Loading...
HomeMy WebLinkAbout214608 PBS&J - CONTRACT - CONTRACT - 21210t 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 tows the "City" and PBSU, hereinafter referred to as "Professional'. WITNESSETH: 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 eight (8) 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 two (2) days following execution of this Agreement. Services shall be completed no later than May 31, 2006. 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: drain hydraulics and miscellaneous hydraulic calculations. The work will include the plan and profiles for the proposed storm drain, any cross structures and miscellaneous details for the preliminary engineering submittal. The following presents the work items that will be completed under the drainage study, including specific assumptions required to prepare the described work products. a. Hydrology — the Consultant will provide a detailed hydrologic analysis of the drainage basins within the project area. This will include basin delineation and peak runoff determination. Future and/or current development will also be evaluated for potential impacts to hydrology. Hydrologic methodology will consist of the Rational Method for basins less than 90 acres. b. Four -Lane Preliminary Plan — the Consultant will develop a plan to convey runoff through the project site for the ultimate four -lane arterial roadway section. This analysis will include hydrologic modeling, spread analysis, hydraulic sizing of cross structures, storm drain hydraulic analysis and preliminary layout of an inlet and storm drain system. c. Interim Preliminary Plan — the Consultant will develop a plan to convey runoff through the project site for the interim roadway section. This analysis will include hydrologic modeling, spread analysis, hydraulic sizing of cross structures, storm drain hydraulic analysis and preliminary layout of an inlet and storm drain system. d. Plan Sheets - Preliminary plans at a scale of 1"=20' will be prepared for both the four -lane and the interim designs, showing the layout of the proposed drainage facilities. 3. Preliminary Utility Coordination & Design — the Consultant will contact each utility company with facilities within the project limits. Coordination and review will be completed for the required utility relocations. This project will consider all utilities including but not limited to overhead power poles, buried gas, water, sanitary sewer, cable television, electric and telephone services (including fiber optic). The existing large diameter water lines will be protected and are not anticipated to require relocation although they will need to be field located as part of the design effort. The Consultant shall work with the City to conduct potholing to verify utility locations and vertical data, determine potential conflict areas for shallow utilities, services and other field obstructions, and provide utility modification or relocation recommendations where there are conflicts. The City will be responsible for the completion of potholing at locations that are recommended by the consultant. The Consultant shall contact the impacted utility companies or districts, providing them assistance throughout the design process. The Consultant will help develop the necessary schedule for the utilities to be adjusted in order to complete the roadway improvements in the 2006 construction season. The Consultant shall notify and mail to the utility companies the plan, profile and cross -sections of the preliminary engineering submittal (and provide them with electronic files if requested). The Consultant will follow up with the utility companies on a regular basis to make sure designs and relocations by the utility companies are staying on schedule. 4. Preliminary Geotechnical Investigation and Pavement Design — The Consultant will provide the geotechnical investigation and Preliminary Pavement Design Report in accordance with the City of Fort Collins requirements. Pavement borings spaced at 250' on -center (24 each) will be completed. The boring samples will be returned to the laboratory for soil identification and testing in accordance with Fort Collins specifications. A draft Geotechnical and Pavement Design Report will be submitted to comment. 5. Right-of-way Plans — The City shall prepare the permanent right-of-way (ROW) easement legal descriptions associated with obtaining the necessary ROW, permanent and temporary easements for the roadway widening and any drainage improvements. The Consultant will support this effort by preparing individual "Mitigation Plans" for each property identified for purchase. It is anticipated that these plans will need three revisions to be finalized. The Consultant shall also provide the City with an electronic file of the required right-of-way and easements for the project. Title commitments, appraisals and the ROW acquisition of all such properties will be prepared and performed by the City and are not part of the scope of work. 4 of 7 6. Preliminary Cost Estimates - The Consultant shall prepare preliminary cost estimates. Quantities and unit costs will be completed for the major work elements. In general, the item descriptions and units shall follow CDOT format. 7. Preliminary Engineering Design Plans and Review Meeting - Preparation and submittal of the completed plans for review will include preliminary quantities and construction cost estimate. The following will be completed: a. Prepare plans for review. b. Prepare preliminary cost estimate. c. Prepare and distribute plans prior to the scheduled review date. d. The Consultant shall send plans to the affected utility companies for their review and shall follow up with telephone calls and letters as needed. e. The Consultant's Project Manager shall conduct the meeting, prepare and distribute minutes from the meeting. f. The design plan submittal shall include as a minimum the following sheets: • Title Sheet • Typical Sections • General Notes and Legend • Special Details • Plan and Profile Sheets — including drainage improvements, three -lane interim Section • Plan and Profile Sheets — including drainage improvements, four -lane Section • Traffic Signal Plan (Harmony Road only) • Construction Phasing Plan • Roadway Cross Sections • ROW Plans Attend a preliminary design review meeting to discuss comments to the report and plan submittal. Prepare meeting minutes and responses to comments. At the completion of the preliminary design phase the consultant and City will meet to discuss and make a determination of the proposed final design construction plan package. 8. The consultant will prepare for and attend Board, Commission and/or Council meetings as directed by the City of Fort Collins. It is anticipated that there will be five separate meetings for this task. C. FINAL DESIGN The final design including construction bid plans, cost estimates, and contract documents will be completed for an interim three -lane rural section. The preparation of the ultimate four -lane typical section is not anticipated. However, in the event that the project is successful in identifying additional funding above an interim section, the scope of work and fee will be negotiated prior to commencement of the final design. 1. Final Design Plans and Review Meeting — Prepare a 95% complete construction plan set and include revisions per comments made during the preliminary plan review meeting. The scope of work for the final design shall include as a minimum the following sheets: • Title Sheet • Typical Sections • General Notes and Legend • Tabulation of Approximate Quantities • Special Details • Survey Control Sheet (by City) • Geometry Layout • Plan and Profile Sheets, three -lane interim Section • Erosion Control/Grading Plans • Traffic Signal Plan (Harmony Road only) • Construction Phasing Plan • Roadway Cross Sections 5 of 7 • ROW Plans 2. Final Drainage Report — the Consultant shall finalize the drainage analysis and design and update the report based upon the preliminary design review and comments. 3. Final Geotechnical and Pavement Design Report — the Consultant shall finalize the geotechnical analysis and pavement design and update the report based upon the preliminary design review and comments. 4. Preparation of construction permits - Complete the permitting necessary for construction of the project. 5. Preparation of Contract Documents and Specifications — Prepare project contract documents and specifications using the Construction Specification Institute (CSI) format. The City will provide a boiler plate that includes the General Conditions and will assist with the modifications. 6. Project Advertisement Package Preparation — Make corrections to plans and contract documents after the final design review meeting and prepare the project advertisement package. Send plan sets to the utility companies and assist the City with developing agreements for utility clearances. 7. Assistance with Project Bidding - The consultant shall attend the pre -bid meeting and answer questions during bidding. 8. Preparation of revised "For Construction" Plan Set — Prepare a final plan set and contract document package that incorporates any revisions required during the bid process. Plans shall be marked "FOR CONSTRUCTION, (DATE)" with each sheet stamped by the consultants Professional Engineer of Record for the project. III. DELIVERABLES The following is an estimate of the deliverables required for this project. The same deliverables will be required for each phase of the project. As the project develops, the type and number of deliverables may vary. Project Administration: Monthly progress reports with monthly invoices Meeting and telephone conversation documentation Quality Control review of all project deliverables prior to their submittal Conceptual Engineering Design - Conceptual Design Report (4 bound/1 unbound copies) - Cross-section sheets at 50' stations along the roadway (include in conceptual design report) - Conceptual Drainage analysis - Traffic Impact Study (included in conceptual design report) Preliminary Engineering Design - Preliminary Plan Package (plans and cost estimate) (3 full-size/11 half-size copies) - Preliminary Drainage Study Hydrology & Hydraulic Report - Preliminary Geotechnical and Pavement Design Report - Right-of-way exhibits (by City) Final Design - Final Plan Package (plans, specifications, and cost estimate).(3 full-size/11 half-size copies) - Finale Drainage Study Hydrology & Hydraulic Report - Final Geotechnical and Pavement Design Report - Construction Plan Package (plans, specifications, and cost estimate) (1 cost estimate, 3 full- size/21 half-size plans, and 24 specification copies) - For Construction Plans and specification (1 Mylar and 1 specification book stamped/signed) IV. DELIVERABLE SCHEDULES The Scope of work described herein shall be completed in accordance with the following schedules. It is anticipated that reviews will occur at the end of each design submittal phase. It is anticipated that reviews will take 4 weeks for each submittal. 6of7 TASK Notice to Proceed Complete topographic survey Submit Conceptual Design Report Preliminary Plan Submittal Final Design Submittal Construction Plan Package REQUIRED COMPLETION October 08, 2004 October 29, 2004 January 06, 2004 April 7, 2005 As directed by the City As directed by the City 7 of 7 Work Hour and Fee Estimate EXHIBIT B South Taft Hill Road Improvements - Horsetooth to CR-38E (Harmony Road) PRIMARY DESIGN TASK ELEMENTS TOTAL HOURS DESIGN FEE Conceptual Engineering Design 540 $50,505.00 Preliminary Engineering Design 640 $58,605.00 Final Design 466 $42,175.00 PBS&J Task Totals 1,646 $151,285.00 REIMBURSABLE EXPENSES: Co& Plotting .pies $2 168.80 Mileage $547.50 Meetin Exhibits/Dis la s materials $140.00 Postage & Deliveries $900.00 Advertisements $750.00 SUBCONSULTANTS: TST - Ma ping, Utilities & Drainage Design $49,880.00 Ripley - General Landscape Architecture Design $8,145.00 Ripley - Property Owner Coordination $11,700.00 Terracon - Geotechnical Analysis $-12,034.63 TOTAL PROJECT COST $237,550.93 1 of 1 EXHIBIT B PBS&J HOURLY RATE SCHEDULE South Taft Hill Road Improvements Horsetooth Road to CR-38E (Harmony Road) OFFICE ENGINEERING HOURLY RATES Principal $160.00 Senior Project Manager $147.00 Project Manager $115.00 Senior Engineer III $140.00 Senior Engineer II $112.00 Senior Engineer I $96.00 Engineer II $78.00 Engineer I $65.00 Senior Designer III $97.00 Senior Designer 11 $85.00 Senior Designer I $81.00 Designer $65.00 CADD Technician $55.00 Senior Planner III $115.00 Senior Planner II $95.00 Senior Planner I $90.00 Planner II $75.00 Planner I $62.00 Senior Environmental Scientist II $105.00 Senior Environmental Scientist I $95.00 Environmental Scientist 11 $75.00 Environmental Scientist I $62.00 Sr. GIS Analyst I $80.00 GIS Analyst II $75.00 GIS Analyst I $60.00 Real Estate Specialist IV $120.00 Real Estate Specialist 111 $100.00 Real Estate Specialist II $78.00 Real Estate Specialist 1 $62.00 Program Assistant $54.00 Professional Land Surveyor $110.00 Survey Technician II $85.00 Survey Technician $65.00 CADD Systems Manager $80.00 CADD Support $50.00 Landscape Architect II $110.00 Landscape Architect I $80.00 Project Coordinator $75.00 Graphic Artist $65.00 Senior Administrative Assistant $70.00 Administrative Assistant $55.00 Clerk $45.00 Paee ] of 2 FIELD SERVICES 1-Man Survey Crew 2-Man Survey Crew 3-Man Survey Crew CONSTRUCTION MANAGEMENT SERVICES Sr. Construction Management Rep. Scheduler/Estimator Construction Management Rep. II Inspector All standard direct costs are billed at the actual reasonable cost. REIMBURSABLE EXPENSES (included but not limited to) Mileage Color Plots (24 x 36) Xerox type (BIW), copies (8-1/2 x 11) Xerox type (color), copies (8-1/2 x 11) Xerox type (B/W), copies (11 x 17) Xerox type (color), copies (11 x 17) Blueline copies Mylar copies Sepias Outside—Materials/Supplies/Services HOURLY RATES $ 80.00 $130.00 $170.00 HOURLY RATES CHARGE RATE $ 0.365/mile $ 3.00/each $ 0.14/each $ 1.00/each $ 0.14/each $ 1.50/each $ 0.20/ S.F. $ 2.75/S.F. $ 1.00/S.F. Cost plus 10% $ 80.00 $ 70.00 $ 75.00 $ 65.00 These rates will remain in effect through December 31, 2005, at which time they may be renegotiated. The rates would change effective January 1, 2006 and will apply only to that portion of work remaining to be completed at that time. The new rates will be based on either the Denver -Boulder -Greeley CPIU or a 5% maximum increase per category as agreed to by the City of Fort Collins. Paee 2 of 2 Scope and Hour Estimate South Taft Hill Road Improvements Horsetooth Road to CR•38E (Harmony Road) ���® ■ eWC`u�ID■tPSG1O��C➢lGaa9■�■ . r. .. ------------ MMIT o��■��o©�oomo��■o ■ ..... ....:.:... . tea■®��s������������a� ■ .:. aa� � ���© i�� � tea® - ����■�o��oa®ate®o� REIMBURSABLE E0`FNSE R.Vodoctbrt O.WiN JF ost 1 feo Icost Copies-B&W 6. 5X11(50 copes x 150 sheets each) ], 500 Copes-B&W 11X17(56 copies x TO sheets sch) 3.920 each $0.14 $1,050.00 Copies - B&W 22X34 00 copies x 70 sheets each( each S0.16 359M Copies -myar 22XM 700 each $0.50 5350.00 Meetirw E%hlMtsDlspeyo(meteriale)( l box of 25 bonds) &0 each $2.75 5220.00 Mesevs 00 Vips x 1So miles) 1 esib $1&0.00 $1a0.00 postpe & Oel'rvris (aswme 1,500 m ,Iirps x 3 m biya) 1,5M nAas $0.3 5512.50 A4~1..te(S250 each) 4,500 oath $0.20 S9o0.00 TOTAL RVMBUR LE EXPENSES: 3 each f250.00 5)50.00 Se,50&.30 TOTAL: $151,255.00 1o/ =00a Project Work Plan Taft Hill Road Improvements (Harmony to Uaast2pl=,Road DESIGN MANE%& Page 1 of 1 TST, INC. CONSULTING ENGINEERS INDIVIDUAL BILLING RATES No. 100 Employee Taranto, Don P-9 Billing •. te $135 102 Humann Steve P-8 crinn 104 Lindsay, David P-7 108 115 Von Nieda John P-6 100 107 Shadowen Shar E-6 108 105 Sheaffer, Keith E-6 100 112 Fuhrman Eric E-3 90 111 Ash Kevin E-3 88 114 Jacobson Mike E-3 84 122 Messersmith Chris E-3 ItQA 127 Walsh Fraser E-3 IZQA 125 Dickinson Natalie E-2 84 150 Darsono Seno E-2 80 139 McDowell Heather E-2 76 136 Smith Spencer E-2 74 143 Ludwig, Laura E-2 It70 149 Huwa David E-2 72 157 Walker Matt E-1 V70 156 Paas Joel E-1 68 159 Mendelsber Audrey E-1 65 101 Dvorak Richard D-4 CtQQ 142 Baker Byron C-3 tan 147 Barnes Mike C-1 65 106 Klem erer Paul S-g 95 110 Hahn Bob S_8 72 130 Roselles Reade S-4 070 138 Cooley, John S-4 65 116 Koontz Gary S-2 70 151 Bellinson Bob S-1 4trn 162 Lacerte Chuck S-1 60 152 Aldrich Tim S-1 60 160 Hughes, Tim S-1 50 155 Thew Chris S-1 50 2 Man Crew C2M 105 3 Man Crew C3M tior GPS 1 Man G1M 110 GPS 2 Man G2M 135 GPS 3 Man G3M 150 billing rates.doc 2004 Professional: PBSU 5500 Greenwood Plaza Blvd. Suite 150 Greenwood Village, CO 80111 Attn: Dan Liddle City of Fort Collins, Purchasing P.O. Box 580 Ft. Collins, CO 80522 Attn: John Stephen With Copy to: City of Fort Collins Engineering P.O. Box 580 Ft. Collins, CO 80522 Attn: Dean Klingner 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 -&IZA, 5. Compensation. In consideration of the services to be performed pursuant to this Agreement, the City agrees to pay Professional on a time and reimbursable direct cost basis according to the following schedule: Hourly billing rates: Exhibit B 2 South Taft Hill Road Improvements TST, Inc. Consulting Engineers Detailed Breakout for Creation of Basemap Task # of HRS $ per HR TOTAL SUBTOTAL Coordination Meeting (prior to survey) Senior Technical Leader 3 $110 $330 Project Leader 3 $84 $252 Project Engineer/Surveyor 3 $74 $222 $804 Horizontal linework, symbols, existing utils Senior Technical Leader 4 $110 $440 Project Engineer/Surveyor 32 $74 $2,368 $2,808 Site Visit to check horizontal & existing utils Senior Technical Leader 3 $110 $330 Project Engineer/Surveyor 8 $74 $592 $922 Vertical info, create contours/surfaces Senior Technical Leader 4 $110 $440 Project Engineer/Surveyor 32 $74 $2,368 $2,808 Site Visit to check Vertical info Senior Technical Leader 3 $110 $330 Project Engineer/Surveyor 8 $74 $592 $922 Coordination Meeting w/crews for final locates Senior Technical Leader 3 $110 $330 Project Engineer/Surveyor 3 $74 $222 $552 Finalized basemap check from CFC, redlines/revisions Project Engineer/Surveyor 8 $74 $592 $592 Internal team meetings, QC, admin (throughout) Senior Technical Leader 4 $110 $440 Project Leader 4 $84 $336 Project Engineer/Surveyor 4 $74 $296 $1,072 TOTAL 129 $10,480 TERRACON PROFESSIONAL CONSTRUCTION MATERIALS SERVICE FEE SCHEDULE CITY OF FORT COLLINS PROFESSIONAL SERVICES TECHNICIANS AND CLERICAL Hourly Rate Sr. Field/Lab Manager (NICET or State DOT Certification) ............. $52 Field Technician.............................................................................. 42 Laboratory Technician ... :.:...............:.........:.........................:............ 42 Overtime surcharge (before 7 a.m., after 6 p.m. M-Saturday, Sundays, and Holidays.........................................1.3 x's hourly rate Masonry/Structural Steel-Weld&Fireproofing................................65/55 Clerical/CADD Operator/Draftsperson.............................................. 40 FIELD AND LABORATORY TESTING SOILS Unit Price Field Density Test (Nuclear Method) ............................................... $14 Field Density Test <3 tests/trip....................................................... $17 Sand Equivalent (ASTM D2419)....................................................... 80 Sieve Analysis (ASTM D422 and D1140) a. Standard Sieves 3-inch through No. 200 ............................... 67 b. No. 200 to .005 mm,(ASTM D422); add to a or c...... ........ ..... 80 c. Fine No. 4 to passing No. 200............................................... 36 d. Percent passing No. 200 sieve .............................................. 20 Specific Gravity (ASTM D854).......................................................... 85 Liquid -Plastic Limit (ASTM D4318)................................................... 65 Moisture -Density Determination ASTM D698 (Standard).. ........................ ........ ........................... 75 ASTM D1557 (Modified).............................................................. 75 OnePoint Test............................................................................ 55 R Value (ASTM D2844).................................................................. 215 CBR Test (ASTM D1883)............................................................... 310 Relative Density (ASTM D4253 & D4254)...................................... 125 AGGREGATES Sieve Analysis (ASTM C135 & C117) a. Coarse aggregate Above No. 4 (ASTM C136) ....................... 31 b. Fine Aggregate No. 4 through No. 200.................................. 36 c. Coarse & Fine Aggregates through No. 200 .......................... 67 d. Large Pit -Run Samples (+3 in.), per hour ............................... 42 Specific Gravity, Coarse or Fine (ASTM C127 & C128) coarse/fine...........................................37147 Unit Weight (ASTM C29)-...... ...... ................................................... 35 Los Angeles Abrasion (ASTM C131 or C535)................................. 130 Sodium or Magnesium Sulfate Soundness (ASTM C88) Coarse or Fine; 5 cycles ....................................... 285 Organic Impurities (ASTM C40)........................................................ 40 Clay Lumps and Friable Particles (ASTM C142) ............................... 70 Flat and Elongates (ASTM 04791)................................................... 78 Lightweight Particles Coarse or Fine (ASTM C123)................quotation Fractured Faces (ASTM D5821 or applicable DOT std.)................... 31 Alkali Silica Reactivity (ASTM C1260) Coarse aggregate..................................................................... 650 Fineaggregate.......................................................................... 575 Fine Aggregate Angularity, (ASTM C1252, Method C)..................... 50 (Aggregate Specific Gravity Test is Not Included) "Rush laboratory service available at 30 percent surcharge" ENGINEERING Hourly Rate Principal (Sr. Engineer/Geologist)................................................. $95 Senior Project Engineer/Dept. Manager .......................................... 63 Project Geotechnical Engineer........................................................ 63 Assistant Project Engineer.............................................................. 63 Staff Field Engineer/Geologist/Supervisor....................................... 63 Special Consultation, Expert Testimony, & Court Appearance......................................................... 130-155 PORTLAND CEMENT CONCRETE AND MASONRY Unit Price Concrete Cylinder test, includes air, slump, compressive strength, 3 cylinders................................................................ $100 4-cylinders. .............. .......... ....................................... ...... $105 5 cylinders............................................................................... $110 Concrete Beam test, includes air, slump, flexural strength, 3-beams.. ..... ...... - - ... ___ .... .......... ____ .......... ... $110 4 beams .................................... ......... :................. 1........ I ...... ... $123 6 beams.................................................................................. $149 Masonry block/prism unit.............................................................. $105 Compressive Strength Test a. Cylinder (ASTM C39)........................................................... $ 8 b. 2 X 2 Cubes (ASTM C109)..................................................... 14 c. Grout Prism (ASTM C1019)...................................................20 d. Concrete Core (ASTM C42)...................................................45 e. Flexural Strength (ASTM C78)...............................................13 f. Splitting Tensile Strength (ASTM C496).................................20 Unit Weight of Cylinder or Core (ASTM C567)..................................13 Provide Cylinder Molds.................................................................. 2.50 Concrete Mix Design (Aggregate Tests Not Included) .................... 700 Coring Concrete (ASTM 042), per hour incl. operator .......................60 Add Bit Charge per inch depth.......................................................5 Mortar Test, includes casting and compressive strength of 4 cubes/cylinders (UBC 21-16).................................................. 125 Grout Test, cast prisms and 4 compressive strength tests (UBC 21-18 or ASTM C1019)................................................ 155 HOT MIX ASPHALT Extraction of Asphalt(ASTM D2172, D6307 or CPL-5120) ................75 Extraction and Gradation (ASTM D63D7, D5444 or CPL-5120)....... 125 HMA Properties Test, includes extraction, gradation, Hveem stability, air voids and unit weight.................................................................480 Coring Asphaltic Concrete (ASTM D2726) I a. 4" diameter cores, per each .................................... 26/hr + 21in. Bulk Specific Gravity & Thickness.....................................................30 HMA Trial Mix Design: (Aggregate Tests Not Included) (ASTM D 1559; D1560lD1561; or AASHTO PP28) Marshall or Hveem Method .................................................... 1,000 Superpave SHRP Gyratory .....................................................2,750 Theoretical Maximum Specific Gravity (ASTM D2041) perpoint...................................................................................... 60 Immersion -Compression or Lottman (ASTM D1074 & D1075/ AASHTO T283).................................. 300 Design unit weight one -point verification (pre -mixed) ...................... 300 Tests not shown above.......................................Quotation on Request L/IKttr I L;11AKUI=b PerDiem and Lodging............................................................................................................................................................. $33.00/day + cost of lodging Automobile or Pick-up .................... .............................. ...................... ..... ............................ .......................................... .$0.45/mile or $140/week minimum 4-Wheel Drive Vehicle .................................. ....... ...................................................................................... ..................... $0.70/mile or $210/week minimum All other direct project expenses, i.e. special equipment rental, commercial travel, bulk reproduction, protective clothing, etc ..........................Cost + 15% Provide on -site field laboratory facilities and test equipment.............................................................................................................. Quotation on Request GEOTECHNICAL AND ENVIRONMENTAL ENGINEERING SERVICES................................................................. Fee Schedule Available on Request FORT COLLINS OFFICE Revised January 2003 Irerraco Project Budget Worksheet and Cost Analysis Client: PBS&J Engineering Project Name: Taft Hill Road - Widening/Improvements Prepared By: DAR Reviewed By: DJJ Total Depth Total Boring Program: Borings (Feet) Footage Geotechnical/Piezometers 0 Pavements/ 25 10 250 Special Criteria Borings 0 Totals 25 250 Proposed Hours/Units Field Lab Engr & Unit Total A. Field Work Work Reports Total Rate Cost Engineering Field Engineer 18.5 19 63.00 1,165.50 Mileage 0 0.42 0.00 Patching Roadway Borings 2 2 42.00 84.00 Traffic Control and TCP 2 2 650.00 1,300.00 Utilities/Staking 3 3 63.00 189.00 Permits 1 1 75.00 75.00 Subtotal: $2,813.50 ril 'n Drilling 18.5 18.5 $125.00 2,312.50 Drilling Mobilization/Travel 0.0 115.00 0.00 Setting Monitoring Wells 0.0 100.00 0.00 Lodging/Per Diem Expenses 0 175.00 0.00 Other: Field Resistivity 0.0 65.00 0.00 24nch dia. Screen pipe (10') 0.0 3.50 0.00 2-inch dia. Screen pipe (5') 0.0 4.50 0.00 2-Inch dia. Riser pipe (10') 0.0 2.00 0.00 2-inch dia. Riser pipe (5) Caps and Plugs - 2-inch dia. With or 0.() 2.51) O,QQ w/o locks 0.0 13.00 0.00 Silica Sand - 50 # Bags 0.0 9.50 0.00 Bentonite Pellets/Chips 0.0 8.00 0.00 Sackrete -Ito # 10.0 10.0 10.00 10.0•00 Subtotal : Material List times Sales Tax of 3.70% 3 7 2,.2 Markup on Reimbursable Expense c Total External Costs: 15/0 362362.43 $2,778.63 Total Field Subtotal: $5,592.13 B. Laboratory Testing Lab Hours 50 50 42.00 2,100.00 Atterberg limits 0 85.00 0.00 Sieve Analysis 0 90.00 0.00 -200 Wash 0 30.00 0.00 Proctor Moisture Content 0 125.00 0.00 Dry Density 0 15.00 0.00 Swell -Consolidation 0 20.00 0.00 Unconfined Compression 0 85.00 0.00 R-Value 0 35.00 0.00 Soluble Sulfate 5 5 215.00 1,075.00 pH 0 20.00 0.00 Resistivity 0 20.00 0.00 0 25.00 0.00 TERRACON/dar 1 of 2 Project Budget Worksheet and Cost Analysis Other: Permeability (2-1/2 inch) 0 300.00 0.00 Permeability (4.0" inch) 0 300.00 0.00 Resistivitiy Suites (Re-dox, pH, etc.) 4 4 110.00 440.00 Total Laboratory Costs: F $3,615.00 Client: PBS&J Engineering Project Name: Taft Hill Road - Widening/Improvements Prepared By: DAR Reviewed By: DJJ C. Office Principal Engineer - Review & Meetings 4.0 4.0 $95.00 $380.00 Project Engineer - Report, Summarize & Meetings 20.0 20.0 63.00 1,260.00 Staff Engineer 0.0 63.00 0.00 gINT Test Borings -Computer 12.5 12.5 63.00 787.50 Staff Technician 0.0 42.00 0.00 CAD/Drafting 5.0 5.0 40.00 200.00 Secretary 5.0 5.0 40.00 200.00 46.5 F $2,827.50 Total Internal Costs: .................. ................. D. Project Total: E. Budget/Cost Analyses: Per Boring Cost: $481.39 Use $12,000.00 $480.00 Per Foot Cost: 48.14 Average Labor Cost/Hour: 60.81 Field Costs: 5,592.13 46% Laboratory Costs: 3,615.00 30% Engineering & Report Costs: 2,827.50 23% 12,034.63 100% Drilling Footage/Hour: 13.51 Borings/Hour: 1.35 Equivalent Labor Hours: 197.92 TERRACON/dar 2 of 2 )(L a e <iiiPIE)y.nC1ATE91NC Landscape Architecture Urban Design Plannin STANDARD BILLING RATES LABOR: Principal/Arch./Planner Principal/Landscape Arch./Planner Project Manager III Project Manager II Project Manager I Landscape Architect III/ Technician III Landscape Architect II/ Technician II Landscape Architect I/Technician I Intern I Secretarial $ 125.00/Hour $ 125.00/Hour $ 85.00/Hour $ 75.00/Hour $ 65.00/Hour $ 60.00/Hour $ 55.00/Hour $ 50.00/Hour $ 40.00/1-lour $ 30.00/Hour REIMBURSABLES: Blueprints (24 x 36) $ 1.20 Auto/Mileage $ .30/Mile Photocopies B&W (8 1/2" x 11 ") $ .10/Copy Photocopies Color (8 1/2" x 11 ") $ .99/Copy Mylar Plots (24 x 36) $ 10.00 Color Plots (24 x 36) $ 10.00 Paper Plots (24 x 36) $ 5.00 Rendering Plot (24x36) $ 50.00 Other direct project expenses are billed at our cost plus fifteen percent. Effective July 1, 2003 401 West Motintaln Ave. SOlte 201 Fon Collins, Co 80521-2604 Phone 970.224.5828 Fax 970.224,1662 Vhlpley.com �CORpM CERTIFICATE OF LIABILITY INSURANCE 10/02/D2004) 1o/oz/zoos PRODUCER (305)822-7800 FAX 3058270585 THIS CERTIFICATE IS ISSUED AS'A MATTER OF INFORMATION Collinsworth, Alter, Fowler, Dowling ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE & French Croup Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. 0. Box 9315 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Miami Lakes, FL 33014-9315 INSURERS AFFORDING COVERAGE NAIC # INSURED Post, Buckley, Schuh, & Jernigan, Inc. INSURERA: Sentry Insurance a Mutual Compan A+ XV d/b/a PBS&] INsuRERB: Steadfast Insurance Company A XV 2001 NW 107 Avenue INSURERC: Lloyds of London A XV Miami, FL 33172-2507 INSURER D: 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. IIM NSR ADD -SR TYPE OF INSURANCE POLICY NUMBER(MIJIDpfyyj POLICY EFFECTIVE POLICY EXPIRATIODfYY1N LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR X Contractual Li ab 90-15807-03 09/30/2004 09/30/2005 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Fa nrriirPnneL_ $ 1,000,001 MED @XP (Any one person) $ 25,0011 PERSONAL & ADV INJURY $ 1,000,00( GENERAL AGGREGATE $ 2,000,00( GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X EC X LOC PRODUCTS - COMP/OP AGG $ 2,000,00( AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS 90-15807-04 90-15807-05 09/30/2004 09/30/2005 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,00 X X A SCHEDULED AUTOS HIREDAUTOS BODILY INJURY (Per person) $ X NON -OWNED AUTOS BODILY INJURY (Per (Per accident) X X Contractual Liab PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ $ B EXCESSlUMBRELLALuu31LRY X OCCUR CLAIMS MADE AUC508762100 09/30/2004 09/30/2005 EACH OCCURRENCE $ 25 ODD OD AGGREGATE $ 2S,000,000 DEDUCTIBLE X RETENTION $ 10,00 $ $ WORKERS COMPENSATION AND 90-15807-01 09/30/2004 09/30/2005 X WC STATU- OTH- EMPLOYERS' LIABILITY 9D-15807-02 A ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,00( OFFICER/MEMBER EXCLUDED? If yes, describe under E.L. DISEASE - EA EMPLOYE $ 1 0DD 00 SPECIAL PROVISIONS below NO E.L. DISEASE - POLICY LIMIT 1 $ 1,000,00C roressional/ P42304 09/30/2004 69/ 00/2005 $1,000,000 Limits Ce ollution Liability Ea Claim and Annual Aggregate CLAIMS -MADE FORM 11/11/1961 Retrodate DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS ef:RFP P-884 Civil Engineering Annual RTIFICATE HOLDER CA LATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Fort Collins, City Of Attn: Purchasing Department EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 215 N . Mason Street 2nd Floor Fort Collins, CO 80524 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE " Meade Collinsworth/EEC �+'�`� FLI.UK$l ZCI(YUUIIU♦3) rAA: IyIU)ZZi-b/U1 ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). (DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. wn^on ne n............ with maximum compensation (for both Professional's time and reimbursable direct costs) not to exceed Two Hundred Thirty-seven Thousand Five Hundred Fifty Dollars and Ninety-three cents ($237,550.93 ). The parties acknowledge that TST, Inc., Terracon, and VFRipley Associates, Inc., are not parties to this agreement. However, the rates listed for services to be provided by these subcontractors shall be the rates paid by the City to the Professional for these services. If the amount charged by these subcontractors exceeds the rates listed in Exhibit "B" the excess amount shall not be paid or owed by the City. The limitation on increases in prices set forth in section 4 herein shall apply to all rates listed in Exhibit "B" including subcontractor rates. Monthly partial payments based upon the Professional's billings and itemized statements of reimbursable direct costs 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 reimbursable direct costs. 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. Project 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 0 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 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 of ten (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 4 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 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. THI f TY OF FORT COLLINS, COLORADO BY: l9-�� ��Ueill I, CPPO, FNIG Direct r o urchasing & Risk Management ATTEST: DATE: GitrCIerk tee 1 /t,§ APPA .A!tM, F6RM: Assyptant C)ty Attomey PBS&J By:-q' 1 / Title: ► ice_ �eSC�✓e�- CORPORATE PRESIDENT OR VICE PRESIDENT ATTEST: Date: /O/Z,510¢ Corporate Secretary (Corporate Seal) EXHIBIT "A" SCOPE OF WORK FOR THE SOUTH TAFT HILL ROAD IMPROVEMENTS HORSETOOTH ROAD TO CR-38E (HARMONY ROAD) CONCEPTUAL, PRELIMINARY AND FINAL DESIGN I. GENERAL Description of the project The scope of services will include the items necessary to develop a conceptual design for the ultimate four -lane arterial street section and preliminary engineering design for both an interim three -lane section and ultimate four -lane arterial street section. For purposes of the scope and preparation of hours, it is assumed the final design including construction bid plans, cost estimates, and contract documents will be completed for an interim three -lane rural section. The limits of the project are from CR-38E (Harmony Road) including intersection improvements, northerly to the existing improvements south of the Horsetooth Road intersection. Assignments of responsibilities of the parties involved City of Fort Collins Project Manager: Dean Klingner City of Fort Collins Engineering 215 N. College Avenue Fort Collins, CO 80522 (970)221-6605 phone DKlingnerCa_)fcgov com Names of Key Personnel Responsible for Work: The Consultant Project Manager Dan Liddle 5500 Greenwood Plaza Boulevard Greenwood Village, CO 80111 (303)221-7275 phone (303) 221-7276 fax dliddle at7.pbsi.com RA Plummer, P.E., AICP, Principal -in -charge Jon Gellner, Sr. Designer I Roadway Mike Harmer, P.E., Quality Control Review Dave Millar, P.E., Principal Traffic Engineer Alex Larson, P.E., Sr. Engineer I Traffic Chuck Attardo, Sr. Planner I Environmental Francesca Linccione, Scientist II Environmental Karen Price, Planner II Public Involvement Tina Brand, Graphic Artist Cynthia Duran, Administrative Assistant Don Taranto, P.E., Quality Control and Peer Review Sharlene Shadowen, P.E., Utilities and Storm Drainage Steve Humann, P.E., Utilities and Storm Drainage Cathy Mathis, Landscape Architect Personnel responsible for the performance of the work are available and shall remain intact throughout the duration of the contract. Any changes required will be submitted to the City of Fort Collins for review and approval. EXHIBIT A II. SCOPE OF SERVICES The scope of services for the project includes the preparation of base mapping, roadway design, storm drainage design, utility coordination/design, traffic engineering, landscape design, public involvement, geotechnical analysis and design, phasing analysis, and funding assistance. The City of Fort Collins will complete the field topographic surveying and preparation of right-of-way plans. Construction administration is anticipated to be added to the scope based upon future negotiations with the City. The following work tasks will be completed for the preparation of a complete final construction bid package for the interim roadway typical section and a preliminary (75%) set of plans and specifications for the ultimate roadway typical section. A. CONCEPTUAL ENGINEERING DESIGN The Conceptual design will primarily focus on identifying the requirements and developing the ultimate four -lane arterial design for South Taft Hill Road. The consultant shall perform and/or furnish the following conceptual engineering design services: 1. Attend a pre -design kick-off meeting with City of Fort Collins staff in order to collect all relevant information and to discuss any questions relating to the scope of work. 2. Prepare a mailing to all nearby residents and businesses to introduce the project and explain the anticipated design process. 3. Attend an on -site field review with City staff, to establish proposed design treatments, identify significant physical features, constraints, and special areas of interest. 4. Surveying and Mapping — The City of Fort Collins will complete the required base topography (City of Fort Collins datum) and survey information necessary for the project area. Specifically this includes planimetrics, and 0.5-foot interval contours of a 200' wide strip centered on the existing Taft Hill Road centerline between Horsetooth Road and Harmony Road. This mapping will be used as the basis of the project mapping and construction. The design team will coordinate this effort and identify any areas requiring supplemental surveys for design purposes. Field Surveying will be performed by the City to locate the following: a. Existing utilities, drainage structures, and miscellaneous facilities, which include the coordination and field location of underground utility markings by relevant utility companies. b. Existing utilities will be field located (potholed) and the location and depth of the potholes will be surveyed. c. Additional field surveying to verify edge and crown of road elevations, trees of significant size. d. Verify existing survey horizontal and vertical control e. Establish horizontal and vertical control f. Establish right-of-way along Taft Hill Road and adjacent roads. g. All existing culvert inverts and information regarding size, type and condition shall be obtained and noted on the plans. h. Tie all property corners and land monuments to the control points and to the existing fence, existing and proposed center line of the roadway and clearly identify each of these on the plans. The Consultant will take the survey information provided by the City of Fort Collins and reduce into AutoCAD format including the creation of a digital terrain model (dtm). The mapping and dtm will be provided to the City Surveyor for field verification and quality control review for its accuracy. Base maps created by the Consultant using the data collected by the City Surveyors shall clearly show the following: limits of the existing vegetation, individual trees and diameter of trees that are within the mapping limits discussed previously (and grouping of scrub oak), fence and fence type, driveways and driveway type (including shots that will indicate the widths), mail boxes, all structures, gates and all types of retention and detention ponds and dams, culverts, ditches and all other pertinent features. The type of existing fence and culverts (size, type and condition) shall be noted on the plans. Prepare overall base drawing showing property boundaries, existing right-of-way, proposed right-of-way, and integrating that information outlined above. 5. Prepare several conceptual horizontal and vertical roadway design layout options for the ultimate four -lane typical section. Strip map plots of the ultimate typical sections will be prepared for discussions with City staff for approval of the concept design. The Project Team will develop a process to evaluate the proposed options. Upon approval the conceptual design, plans will be completed for inclusion into the Conceptual Design Report. 6. Traffic Impact Study - The traffic impact study (TIS) will be done in accordance with Larimer County Urban Street Standards. The study will determine design requirements for intersection design, turn lane numbers and length, access points, number of through lanes, pavement design, and signal design. All modes of travel will be considered including pedestrian, bicycle, and transit. a. Data collection - PBS&J will assemble the necessary information to conduct a thorough and accurate study. Data to be provided by the City include daily traffic volume and classification counts, intersection turning movement counts, existing and proposed roadway geometric information, signal timing data, and available land use and development information. Pedestrian and bicycle traffic will also be included. b. Existing Condition Assessment - The current operational characteristics of the corridor will be analyzed using standard traffic engineering methods. A local network model will be created in Synchro, with the option of providing additional analysis using other software such as CORSIM or VISSIM. This analysis will provide a baseline for comparison of future traffic conditions. Analysis results will include intersection level of service and roadway link level of service. c. Future Traffic Projections - Based on region traffic model projections and detailed traffic projections from local developments, future volume conditions along Taft Hill Road will be determined. Future conditions will include a long range traffic projection to assess the ultimate design of Taft Hill Road, and an interim projection to assess the phased construction. d. Future Conditions Assessment - Using the future traffic projections, the operational characteristics of the corridor will be analyzed using standard traffic engineering methods. The traffic model previously created will be updated with future traffic and geometric conditions. Analysis results will include intersection level of service and roadway link level of service. Additional analysis needed for the adequate design of the roadway will include appropriateness of access locations; location and design of turn lanes; sight distance requirements; adequacy of pedestrian and bicycle facilities; traffic control devise needs; and signal timing including progression analysis. 7. No environmental issues are known to exist on the project. An environmental resource overview will be completed confirming the environmental determination for the project. 8. Conceptual Drainage Analysis — the Consultant will complete a conceptual level analysis of storm drainage design and identify any potential issues to be considered in the project design including potential phasing options. a. Design Criteria — the Consultant will review the City's criteria as well as any related agency criteria. A summary criteria memorandum will be completed discussing the criteria that will be followed for the design process. This will include rainfall, design frequency information, pipe sizing and materials and all other pertinent criteria. b. Data Collection — the Consultant will collect and review all relevant studies and master plans for the project area. the Consultant's staff will meet with City Engineering and Maintenance staff to discuss existing flooding problems and history and will visit project site to better understand flow paths and existing infrastructure. A summary of pertinent findings will be prepared for the Conceptual Design Report. 9. Prepare and submit a Conceptual Design Report that includes the project design data, conceptual plan drawings for the ultimate four -lane typical section and a discussion regarding 2 of potential interim three -lane typical section options, right-of-way information, traffic impact study, storm drainage, and cost estimate. Any other pertinent design information will be included in this report. 10. Public meetings / public open houses will be completed as follows: a. One public open house - The City will provide property ownership information and input on the mailing list for the public open house and individual meetings. The consultant will prepare and distribute (mail out) newsletters / postcards to announce the one public open house. Public meeting notifications shall be mailed out three (3) weeks prior to the proposed meeting date. The Consultant shall organize and help facilitate the public meeting(s) (open house format). They will make all the necessary arrangements for the public meetings to be held at a location near the project site (at an available fire station, church or nearby school). In addition to providing strip map plan / profile sheets, and boards illustrating the existing and proposed roadway sections, the Consultant will bring graphics and photographs taken along the alignment to the public meetings; and provide a sign up sheet, refreshments, graphics, comment cards, and information sheets with a mail back comment section attachment or separate insert page. The Consultant will provide a written summary of the comments, suggestions, opinions, and questions received fromt the open house. b. Twenty four one-on-one meetings with affected property owners — It is anticipated that these meetings will be completed in groups of three or more. The City and Consultant will coordinate the scheduling of these meetings at the appropriate key times during the work. 11. Provide support graphics for a project web page on the City of Fort Collins web site and flyers to be sent to affected property owners. This involves electronic files in the appropriate format (i.e. PDF) of available information such as the public open house boards. It does not include the preparation of special graphics or displays above what will be prepared under other tasks as part of the design effort. The work will be completed throughout the duration of the project. 12. Attend a conceptual design review meeting to discuss comments to the report and plan submittal. Prepare meeting minutes and responses to comments. 13. Attend progress meetings to discuss the conceptual design layouts and alternatives developed. Prepare meeting minutes and responses to comments. Three progress meetings are anticipated in addition to the kick-off meeting during this phase of the project. B. PRELIMINARY ENGINEERING DESIGN Based on the ultimate four -lane arterial design completed as a result of conceptual design, the consultant will prepare preliminary engineering design for the ultimate typical section and introduce / evaluate potential options for lesser interim phasing cross -sections to meet available funding. The work will include assisting the City of Fort Collins in this analysis including the preparation of cost estimates and benefits to determine the best interim option. The preliminary engineering design submittal shall include all work necessary for the preparation of a plan package (approximately 75% complete) based on the roadway design selected during the conceptual design phase. 1. Preliminary Roadway Design - The Consultant shall prepare the following information (as a minimum): a. Check / verify survey data and plot data for conformity and accuracy. b. Prepare all necessary roadway, intersection and driveway sections. c. Design and plot horizontal and vertical alignments (and show existing conditions). d. Determine preliminary earthwork data. e. Plot catch points and determine preliminary right-of-way and easement requirements. f. Plot current ownership information on plan / profile sheets. g. Plot all right-of-way and all easements limits on plan / profile sheets. h. Plot the cross sections at 50' intervals and identify all proposed slopes. 2. Preliminary Drainage Design and Drainage Report — the Consultant will complete the hydraulics design of the proposed facilities. This will include hydrologic analysis, spread analysis, storm 3of7