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