MMIDDNYI POLICYEXPIRAnON DATE (MMID LIMITS A GENERALLIABILITY BKO1116179 05/01/02 05/01/03 EACH OCCURRENCE $2000000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR FIRE DAMAGE (Any one fire) $1000000 MED EXP(My one person) $10000 PERSONAL B ADV INJURY s2,000,000 GENERALAGGREGATE s4,000.000 GENT AGGREGATE LIMITAPFLIES PER: PRODUCTS-COMP/OPAGG $4000000 POLICY PRO- LOC B AUTOMOBILE X LIABILITY MY AUTO 34UECFW5245 05/01/02 65/01/03 COMBINED SINGLE LIMIT (Ee emident) $1,000,000 BODILY INJURY (Per parson) $ ALL OWNED AUTOS SCHEDULED AUTOS X X HIRED AUTOS NONOWNEDAUTOS BODILY INJURY (Perecddent) $ PROPERTY DAMAGE (Per ecddent) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHERTHAN EA ACC AUTO ONLY: qGG $. ANY AUTO E A EXCESS X LIABILITY OCCUR CLAIMS MADE BKO1116179 05/01/02 Q5/01/03 EACH OCCURRENCE s2000000 AGGREGATE s2,000,000 DEDUCTIBLE X RETENTION $10000 $ C WORKERS COMPENSATION AND 7CO50995216 05/01/02 05/01/03 J( WC STATU- OTH- EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $500,000 E.L. DISEASE - EA EMPLOYEE $SOO1 E.L. DISEASE - POLICY LIMIT $500000 D OTHER Architects & PL7043820EX704382 06/21/00 06/21/03 $2,000,000 Ea Claim nglneers $4,000,000 Aggregate rofessional Liab DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLESMXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: #P-768 North College Corridor Improvements Phase I City of Fort Collins Administrative Services -Purchasing 215 N Marson St., 2nd Floor PO Box 580 Fort Collins, CO 80522-0580 SHOULD ANYOF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TOMAIL30_DAYS WRITTEN NOTICETOTHE CERTIRCATE HOLDER NAM ED TOTHE LEFT, BUTFAILURE TODOSOSHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY IUND UPON TH E INSURERJTS AGENTS OR 1 of 1 #S2591125/M244692 4RRR an independent contractor and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Professional's compensation hereunder for the payment of FICA, Workers' Compensation, other taxes or benefits or for any other purpose. 10. Personal Services. It is understood that the City enters into this Agreement based on the special abilities of the Professional and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Professional shall neither assign any responsibilities nor delegate any duties arising under this Agreement without the prior written consent of the City. 11. Acceptance Not Waiver. The City's approval of drawings, designs, plans, specifications, reports, and incidental work or materials furnished hereunder shall not in any way relieve the Professional of responsibility for the quality or technical accuracy of the work. The City's approval or acceptance of, or payment for, any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement. 12. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default. 13. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period often (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non -defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non -defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because of the default. 14. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire PSA 05/01 9 agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 15. Law/Severability. The laws of the State of Colorado shall govern the construction, interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. THE CITY OF FORT ^ COLLINS, COLORADO By: 't - .r John �'Fischbach City Manager By: \J�r a es B. O'Neill II, CPPO, FNIGP Director Purchasing & Risk Management DATE: =CT APPRQq�D AS TO FORM: nt City PSA 05/01 5 Felsburg Holt & Ullevig, Inc. Title: 'Hf- ep r/ CORPORATE PRESIDENT OR VICE PR SIDENT Date: 9 A/D 2 (Corporate Seal) PSA 05/01 EXHIBIT A North College Improvements Preliminary and Final Engineering PROJECT DESCRIPTION Scope of woriz The City of Fort Collins wishes to contract with Felsburg Holt and Ullevig to design and prepare construction documents for the North College Avenue Improvements from Jefferson to Vine Drive. In partnership with the City, CDOT will add elements of Jefferson/Riverside from North College to Mulberry to the project. This proposal has been structured to comprehensively - describe the scope of work for the entire project, yet segregate the work to be performed for both the City's portion and the CDOT's portion of the project. City of Fort Collins Elements Improvements for this project include drainage, bicycle and pedestrian, access, and roadway improvements along North College Avenue between Jefferson Street and Vine Drive as defined by the Building Community Choices ballot initiative. Preliminary and final design of this project will implement the Fiscally Constrained Plan presented in the North College Avenue Improvements - Phase 1 Conceptual Design Report and Plan, dated February, 2002. New construction along North College Avenue will begin approximately 100' south of the Jefferson Street intersection and will extend north to the former power plant entrance. Construction between the former power plant entrance and the Vine Drive intersection will be limited to the Poudre River Trail connections and restriping along North College Avenue. In addition, improvements will be designed along Jefferson Street, Maple Street, Cherry Street, and Willow Street 300' to 400' beyond the North College Avenue intersection. CDOT Elements CDOT, as a part of their pavement management program, has budgeted monies for fiscal year 2004 to implement a pavement rehab plan along Jefferson Street/Riverside Avenue from Mulberry Street (SH 14) through the Jefferson Street/North College Avenue (US 287) intersection. THE PROFESSIONAL will design and produce plans for this pavement rehabilitation for CDOT. CDOT is performing the geotechnical investigations and will provide THE PROFESSIONAL with pavement recommendations. It is assumed that THE PROFESSIONAL will perform the following tasks as a part of the CDOT rehabilitation portion of the project: • Produce plans for a mill and overlay along Jefferson Street/Riverside Avenue from Mulberry Street to North College Avenue. This also includes curb and gutter repair at locations designated by CDOT and the City of Fort Collins. The overlay plans will include typical sections, a large-scale plan layout and tabulation - relying on specifications to control the majority of the work. • Design and prepare plans for partial replacement (in concrete) of the intersection at Riverside Avenue and Mulberry Street, including project specifications and quantity tabulations. • Design and prepare plans for the Jefferson Street and North College Avenue intersection. CDOT will be responsible for funding the concrete pavement at the intersection and approach lanes on North College Avenue and Jefferson Street. THE PROFESSIONAL will assemble a single combined plan package for submittal to the City and CDOT. Tabulations and the opinion of probable cost will separate items based upon the three separate funding sources, which include state rehab funds, CMAQ funds, and the City's Building Community Choices funds. FELSBURG HOLT & U L L E V I G 8/22J02 Page I North College Improvements Preliminary and Final Engineering PROJECT TEAM Scope of Work Felsburg Holt & Ullevig will be the singular point of contact for this work assignment. Many work assignments will be performed using our in-house capabilities. Where we do not have the expertise, we have supplemented those skills with those of EDAW, Inc., Kumar & Associates, Inc., and Ackerman Engineering. Individual responsibilities include: Felsburg Holt & Ullevig - EDAW, Inc. - Kumar & Associates, Inc. - Ackerman Engineering - Project Management Roadway Design Roadway Hydrology/Hydraulics Utilities Railroad Coordination Traffic Engineering Striping -Signing / Construction Phasing Public Involvement Assistance Poudre River Trail Connection Design Streetscape and Landscaping Design Geotechnical Investigation Pavement Design Pedestrian Lighting Design FELSBURG HOLT & ULLEVIG 8/22102 Page 2 North College Improvements Preliminary and Final Engineering KEY PERSONNEL Scope of Work Dean Bradley, P.E. (THE PROFESSIONAL) - Principal / Project Manager - Mr. Bradley will be responsible for day to day management of the project through design, and will be the principal point of contact with the City. His responsibilities will include management of THE PROFESSIONAL and subconsultant resources, timelines, and budgets to assure that the project is completed in a timely fashion and within the agreed budget. Michelle Hansen, E.I. (THE PROFESSIONAL) - Roadway Design - Ms. Hansen will be responsible for roadway design, construction phasing, and for developing construction documents for advertising. Richard R. Follmer, P.E. (THE PROFESSIONAL) - Traffic Engineering - Mr. Follmer will be responsible for traffic signal design and will be assisting Dean Bradley with project management tasks. Edward L. Lind, P.E. (THE PROFESSIONAL) - Hydrology/Hydraulics - Mr. Lind will supervise all site hydrology, hydraulics, storm sewer design, and erosion control design. Chad Twiss, E.I. (THE PROFESSIONAL) — Hydrology/Hydraulics - Mr. Twiss will be responsible for all site hydrology, hydraulics, storm sewer design, and erosion control design. Jana McKenzie, A.S.L.A., (EDAW) - Landscape Architecture / Trail Design - Ms. McKenzie will manage the landscape and irrigation design for the entire project, as well as manage the Poudre River Trail Connection design. Kelley Savage (EDAW) - Landscape Architecture / Trail Design - Ms. Savage will be responsible for streetscape and landscaping design, and the Poudre River Trail connection design. Jim Noll (Kumar & Associates) - Geotechnical Investigation and Pavement Recommendations - Mr. Noll will manage the site geotechnical investigations and pavement evaluations and recommendations. Roger Barker (Kumar & Associates) - Geotechnical Investigation and Pavement Recommendations - Mr. Barker will be the project engineer responsible for performing the geotechnical investigations and pavement evaluations and recommendations. Don Ackerman (Ackerman Engineering) — Lighting Design — Mr. Ackerman will be responsible for pedestrian lighting and electrical design and coordination. FELSBURG HOLT & U L L E V I G 8/22/02 Page 3