Loading...
HomeMy WebLinkAbout520308 WILSON & COMPANY - CONTRACT - RFP - 7482 VINE & SHIELDS INTERSECTION IMPROVEMENTS PROJPROFESSIONAL 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 WILSON & COMPANY, INC., 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 ten (10) pages, and incorporated herein by this reference. Irrespective of references in Exhibit A to certain named third parties, Professional shall be solely responsible for performance of all duties hereunder. 2. Contract Period. The services to be performed pursuant to this Agreement shall be initiated upon signing this Agreement. Services shall be completed no later than November 5, 2014 per Exhibit "B". 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: 0 Complete a survey request form and submit to the survey department Produce mapping base files from City provided data to be utilized as the base for the design phase and exhibits. C. General Project Management — Coordination of design disciplines throughout the project duration. This is estimated on a weekly basis and includes administrative time for invoicing and status reports. Also includes weekly update to project coordination plan. As part of this phase, the City will provide: • Aerial Maps • Existing Topographic Survey - per the High Accuracy Reference Network (HARN), tied to the City of Fort Collins Groundmaster Coordinate System (Horizontal) and the City of Fort Collins Vertical Control Network (NGVD 1929 - Unadjusted Vertical) • Digital Copy (CAD Format) of the Existing Surface and Point Files • Property Analysis Map — Ownership, Property Lines, Relevant Easements and Current Tenants based upon Title Commitments • Preliminary Historical Data Consultant Deliverables — Phase I • Meeting minutes for kickoff meeting and standing coordination meetings • Risk assessment and Project coordination plan • Design schedule • Invoices — every 4 weeks II. Preliminary Engineering Phase: A. Traffic Engineering 1. Prepare traffic forecast 2. Rodel Analysis 3. Prepare traffic analysis memo Roadway Design 1. Roundabout design horizontal including transitions to existing roadway 2. Vertical design including transition to existing roadway 3. Access Modifications 4. Multimodal design — bicycle lanes and ramp transitions to pedestrians 5. 3D Model for footprint and impacts 6. Independent roundabout design check C. Drainage Design 1. Determine existing drainage paths based on existing topography 2. Develop proposed drainage routing system based on preliminary roadway design. Assumption is that the project will outfall to planned regional pond west of Shields. 3. No floodplain impacts are assumed and no scope is included. 4. Design maintainable water quality features within project limits. 5. Floodplain support a) Gather latest Floodplain data b) Develop assessment of Floodplain impacts due to project c) Attend up to 4 meetings and prepare design memo. D. Landscape and Urban Design 1. Development of two (2) urban design and landscape concept plans to address the following: a) Bicycle and Pedestrian Facilities. b) Landscaping and Irrigation c) Pedestrian Lighting d) Corner and Central Island Aesthetics e) Coordination with Art in Public Places E. Utility Coordination and Conflict Resolution 1. Schedule utility marking/flagging vendor prior to survey 2. Obtain utility key maps for all public/private utilities 3. Obtain as -constructed plans from public utilities 4. Verify utility survey versus key maps and coordinate with utility owners to rectify any discrepancies for existing utility locations. 5. Identify preliminary utility conflicts 6. Prepare a potholing plan to verify conflicts horizontally and vertically — this scope assumes 30 potholes. 7. Coordinate and execute the potholing, including scheduling City Survey to field locate. 8. Hold utility coordination meetings to coordinate with utility companies and designers to develop preliminary utility relocation plans for the FIR. Pavement Design Drill five exploratory borings to depths of about 10 feet in accordance with the Standards. The final depths of the borings will be determined in the field as drilling progresses and as the subsurface profile becomes evident. The borings will be made to obtain information on the subsurface profile, to obtain samples for laboratory testing, and to evaluate ground- water levels and depths to bedrock, where encountered within the planned depths of drilling. In general, California drive samples will be taken at 1-foot and 5-foot depth intervals. Sampling with the California drive sampler is similar to the standard penetration test (SPT) procedure described by ASTM D 1586. In addition, bulk samples will be obtained of the representative pavement subgrade soils for running an R-value test. We will coordinate with the Utility Notification Center of Colorado to locate buried utilities prior to drilling. Utilities cleared through this service may not include all City- or otherwise publically-owned utility lines. The City should review the proposed boring locations once they are staked in the field and verify that borings are clear of City- or otherwise publically- owned underground utilities and all publically owned utility lines. 2. Depending on subsurface conditions encountered, some or all of the borings will be left open, or be completed with temporary piezometers where caving soils are present, in places where groundwater data would be considered critical, particularly where conditions encountered during drilling indicate that ground water levels may be within the planned depth of excavation. At those locations, we will install flush -mounted temporary covers. Our services will include one round of groundwater level measurements a few days after drilling is completed, at which time the piezometers, if installed, will be removed, the boreholes will be backfilled, and the pavement patched. Obtain core samples of the existing pavement at the boring locations in the event an overlay approach is to be considered. Conduct a laboratory testing program on selected samples obtained from the borings to determine: a) Moisture content b) Density of undisturbed samples c) Gradation characteristics d) Atterberg limits e) Consolidation and/or swell potential (of fine-grained soil samples) f) R-value Test (Hveem stabilometer) g) Water soluble sulfates in soils 5. Analyze the data obtained from the field and laboratory portions of the study to provide engineering recommendations for preliminary roadway pavement thickness design using AASHTO guidelines; Pavement subgrade preparation and utility trench backfill considerations. Prepare a report summarizing the site exploration data and laboratory test results and providing our conclusions and preliminary pavement design recommendations. A registered professional engineer will supervise the fieldwork and report preparation. G. FIR Document Development FIR Plans — FIR Plans will be developed to include the following: a) Cover, Standard Plans List, General Notes b) Summary of Approximate Quantities (No individual tabulations) c) Typical Sections d) Pavement sections and details including design data e) Utility Plans f) Removal plans g) Roadway geometric data h) Roadway plans and profiles i) Roadway details j) Drainage plans k) Grading / Stormwater Management Plans 1) Landscape and urban design plans m) Lighting layout and typical details n) Signing and pavement marking o) Construction phasing (no WZTC detail) p) Ownership map and preliminary ROW — indicate impacted parcels q) Preliminary roadway cross sections 2. Project Special Provisions — a list of project special provisions and standard special provisions will be prepared. 3. Preliminary Cost Estimate — prepare a preliminary cost estimate based on recent historic bid/construction unit prices. H. FIR Meeting 1. Plan, schedule, attend, and run the FIR meeting. 2. Prepare FIR Meeting Minutes 1. Prepare a comment resolution form documenting all comments received and responses As part of this phase, the City will provide: Coordination with impacted businesses and residents regarding proposed improvements Provide Legal Descriptions and Exhibits for right-of-way (ROW), temporary construction easements (TCE) and permanent easement acquisitions. The City and / or the City's "on -call" Consultant will handle all property negotiations; including value finding, appraisals, offers, negotiations and closings Consultant Deliverables —Phase II • Updated project schedule • FIR Meeting Minutes • Preliminary Drainage Report • Pavement Design and Geotechnical Engineering Report • Two (2) Urban Design and Landscape Concept Alternatives • Four (4) Half Size Preliminary plan sets (Black and White, 11 x17) • One (1) .pdf file of the plan set • One (1) Digital copy of the design drawings (AutoCAD format) • One (1) Electronic copy of Preliminary Project Specifications • Project Bid Tab and Opinion of Probable Cost • FIR Comment Resolution III. Final Engineering Phase: A. Final Roadway Design 1. Update roadway and roundabout design based on FIR comments 2. Final independent roundabout design check (Interwest) 3. Finalize 3-D modeling and impacts for input into final ROW Plans Final Drainage Design 1. Finalize drainage design and report 2. Complete water quality approach and details 3. Prepare drainage tabulations 4. Prepare any special provisions 5. C. Final Landscape and Urban Design 1. Complete final design of preferred landscape/urban design alternative 2. Prepare landscape plans 3. Prepare hardscape plans 4. Prepare irrigation plans 5. Prepare quantity tabulations D. Final Utility Coordination 1. Update utility plans based on FIR comments 2. Hold final utility coordination meetings 3. Prepare utility agreements for all utilities 4. Prepare the utility specification E. FOR Document Development 1. FOR Plans — FOR Plans will be updated to include the following: a) Cover, Standard Plans List, General Notes b) Summary of Approximate Quantities c) Typical Sections d) Pavement sections and details including design data e) Utility Plans and Tabulation (see above) f) Removal plans and Tabulation g) Roadway Tabulations — Earthwork; paving; curb -gutter -sidewalk; fence; h) Roadway geometric data 1) Roadway plans and profiles j) Roadway details k) Drainage plans and tabulations (see above) 1) Grading / Stormwater Management Plans and tabulation m) Landscape and urban design plans and tabulations (see above) n) Lighting layout, typical details, and tabulations o) ' Traffic Tabulations — signs; markings; WZTC p) Signing and pavement marking plans q) Construction phasing and WZTC plans r) Final Right -of -Way Plans (10 sheets assumed) s) Property Impact mitigation plans (6 sheets assumed for 6 parcels) t) Roadway Cross Sections 2. Project Special Provisions — complete the comprehensive project special provision package 0 FOR Cost Estimate — prepare an FOR cost estimate based on recent historic bid/construction unit prices. FOR Meeting 3. Plan, schedule, attend, and run the FOR meeting. 4. Prepare FOR Meeting Minutes 1. Continue the comment resolution form documenting all comments received and responses G. Bid Plans — Prepare final revisions to the FOR plans based on FOR comments received and documented. At this point the plans are ready for bidding. As part of this phase. the City will provide: Coordination with impacted businesses and residents regarding proposed improvements Obtain the Authority for the use of Eminent Domain from City Council Right -of -Way Plans o Develop legals and exhibits for all proposed ROW, permanent and . temporary construction easements o Review title commitments o Establish existing ROW per the title commitments o Investigation of existing property pins o Develop all existing property lines and easements o Tabulation of monuments for the proposed ROW and easements o Monumentation sheets for the ROW plan set o Stamping and signing of the ROW plan set o Installation of monuments Consultant Deliverables — Phase III • Updated Project Schedule • FOR Meeting Minutes • Final Drainage Report • Storm Water Management Plan • Final Urban Design and Landscape Plan • All CAT -EX Memos necessary for ROW Appraisal Clearance • ROW Plan Set • Four (4) Half Size Final plan sets (Black and White, 11 x17) • One (1) .pdf file of the Final plan set • One (1) electronic copy of the Final Project Specification,Book • Project Bid Tab and Opinion of Probable Cost • FOR Meeting Minutes and comment responses IV. Bidding Phase: A. Assist City Staff with responses to questions from Contractors B. Update plans based on any addenda during bidding C. Prepare plan revision memo for changes during bidding As part of this phase the City will provide: All advertisement and contract preparation Pre -bid meeting (if necessary) Consultant Deliverables — Phase IV • Four (4) Half Size "For Bidding" plan sets (Black and White, 11x17), stamped by PE • One (1) .pdf file of the Final plan set, stamped by PE • One (1) electronic copy of the Final Project Specification Book, stamped by PE • Plan revisions and memo as part of addenda • One (1) digital copy of the design drawings (AutoCAD format). This will include all design drawings, surfaces, point files and drawing sheets. • Three (3) Full Size "For Construction" sets (Black and White, 2436), stamped by PE • Four (4) Half Size "For Construction" sets (Black and White, 11 x17), stamped by PE • One (1) .pdf file of the "For Construction" plan set, stamped by PE • One (1) electronic copy of the "For Construction" Specification Book, stamped by PE • The Consultant will assist the City during the construction phase and must be willing to address constructability issues in a timely manner V. Public and Stakeholder Involvement A. Public Meetings (2) 1. Prepare graphics display boards and presentation materials (CIG and Wilson) (2) 2. Prepare public mailing (does not include cost for direct mailing/reproduction) (CIG) 3. Attend public meetings (2) 4. Prepare meeting summary report (2) 5. Prepare media release / media ad (2) 6. Stakeholder support 1. Attend 6 property owner meetings 2. Attend 2 City Council meetings VI. National Environmental Policy Act (NEPA) Special Requirements The Consultant will be responsible for preparing documents in accordance with the National Environmental Policy Act of 1969 (NEPA); along with all federal, state and local environmental regulations. The following items are assumed to be required to provide NEPA clearance via Categorical Exclusion: A. Biological Memorandum — A biological review will be conducted and memo produced to document the presence or absence of key environmental resources including: wetlands, riparian areas, threatened and endangered species, wildlife including avian species associated with migratory bird treaty and raptors, and noxious weeds. B. Air Quality (hot spot analysis) - A meeting with the City and CDOT will determine if a qualitative or a quantitative air quality analysis will be required for this improvement. Because of the continuous flow of a roundabout, a qualitative analysis is often sufficient. An Air Quality memo will be developed. C. Hazardous Waste — MESA (or phase 1) Marked as "maybe" by CDOT - An initial site assessment using CDOT Form #881 will,be conducted by the Consultant to determine if any hazardous materials may exist in the project area. If upon this assessment, hazardous materials are determined to be likely in the project area, CDOT will determine whether a Phase I or Phase II Site Assessment will be required. No scope is included for Phase I or Phase II Site Assessments. D. History — assist City Staff and CDOT in completing the Section 106 survey work and will conform to the standards of the Colorado Cultural Resource Survey Manual at the Office of Archaeology and Historic Preservation (OAHP). 1. Determine the area of potential effect (APE), in coordination with City of Fort Collins, CDOT, and the State Historic Preservation Officer (SHPO). 2. Conduct a literature and records search and summarize previously recorded historic resources in the APE at the OAHP, City, and county. 3. Conduct an intensive architectural field survey of the APE and determine National Register of Historic Places (NRHP) eligibility for each resource 45 years or older. Potential resources include man-made structures, ditches, railroads, etc. (based on 3 resources) 4. Identify and coordinate with consulting parties (e.g., public, historic preservation groups, local historical societies, museums) regarding historic properties in the project area. 5. Write a comprehensive Historic Resources Survey Report according to guidelines established by the OAHP to submit for review by the CDOT Region and/or EPB Senior Staff Historian. 6. Determine potential impacts, both direct and indirect, to historic resources and recommend mitigation strategies to avoid, minimize, or mitigate impacts. 7. Prepare and revise correspondence as necessary for the CDOT Region and/or EPB Senior Staff Historian to submit to the SHPO. 8. Collaborate with the CDOT Region Historian or EPB Senior Staff Historian to develop a Memorandum of Agreement, if necessary, with recommended mitigation strategies for adverse effects for agency review and execution. 9. Prepare Section 4(f) documents as required. 10. Meetings and coordination with the CDOT Region historian to obtain any necessary approvals. E. Permits - Storm Water Discharge Permit Associated with Construction Activity (CDPS) 10 4;'IIIl lllllllllllll 1, IIIII I IIIII IIII IIIIIIIIIIII II III I. III. s I I I I I ( i �I ��• Il ! I E • I I I E � I al I i i• I i __ � i_— I I I I I FIE �� x UPI I IIII IIIIII III 1 11 LLIIIII III �s I III I I I I I I �I ill I I IIIII— I I I tT�� I I I IjI o� a r lil I I � a r I` •_ I � • l IF I 6 i _ II .I_..I 1 _.I_ 6 e 1 1E�I I I I l I . I !_�� I .. . � -1^ I_ I H ItI I � UH 4!--u--I-� I III � t �14 i I44i<r g S 14 e 4 ;��; 8 `#I � Y'3 S2,i 3Y yr. 1'�'1�1 I�� ; 4 E9H,U YY_ 5 YY.Y 44 ��;I;'1 Y4 I N ; '� L. 'a SS 4 a F S SI S 5a e l i I .: I I;�3I I I I I=al.l;I; I I�I I i l l I�I I I'I I l i l l l I•I i t ill aelf&S€la `ffe� �b�'� 1�3�1�FU $1b k lg e!i e141 Is slF lg i�li lb blf if iA lbbdlb blf'F �b 41a 1a `.a '" "I IA "gl 1 1 1 1 I21141YI IFI-I'I I'I 1491- sl z Ir a ;a la loll Pla �EP9FI£�a 2�33 qEa 8E n2! ; ¢ 8 3 acz,lM GS 8€I E E11 ms viee 3 8 J1a b1Ac 8'z, aC r e� i�¢p Eo9� E;EE Ivs xas ¢ Ip 01 o 3HE � �¢"sia6se EE28 I EIc PE 2 8�2E IE�O EEE t��a@E E E F �a _ .E-Q E (�W ., Professional: City: With Copy to: Wilson & Company Inc. City of Fort Collins City of Fort Collins Attn: Scott Waterman Attn: Tim Kemp Attn: Purchasing Dept. 999 181h Street, Suite 2600 PO Box 580 PO Box 580 Denver, CO 80202 Fort Collins, CO 80522 Fort Collins, CO 80522 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, Proiect 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 attorney's 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 per Exhibit "D" 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 Two Hundred Seventy-four Thousand Three Hundred Forty -One Dollars and Eighty -Nine Cents ($274,341.89) plus reimbursable direct costs. All such fees and costs shall not exceed Two Hundred Seventy - Nine Thousand Five Hundred Dollars ($279,500) as set forth in Exhibit B, consisting of twenty- six (26) pages attached hereto and incorporated herein. Monthly partial payments based upon the Professional's billings and itemized statements are permissible. The amounts of all such EXHIBIT C COMPENSATION ESTIMATED FEE 09I17113 CDOT CMS 8 Contract Routing Numbers WCI Project Numbers Firm Name Name of Paschen Scope of Work Dale Type of Proposal: 1A. SPECIFIC LABOR RATES Direct Labor Indimd Specific Employee Employee Employee Hate Cos, Fee Multiplier Rate Name Division Classification Title (SIHour) (%) (%) Factor ($Moor) Ackerman, Betsy 008100 ADD Administrative Assistant 111 $ 19.00 178.88% 0,00% 2789 $ 52.99 Belford Robert 008100 SP5 Sr, ENV Specialist V $ 5036 178.88% 0,00% 2789 $ 14044 Boryn, Jessica M ODS100 P3 Engineer -in -Training III (unlicensed) $ 32.76 178.88% 0.00% 2,789 $ 91,36 Cuncht Jr., Raymond 008100 Pt Engineer -in -Training I(unllcensed) $ 2500 178.08% D.DO% 2,789 $ 6972 Gomez, Steven E. W8100 P6 Sr. Professional Engineer VI (Ifcensed) $ 5864 178.80% 000% 2.789 S 163.54 Hearn, Brian WOOD P4 Professonal Engineer lV(Icensed) S W76 178.88% 000% 2.789 5 102,52 Igo, Jason OOBIDO P3 Engineerin -Training III unfcensed) S 31.12 178.88% DOM 2.789 S 86]9 �rescue, Marcus A. 008100 P4 Parmoccal Engineer IV pcensed) $ 41A2170.81 0009E 2.789 S 114.68 Riddle, Todd M. DOM MK5 Marketing CoordlnamdGrarl V $ 38,20 170.81 DOM 2.789 S 106.53 Seemil, Daniel DOWN OD4 CADDTeot IV $ 24.00 17B.89% 0.00% 2]69 S 66.93 Sly, tarry OO8100 SP6 Sr. ENV Specialist VI $ 59,20 178.88% O.00% 2.789 S 165.10 Welshman, Frederick Scott 008100 P6 Sr. Professional Engineer VI(licensed) $ 64.88 178.88% DOM 2.760 S 180.94 1B. LABOR COSTS Estimated Employee Employee Employee Specific Estimated Cost Per Name Division Classification Title Hate(') Hours Employee Ackerman, Betsy W81M ADD Adrrvnistrative Assistant 111 $ 52.99 38,00 S 2,01362 Belford Robed W81W SP5 Sr. ENV Specialist V $ 140.44 16.00 S 2.247.&1 Boryn, Jessica OOBIOO P3 Engineer in -Training Of(unlcensed) $ 9136 96.00 S B,A0.56 Cundiff Jr.. Raymond OOBIOO Pt Engineer in -Training I(unlicensed) $ 6912 119.00 S 846,68 Gomez. Steven E. OOB100 P6 Sr. Professional Engineer VI(Icensed) $ 163.54 42.00 S 6,868.68 Hearn, Brian OOB100 P4 Professional Engineer IV (licensed) $ 102,52 410.00 S 42,033.20 Igo, Jason OO8100 P3 Engineer in -Training III (unlicensed) $ 8679 108.00 S 937332 Kochis, Marcus A. 008100 P4 Professional Engineer IV (licensed) $ 114.66 42.00 S 4,816,56 Riddle. Todd M. 008000 MK5 Marketing Coordlnator)Graphics V $ 106.53 32.00 $ 3400.96 Scabill, Daniel 008300 OD4 CARD Tech IV $ 66,93 290.00 S 19,945,14 Sly, tarry 008100 SP6 St, ENV Specialist VI $ 165.10 2500 S 4,127.50 Welshman, Frederick Scott 008100 P6 Sr. Professional Engineer V1(licensed) $ 180.94 162.00 S 29,312.28 1A. TOTAL ESTIMATED COST 1,D08.00 S 141,213.54 1S. FEE(lM X SECTION BI) FIXED FEE (") S 14,121.35 1C. Total Estimated Wilson $ Company Labor Costs S 1$5,334.89 (') Current rates are shown by employee at lime of contract including FARS adjusted overhead of 178,88% for office staff Actual rates are subject to change and will as current with each invoice. 3A. OTHER DIRECT COSTS RWHOUSEI In -House Consent Unit Rate Estimated Item Ouanlhy Unit billed at cast Cost Latter copy 2000 3010 each $ 0.10 $ 200,00 11 A copy 3000 3030 each $ 0.20 $ 600,00 Letter color laser copyptlnls 200 3040 each $ 1.00 $ 200.00 11 A 7 CLR copy/prints 200 3050 each $ 2.00 It 400,00 CDMVD 5 308E each $ 10.00 IS 50,00 Ro)eot Miles# 1500 7010 mla $ 0510 $ 70.00 Use of Employes Vehicle# 1500 7070 held $ 0.510 is 765.0E Miscellaneous (in actual reasons 0 al actual reawneMe charge $ - S M.II #- govammenl Ratings raze. currenip'$0.51lmlle SA. Fall $ 3.00.l1 3B. OTHER DIRECT COSTS (OUTSIDE VENDORS) Unit R.On Ouantily Unit R.I. Estimated Cost Federal Esport 15 @Inecne Cost If 1000 $ 150.00 Production Prinlin0 2000 @Invoice Cost S 1.00 S E000A0 as - at cost but not to exceo3 the applleable rates In current Colorado Stale Fiscal Runs 3B. Total $ 2, 150.00 4A.84B OUTSIDE SERVICE RATES and CHARGES Mrm net. Humor B Antedates tGeotechnkal and ISA) a.. attached subconsuilant ..of wmksbeai S 898483 Dill Hatmfans(Hlslodc Resource Glareal see ahached sub chatilant cost Venleheot $ 16,080.00 mmuyest Carl Group(Drdlrage and lndepondonl Review) sea azlached suteenswent at woNshret S 24,227.00 Gthnment and Engineering Scheer, Inc (ULT1irs( tie attached subcwsuharn at ecoo l S 26,409.114 Cum= 6 Asswatos(I-Ii Deren) res ehachad su0.ronsulNnt cost WOMSheat $ 6,802.3E Communication Weathermen Group (Public #woMOmmI) aattached shMonsMtanl cost eoreflund $ 5,972.00 Gril Design Group(Ladiespe and M9ation) sea attached Subconsuham at whsheel S 25,868.38 Anderson ComrAtirg Engineers see ahached suhcmuccaut cost wWkShaet It 4,Sift 40. Total Outside Services $ 119,00rDa LTOTALt ESTIMATED COST j(S6m6t EC 3A 3B,48) _ SN 279,500l lama representil of Wi6on 8 Company, Inc. duly authorized to eonrseently And the firm. My signalled below acculthare formal agreement(WRicul further signature) to a Task Order, o4rith Is Issued by the City of Fort Collins pumuant 0 the terms of Oa Task Order Proposal, w thout substantive change. I se0 tleer6 that t0 the best of my knawadge the wage rates and other tactual unit rates supporting the compensation to be paid by the City for the professional services on this document am..,faze, complain, once current at to time of conflicting. and Include not unallowable or duall coats, Officer DBE Usage Plan P7482 - Vine and Shields Intersection improvement Project DBE Usage this Task Order Task Order costs are estimated to be: $ 279,500.00 DBE Ufili2ation is estimated to be: $ 31,292.25 based on the following breakdown !Contract DBE Usage. Goal is 9"% 11:20%J DBE Firm Total Costs NON DBE Costs DBE Costs Kumar & Assoc. $ 8,984.83 $ 3,160.00 $ 5,824.83 Entitlement and Eng. $ 26,489.84 $ 13,450.00 $ 13,039.84 Clanton & Assoc. $ 6,802.38 $ 40.80 $ 6,761.58 CIG $ 5,972.00 $ 306.00 $ 5,666.00 Contract Total $ 48,249.05 $ 16,956.80 1 $ 31,292.25 Non DBE costs include expenses and pass-thru costs that are not DBE costs. If there are questions concerning these numbers, please contact Scott Waterman at Wilson & Company, at 303-501-1227 GEOTECHNICAL ENGINEERING AND PAVEMENT DESIGN ENVIRONMENTAL SERVICES - ISA CHECKLIST PROJECT COST WORKSHEET (COST PLUS FIXED FEE) Project Name: 7482 Vine & Shields Intersection Improvements Project Location Fort Collins. Colorado Firm Name Kumar & Associates. Inc. Name of Preparer Jim Noll Phone no. 303-742-9700 Type of Proposal: COST PLUS FIXED FEE IA. LABOR RATES (a) (b) (c) EMPLOYEE EMPLOYEE DIRECT SALARY INDIRECT LABOR RATE NAME CLASSIFICATION COSTMOUR COST (%) $/HOUR J. Noll Principal Engineer $56.00 1.6316 $147.37 W. Gilbert Sr. Project Engineer $39.74 1.6316. $104.58 R. Kumar Staff Engineer $24.75 1.6316 $ 65.13 C.Johnson Field Engineer $20.50 1.6316 $ 53.95 M. Lancaster Sr. Envir. Scientist $33.66 1.6316 $ 88.58 M. Housey Sr. Envir. Scientist $30.11 1.6316 $ 79.24 L. Wagner Envir. Scientist $20.40 1.6316 $ 53.68 M. Romero Cadd $22.50 1.6316 $ 59.21 D. Scott Laboratory Manager $33.52 1.6316 $ 88.21 E. Dunbar Laboratory Technician $15.00 1.6316 $ 39.47 J.Wisz Word Processor $14.50 1.6316 $ 38.16 Labor Rate (c) = a x (b+l) 1B. LABOR COSTS: EMPLOYEE EMPLOYEE LABOR RATE ESTIMATED NUMBER ESTIMATED COST NAME CLASSIFICATION $/HOUR OF WORK HOURS PEREMPLOYEE (From 1C) J. Noll Principal Engineer $147.37 2 $294.74 W. Gilbert Sr. Project Engineer $104.58 8 $836.64 R.Kumar Staff Engineer $ 65.13 8 $521.04 C. Johnson Field Engineer $ 53.95 14 $755.30 M. Lancaster Sr. Envir. Scientist $ 88.58 4 $354.32 M. Housey Sr. Envir. Scientist $ 79.24 12 $950.88 L. Wagner Envir. Scientist $ 53.68 2 $107.36 M: Romero Cadd $ 59.21 4 $236.84 D. Scott Lab. Manager $ 88.21 2 $176.42 E. Dunbar Lab. Technician $ 39.47 24 $947.28 J. Wisz Word Processor $ 38.16 3 $114.48 TOTAL LABOR $5,295.30 Kumar & Associates, Inc 2. FEE (10.0% X Section 1 B.) 3A. OTHER DIRECT COST RATES (IN-HOUSE): ITEM ESTIMATED UNIT UNITS RATES 3B. OTHER DIRECT COSTS (OUTSIDE) : FIXED FEE $529.53 ESTIMATED COST SUBTOTAL $ ITEM ESTIMATED UNIT ESTIMATED UNITS RATES COST Drilling Subcontractor $1,100.00 Traffic Control $1,800.00 Data Base Search $ 100.00 Aerial Photography .$ 160.00 SUBTOTAL $3,160.00 SUBTOTAL (SUM OF 1B+2+3A+3B) 4A. OUTSIDE SERVICES RATES (SUBCONSULTANTS): FIRM NAME ESTIMATED COST 4B. OUTSIDE SERVICES (VENDORS): FIRM NAME ESTIMATED COST TOTAL OUTSIDE SERVICES TOTAL ESTIMATED COST (SUM OF 1B+2+3A+3B+ 4A+4B) $8,984.83 $ $8,984.83 Cam a representative of Kumar, duly authorized to contractually bind the film. My signature below constitutes formal agreement without further si nature to a,Task Order, which is issued b the City gr ( signature) y of Fort Collins pm�suant to the terms of thi.s Task Order Proposal, without substantive change. I also declare that to the best of my - --. Imowledge the wage rates and other factual unit rates supporting the compensation to be paid by the City for the professional services on this document are accurate, complete,: and current at the time of coufracting, and include no unallowable or duplicate costs. James A. Noll, President (TYPED NAME) U (SIGNATURE) Mav 15,201 (DATE SIGNED) Kumar & Associates, Inc. EXHIBIT B PROJECT COST WORKSHEET (COST PLUS FIXED FEE) (Firms with No Established Indirect Cost %) Project Number _P7482_ Location Vine & Shields, Fort Collins, CDOT Region 4 Firm name Dill Historians Name of Preparer _Dianna Litvak, Owner Phone no. 720-509-1750 Scope of Work Date Type of Proposal : COST PLUS FIXED FEE Contract 9 _ Task Order # IA. LABOR RATES (a) (b) (c) (d) EMPLOYEE EMPLOYEE DIRECT SALARY ADJUSTED MULTIPLIER LABOR RATE NAME CLASSIFICATION COST/HOUR RATE S/HOUR (b=d) Dianna Litvak Project Manager/ $150.00 $136.36 1.0 % $136.36* Historian NOTE: Items 1A, 3 and 4 (as applicable) are prepared to submit rates. Items 1B, 2, 3 and 4 (as applicable) are completed to compute a project cost. 1B. LABOR COSTS: EMPLOYEE EMPLOYEE LABOR RATE CLASSIFICATION $/HOUR Dianna Litvak Project Manager/ $136.36 Historian 2. FEE (10% X Section 1 B.) ESTIMATED NUMBER ESTIMATED COST OFWORKHOURS PER EMPLOYEE 105 $14,318.00 TOTAL LABOR $14,318.00 FIXED FEE $ 1,432.00 3A. OTHER DIRECT COST RATES (IN-HOUSE)*: ITEM ESTIMATED UNIT ESTIMATED UNITS RATES COST Printing, copies . 800 pages $ 0.25 per page $ 150 Mailing $ $ 50 SUBTOTAL $200 "Prior Approval from CDOT Project Manager required 3B. OTHER DIRECT COSTS (OUTSIDE)*: EXHIBIT B-1 ITEM ESTIMATED UNIT ESTIMATED UNITS RATES COST Per diem $ $ Mileage. . 250 miles $0.51 $ 130.00 Other . . . . . . . $_ $ SUBTOTAL $ 130.00 SUBTOTAL (SUM OF 1 B+2+3A+3B) $ 16,080.00 "Prior Approval from CDOT Project Manager required Per Diem (Not to Exceed State Fiscal Rules) *Prior approval of CDOT Project Manager *Other (Prior approval of CDOT Project Manager Mileage (At Current State Rate) 4A. OUTSIDE SERVICES RATES (SUBCONSULTANTS): FIRM NAME ESTIMATED COST $0 Please have each sob -consultant fill out this form listing their employee's name, classifications, indirect rate, fee, multiplier, other direct cost (ODC), etc... 411. OUTSIDE SERVICES (VENDORS)*: FIRM NAME ESTIMATED COST $0 List all vendors to be used and attach their standard price list(s). "Prior Approval from CDOT Project Manager required TOTAL OUTSIDE SERVICES $ 0.00 TOTAL ESTIMATED COST (SUM OF I B+2+3A+3B+ 4A+4B) $16,080.00 I am a representative of Dill Historians duly authorized to contractually bind the firm. My .signature below constitutes formal agreement (without further signature) to a Task Order, which is issued by the City of Fort Collins pursuant to the terms of this Task Order Proposal, without substantive change. I also declare that to the best of my knowledge the wage rates and other factual unit rates supporting the compensation to be paid by the Department for the professional services on this document are accurate, complete, and current at the time of contracting, and include no unallowable or duplicate costs. Dianna Litvak (TYPED NAME) (SIGNATURE) Mag /5i,a13 (DATE SIGNED) PROJECT COST WORKSHEET (COST PLUS FIXED FEE) PROJECT NAME: Vine and Shields Roundabout LOCATION: Fort Collins, Colorado FIRM NAME: Interwest Consulting Group PREPARER: DATE: Mike Oberlander PHONE: 970-674-3300 4/15/2013 IA. LABOR RATES DIRECT INDIRECT COST LABOR RATE EMPLOYEE NAME EMPLOYEE CLASSIFICATION SALARY % $/HOUR COST/HOUR Robert Almirall, PE Sr. Project Manager $ 49.62 92% $ 95.27 Michael Oberlander, PE Project Manager $ 45.23 92% $ 86.84 Skylar Brower, PE Sr. Project Engineer $ 28.37 92% $ 54.47 Erika Schneider, PE Project Engineer $ 29.60 92% $ 56.83 Jon Lofton Project Designer $ 27.67 92% $ 53.13 Renee Haynes Administration $ 16.00 92% $ 30.72 1B. LABOR COSTS: EST. NUMBER LABOR RATE EST. COST PER EMPLOYEE NAME EMPLOYEE CLASSIFICATION OF WORK $/HOUR EMPLOYEE HOURS Robert Almirall, PE Sr. Project Manager $ 95.27 0 $ - Michael Oberlander, PE Project Manager $ 86.84 132 $ 11,463 Skylar Brower, PE Sr. Project Engineer $ 54.47 0 $ - Erika Schneider, PE Project Engineer $ 56.83 182 $ 10,343 Jon Lofton Project Designer $ 53.13 0 $ - Renee Haynes Administration $ 30.72 0 $ - TOTALLABOR 314 $ 21,807 2. FEE 10.0% of Section 4 $ 2,181 3A. OTHER DIRECT COST RATES (IN HOUSE): ITEM Mileage UNITS ESTIMATED UNIT RATES ESTIMATED QUANTITY COST per mile 400 $ 0.60 $ 240 SUBTOTAL $ 240 3B. OTHER DIRECT COSTS (OUTSIDE): ITEM UNITS 4A. OUTSIDE SERVICES RATES (SUBCONSULTANTS): FIRM NAME 4B. OUTSIDE SERVICES RATES (VENDORS): FIRM NAME ESTIMATED UNIT RATES ESTIMATED QUANTITY COST SUBTOTAL $ - ESTIMATED COST TOTAL OUTSIDE SERVICES $ - 7. TOTAL ESTIMATED COST (sum of sections 4, 5, 6) $ 24,227 I DECLARE THAT TO THE BEST OF MY KNOWLEDGE THE WAGE RATES AND OTHER FACTUAL UNIT RATES SUPPORTING THE COMPENSATION TO BE PAID BY THE DEPARTMENT FOR THE PROFESSIONAL SERVICES ON THIS DOCUMENT ARE ACCURATE, COMPLETE AND CURRENT AT THE TIME OF CONTRACTING, AND INCLUDE NO UNALLOWABLE OR DUPLICATE COSTS. Terry Rodrigue (Type Name) (Signature) 4/15/2013 (Date Signed) , EXHIBIT B PROJECT COST WORKSHEET (COST PLUS FIXED FEE) (Firms with No Established Indirect Cost %) Prgiect Number Vine and Shields Intersection Improvements Location CDOT Region 4 firm name Entitlement and Eneineering Solutions Name of Preparer Amanda M. O'Connor Phone no. 303-572-7997 Scope of Work Date Type of Proposal: COST PLUS FIXED FEE Contract Task Order#_ IA. LABORRATES EMPLOYEE NAME EN I PI, 0YIsIi CLASS FICYTION DIRECT SALARY COSTMOIIR ADJUSTED RATE INDIRECT COST LABOR RATE S/HOUR Amanda O'Connor President $135.00 122.73 $122.73 Jon Andresen Principal $130.00 118.18 $118.18 Mike Cerbo Sr Engineer IV $105.00 95.45 $95.45 Lucy Tunna Engineer 1 $90.00 81.82 $81.82 1B. LABOR COSTS: EMPLOYEE NAME EMPLOYEE, CLASSIFICATION LABOR RATE $/HOUR ESTIMATED NUMBER OF WORK HOURS ESTIMATED COST PER EMPLOYEE Amanda O'Connor President $122.73 16 S1.963.68 Jon Andresen Principal $118.18 32 $1781.76 Mike Cerbo Sr Engineer IV $95.45 40 $3.818.00 Lucy Tunna Engineer 1 $81.82 28 $2.290.96 TOTAL LABOR $11,854.40 2. FEE (10.0% X Section 1 B.) FIXED FEE $1,185.44 3A. OTHER DIRECT COST RATES (IN-HOUSF): ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT RATES ESTIMATED COST Plotting SF Copies and Prints B&W Color SF Presentation Boards SF Mileage Mile 3B. OTHER DIRECT COSTS (OUTSIDE) : ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT RATES ESTIMATED COST Deliveries Each At Cost Travel/Lodging/Meals Each I At Cost $300.00 Miscellaneous Each At Cost SUBTOTAL $300.00 SUBTOTAL (SUM OF I B+2+3A+3B) $13,339.84 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. The parties acknowledge that the sub -contractors are not 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 "C" the excess amount shall not be paid or owed by the City. The limitation on increases in prices set forth in this section herein shall apply to all rates listed in Exhibit "C" including subcontractor rates. 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, prepared on stable Mylar base material using a non -fading process to provide for long storage and high quality reproduction. "CD" disc of the as -built drawings shall also be submitted to the City in an AutoCAD version no older then the established city standard. 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 EXHIBIT B 4A. OUTSIDE SERVICES RATES SUBCONSULTANTS : FIRM NAME ESTIMATED COST Potholing Subconsultant 30 Potholes — A.J. Ventures $12,650.00 Utility Locates $500.00 4B. OUTSIDE SERVICES (VENDORS): FIRM NAME ESTIMATED COST None TOTAL OUTSIDE SERVICES $13,150.00 TOTAL ESTIMATED COST $26,489.84 (SUM OF 1B+2+3A+3B+4A+4B) I DECLARE THAT TO THE BEST OF MY KNOWLEDGE THEWAGE RATES AND OTHER FACTUAL UNIT RATES SUPPORTING THE COMPENSATION TO BE PAID 13Y THE DEPARTMENT FOR THE PROFESIONAL SERVICES ON THIS DOCUMENT. ARE ACCURATE. COMPLETE AND CURRENT AT THE TIME OF CONTRACTING, AND INCLUDE NO UNALLOWABLE OR DUPLICATE COSTS. Amanda M. O'Connor (TYPED NAME) (SIGNATURE) Mav 13.2013 (DATE SIGNED) PROJECT COST WORKSHEET (COST PLUS FIXED. FEE) EXHIBIT B Project Name: Project Location: Finn Name: Name of Preparer: Scope of Work Date: Vine and Shields Intersection Fort Collins, CO Clanton & Associates, Inc. Kay Werpy Phone No.: 303-530-7229 Type of Proposal: COST PLUS FIXED FEE Contract # Task Order # 1A. LABOR RATES (a) (b) (c ) EMPLOYEE EMPLOYEE BILLING RATE INDIRECT LABOR RATE NAME CLASSIFICATION COST/HOUR COST (%) $ / HOUR Clanton, Nancy Principal Engineer $55.08 2.270 $125.03 Adams, Gregg Senior Designer $31.67 2.270 $71.89 Garcia, Jessica Senior Designer $23.08 2.270 $52.38 Roederer, David Engineer $33.46 2.270 $75.95 Sanders, Dane Engineer $31.73 2270 $72.03 Wratten, Josie Engineer $24.03 2.270 $54.55 Flageolle, Gregory` Designer $60.00 1.0 $60.00 Ehnert, Jonathan' CAD Technician $45.00 1.0 $45.00 Labor Rate(c) =azb+1 107E ltems,1A-3:and'4'(as applicable) are prepred; to submit rates; - - `ltems lB,'2;,3 and 4,(as'applicable) are Co-mpletetl to compute aproject'cost, 1B. LABORCOSTS. EMPLOYEE NAME Clanton, Nancy Adams, Gregg Garcia, Jessica Roederer, David Sanders, Dane Wratten, Josie Flageolle, Gregory' Ehnert, Jonathan* ' Part time employees without benefits EMPLOYEE LABOR RATE ESTIMATED NUMBER ESTIMATED COST CLASSIFICATION $/HOUR OF WORK HOURS PER EMPLOYEE (From 1C) Principal Engineer $125.03 3 $ 375.09 Senior Designer $71.89 $ _ Engineer $52.38 $ Senior Designer $75.95 44 $ 3,341.80 Engineer $72.03 $ _ Engineer $54.55 Designer $60.00 24 $ 1,440.00 CAD Technician $45.00 22 $ 990.00 TOTAL LABOR $ 6,146.89 2. FEE 1( 0.0 %X Section 1 B.) 3A. OTHER DIRECT COST RATES (IN-HOUSE)': FIXED FEE $ 614.69 ITEM ESTIMATED UNIT ESTIMATED UNITS RATES COST Per Diem $ _ $ Mileage 80 $ 0.51 $ 40.80 'Other $ - $ _ 'Prior Approval from CDOT Project Manager required SUBTOTAL $ 40.80 3B. OTHER DIRECT COST (OUTSIDE) - ITEM ESTIMATED UNIT UNITS RATES Per Diem Mileage 'Other $_(') SUBTOTAL 'Prior Approval from COOT Project Manager required .(SUBTOTAL OF I B+2+3A+3B) 4A. OUTSIDE SERVICES RATES (SUBCONSULTANTS) FIRM NAME ESTIMATED COST $ 4B. OUTSIDE SERVICES (VENDORS)*: FIRM NAME *Prior Approval from COOT Project Manager. required TOTAL OUTSIDE SERVICES TOTAL ESTIMATED COST (SUM OF 1B+2+3A+3B+4A+40) ESTIMATED 6,802.38 ESTIMATED COST 6,802.38 I am a representative of Clanton & Associates inc ;'duly authorized to contractually bind the firm,:Mysignature below other tactual unibrates supporting the compensation to be paid by the Department for the pfofessional-servi66]s o6� Itiisdocument are accui'ate;.complete, and current afthe time of contracting.. and rock deno'unallowabie or duplicate Nancy Clanton. President (5 GNATURE) April 12 2013 (DATE SIGNED) 0 PROJECT COST WORKSHEET (COST PLUS FIXED FEE) (Firms with No Established Indirect Cost %) Project Number 5/15/2013 Location Vine & Shields Firm name Communication Infrastructure Group, LLC Name of Preparer Karen Morales Phone Number (303) 618-7031 Scope of Work Date 2-May-13 Type of Proposal: COST PLUS FIXED FEE Contract time 1A. LABOR RATES LABOR EMPLOYEE EMPLOYEE CLASSIFICATION DIRECT SALARY ADJUSTED RATE MULTIPLIER RATE NAME COST/HOUR $/HOUR (b=d) (a) (b) (c) (d) Karen Morales Principal/Owner $185.00 $168.18 1.0 $168.18 Nadia Garas Specialist $65.00 $59.09 1.0 $59.09 James Luthye Specialist $65.00 $59.09 1.0 $59.09 Matt Wittern Senior Associate $108.00 $98.18 1.0 $98.18 Kristi Estes Senior Associate $108.00 $98.18 1.0 $98.18 Liz Viscardi Senior Associate $108.00 $98A8 1.0 $98.18 Michelle Carnes Graphic Design $90.00 $81.82 1.0 $81.82 Julie Iverson Graphic Design $90.00 $81.82 1.0 $81.82 (b) Adjusted Rate $/Hour divided by Fee Labor Rate ($/Hour) (d) (b)=(d) 1B. LABORCOSTS: EMPLOYEE LABOR RATE ESTIMATED NUMBER COST PER NAME EMPLOYEE CLASSIFICATION $/HOUR OF WORK HOURS EMPLOYEE Karen Morales Principal/Owner $168A8 6 $1,009.09 Nadia Garas Specialist $59.09 0 $0.00 James Luthye Specialist $59.09 28 $1,654.55 Matt Wittern Senior Associate $98.18 12 $1,178.18 Kristi Estes Senior Associate $98.18 0 $0.00 Liz Viscardi Senior Associate $98.18 0 $0.00 Michelle Carnes Graphic Design $81.82 16 $1,309.09 Julie Iverson Graphic Design $81.82 0 $0.00 . TOTAL LABOR $6,150.91 2. FEE ( 10.0 %X Section 1B.) FIXED FEE $515.09 3A. OTHER DIRECT COST RATES (IN-HOUSE)`: ITEM ESTIMATED UNIT - UNITS ESTIMATED UNITS RATES COST Major Reproduction ° Mileage' 600 $0.510 mile $306 00 SUBTOTAL: $306.00 Page 1 5/15/2013 3B. OTHER DIRECT COSTS (OUTSIDE)': ITEM ESTIMATED UNIT ESTIMATED UNITS RATES COST Meeting Exhibit Boards 0 Actual Reasonable Cost each 50.00 Printing 0 Actual Reasonable Cost each PhotographyNideography 0 Actual Reasonable Cost each Market Research 0 Actual Reasonable Cost each Event/Meeting Supplies 0 Actual Reasonable Cost each Public Comment Management 0 Actual Reasonable Cost each Deliveries/Courier Services 0 Actual Reasonable Cost each Miscellaneous (translation) 0 Actual Reasonable Cost each SUBTOTAL: $0.00 4A. OUTSIDE SERVICES RATES (SUBCONSULTANTS): FIRM NAME INDIVIDUAL 4B. OUTSIDE SERVICES (VENDORS): FIRM NAME INDIVIDUAL SUBTOTAL (SUM OF 18+2+3A+38) ESTIMATED COST SUBTOTAL $0.00 ESTIMATED COST SUBTOTAL $0.00 TOTAL OUTSIDE SERVICES $0.00 TOTAL ESTIMATED COST $5,972.00 (SUM OF 1 B+2+3A+3B+4A+4B) $5,972.00 I am a representative of Communication Infrastructure Group, LLC, duly authorized to contractually bind the firm. My signature below constitutes formal agreement (without further signature) to a Task Order, which is issued by the City of Fort Collins pursuant to the terms of this Task Order Proposal, without substantive change. I also declare that to the best of my knowledge the wage rates and other factual unit rates supporting the compensation to be paid by the City for the professional services on this document are accurate, complete, and current at the time of contracting, and include no unallowable or duplicate costs. Karen Morales (TYPED NAME) Page 2 �Q/� (SIGNATURE) May 15,2013 (DATE SIGNED) EXHIBIT B PROJECT COST WORKSHEET (COST PLUS FIXED FEE) (Firms with No Established Indirect Cost %) Project Number P7482 Location Vine and Shields Intersection Imorovements Firm name Britina Desien Grouo, Inc Name of Preparer Robert M. Couri Phone no. (303)456-2887 #301 Scope of Work Date Type of Proposal: COST PLUS FIXED FEE Contract # Task Order # 1A. LABOR RATES (a) (b) (c) (d) EMPLOYEE EMPLOYEE BILLING RATE ADJUSTED MULTIPLIER LABOR RATE NAME CLASSIFICATION COST/HOUR RATE S/HOUR (b=d) Robert M. Couri Principal/PLA $160.00 $145.45 1.0 $145.45 Timothy R. Piper Senior Associate/PLA $115.00 $104.55 1.0 $104.55 Mike Spears Draftsman $45.00 $40.91 1.0 $45.00 (b) Adjusted Rate $.00 / hr divided by Fee Adjusted Rate = Labor Rate (b) _ (d) NOTE: Items 1A, 3 and 4 (as applicable) are prepared to submit rates. Items IB, 2, 3 and 4 (as applicable) are completed to compute a project cost. 1B. LABOR COSTS: EMPLOYEE EMPLOYEE LABOR RATE COST Robert M. Couri Principal/PLA $145.45 Timothy R. Piper Senior Associate/PLA $104.55 Mike Spears Draftsman $40.91 2. FEE (10% X Section 1 B.) 3A. OTHER DIRECT COST RATES (IN-HOUSE):* ITEM ESTIMATED UNITS Per diem 0 Mileage. 1260 Reproductions B& W Copies (8.5 x 1 I and 11 x 17) Color Copies (8.5 x 11) Color Copies (I I x 17) Color Plots for Displays Large Format Plots Foam Boards ESTIMATED NUMBER ESTIMATED 12 $1,745.50 125 $13,068.75 100 $4,091.00 TOTAL LABOR $ 18,905.25 FIXED FEE $1,890.53 UNIT ESTIMATED RATES COST $0.51/mile $ 642.60 200 $0.10/ea $ 20.00 50 $1.00/ea $ 50.00 25 $2.00/ea $ 50.00 36 $8.50/sf $ 306.00 108 $0.50/sf $ 54.00 $1.50/sf $ Revised January 2012 SUBTOTAL *Prior Approval from CDOT Project Manager required 3B. OTHER DIRECT COSTS (OUTSIDE):* ITEM ESTIMATED UNIT UNITS RATES Per diem . . . . . $ Mileage. $ Other . . . . . . . $ SUBTOTAL $ L122.60 ESTIMATED COST SUBTOTAL (SUM OF 1 B+2+3A+3B) *Prior Approval from Project Manager required 4A. OUTSIDE SERVICES RATES (SUBCONSULTANTS): FIRM NAME ESTIMATED COST Ilines, Inc. $3,950.00 EXHIBIT B $21,918.38 Please have each sub -consultant fill out this farm listing their employee's name, classifications, indirect rate, fee, multiplier, other direct cost (ODC), etc... 4B. OUTSIDE SERVICES (VENDORS):* FIRM NAME List all vendors to be used and attach their standard price list(s). *Prior Approval from CDOT Project Manager required ESTIMATED COST TOTAL OUTSIDE SERVICES TOTAL ESTIMATED COST $25,868.38 (SUM OF 1B+2+3A+3B+4A+4B) I declare that to the best of my knowledge the wage rates and other factual unit rates supporting the compensation to be paid by the Department for the professional services on this document are accurate, complete, and current at the time of contracting, and include no unallowable or duplicate costs. Robert M. Couri/President/PLA (TYPED NAME AND TITLE) (SIGNATURE) 5/3/13 (DATE SIGNED) Revised 3anuary 2012 PROJECT COST WORKSHEET (COST PLUS FIXED FEE) (Firms with No Established Indirect Cost %) Project Number P-7482 Vine and Shield Intersection Improvements Location City of Fort Collins Colorado Firm name Anderson Consulting Engineers Inc. Name of Preparer Chris Pauley Phone no. 970-226-0120 x (212) Scope of Work Date May 16, 2013 Type of Proposal: COST PLUS FIXED FEE Contract# Task Order# IA. LABOR RATES (a) (b) (C) (d) EMPLOYEE EMPLOYEE DIRECT SALARY ADJUSTED MULTIPLIER LABOR RATE NAME CLASSIFICATION COST/HOUR RATE $/HOUR (h =d) Bradley A. Anderson Senior PrincipalEngincer $170.00 $154.55 1.0 $154.55 Gregory J. Koch Principal Engineer $160.00 $145.45 1.0 $145.45 Chris J. Pauley Senior Project Manager $125.00 $113.64 1.0 $113.64 Jay D.Schug Project Manager $112.00 $101.82 1.0 $101.82 Aaron M. Hansen Project. Manager $112.00 $101.82 1.0 $101.82 Brian L. Van Zanten Project Engineer II $94.00 $85.45 1.0 $85.45 Brian A. Smith .Project Engineer 11 $94.00 $85.45 1.0 $85.45 Michelle L. Martin Project Engineer II $94.00 $85.45 1.0 $85.45 Scott R. Parker Project Engineer II $94.00 $85.45 1.0 $85.45 Jamis D. Darrow Project Engineer II $94.00 $95.45 1.0 $85.45 Jason M. Albert Project Engineer I $84.00 $76.36 1.0 $76.36 Travis R. Rounsaville Engineer II $78.00 $70.91 1.0 $70.91 Matthew M. Clark Engineer,I $73.00 $66.36 1.0 $66.36 Michael O. Turner Engi neerI $73.00 $66.36 1.0 $66.36 Thomas A. Woodruff Senior GIS/CAD Tech. $80.00 $72.73 1.0 $72.73 Brian D. Thompson GIS/CAD Technician II $75.00 $68.18 1.0 $68.18 Mark R. Colhour GIS/CAD Technician II $75.00 $68.18 1.0 $68.18 Benjamin N. Ackert GIS/CAD Technician I $70.00 $63.64 LO $63.64 Tami L. Witham Administration $65.00 $59.09 LO $59.09 Patty J. Burger Administrative Assistant $60.00 $54.55 1.0 $54.55 (b) Adjusted Rate $.00 / hr divided by Fee Adjusted Rate = Labor Rate (b) = (d) NOTE: Items 1A, 3 and 4 (as applicable) are prepared to submit rates. Items 1B, 2, 3 and 4 (as applicable) are completed to compute a project cost. 1B. LABOR COSTS: EMPLOYEE EMPLOYEE LABOR RATE NAME CLASSIFICATION $ / HOUR (From Id) Bradley A. Anderson Senior Principal Engineer $154.55 Gregory J. Koch Principal Engineer $145.45 Chris J. Pauley Senior Project Manager $113.64 Jay D. Schug Senior Scientist II $101.82 Aaron M. Hansen Project Manager $101.82 ESTIMATED NUMBER ESTIMATED COST OF WORK HOURS PER EMPLOYEE $309.10 24 $2,727.36 COWa50N01 5 qe&CDR&uEret ML 051oldno May 16, 2013 Brian L. Van Zanten Senior Engineer 1 $85.45 Brian A. Smith Senior Engineer I $85.45 8 $683.60 Michelle L. Martin Project Engineer II WAS Scott R. Parker Project Engineer 11 $85.45 Jamis D. Darrow Project Engineer I $85.45 Jason M. Albert Project Engineer I $76.36 Travis R. Rounsaville Engineer It $70.91 Matthew M. Clark Engineer I $66.36 Michael O. Turner Engineer I $66.36 Thomas A. Woodruff Senior GIS/CAD Tech. $72.73 1 $72.73 Brian D. Thompson GIS/CAD Technician II $68.18 Mark R. Colhour GIS/CAD Technician Ii $68.19 Benjamin N. Ackert GIS/CADTechnician 1 $63.64 1 $63.64 Tami L. Witham Administration $59.09 4 $236.36 Patty J. Burger Administrative Assistant $54.55 TOTAL LABOR $4,092.79 2. 'E (10% X Section 1 B.) FIXED FEE , 409.28 3A. OTHER DIRECT COST RATES (IN-HOUSE): ITEM ESTIMATED UNIT ESTIMATED UNITS RATES COST Per diem . . . . . $ $ Mileage. 50 $0.51 $ 25.50 B&W Plotter (in-house) 10 $5.00_ $ 50.00 Reproduction (in-house) 50 $0.10 $ 5.00 SUBTOTAL. $ 90.50 3B. OTHER DIRECT COSTS (OUTSIDE) : ITEM ESTIMATED UNIT ESTIMATED UNITS RATES COST Per diem $ $ Mileage. $_ $ Other. . . . . . . $ $ SUBTOTAL SUBTOTAL (SUM OF IB+2+3A+3B) $4,582.57 4A. OUTSIDE SERVICES RATES (SUBCONSULTANTS): FIRM NAME ESTIMATED COST Please have each sub -consultant fill out this form listing their ermployee's name, classifications, indirect rate, fee, multiplier, other direct cost (ODC), etc... COWILSONOl S[ape&CPFFBWgeLFINAL OS1613.dxx May 16, 2013 4B. OUTSIDE SERVICES (VENDORS): FIRM NAME List all vendors to be used and attach their standard price list(.$). ESTIMATED COST TOTAL OUTSIDE SERVICES TOTAL ESTIMATED COST (SUM OF ]B+2+3A+3B+4A+4B) $4,582.57 I DECLARE THAT TO THE BEST OF MY KNOWLEDGE THEWAGE RATES AND OTHER FACTUAL UNIT RATES SUPPORTING THE COMPENSATION TO BE PAID BY THE CITY FOR THE PROFESIONAL SERVICES ON THIS DOCUMENT ARE ACCURATE, COMPLETE AND CURRENT AT THE TIME OF CONTRACTING, AND INCLUDE NO UNALLOWABLE OR DUPLICATE COSTS. Christonher.I. Paulev, P.E., CFM (TYPED NAME) Senior Project Manaeer (TITLE) (SIGH"' AURE),� 7 ZC3' ( ATE SIGNED) COMBON01 Scoye&CBFFBudget NNAI 051613.dov May 16, 2013 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. Subcontractors. All Work performed by subcontractors identified in Exhibits A and C or as otherwise approved in writing by the City shall be subject to the following provisions: (a) the subcontractor must be a reputable, qualified firm with an established record of successful performance in its respective trade performing identical or substantially similar work, (b) the subcontractor will be required to comply with all applicable terms of .this Agreement, (c) the subcontract will not create any contractual relationship between any such subcontractor and the City, nor will it obligate the City to pay or see to the payment of any subcontractor, and (d) the work of the subcontractor will be subject to inspection by the City to the same extent as the work of the Professional. it. 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. 12. 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. leiol Ruedwo7 g uosl!M ppul...... .. op o (vcuuagotll wwPtl <I I!ymSl gaay E c; (cA(mn1U ]mdPmniAug nym( (s�yxp ryo�pg) pud Au� (za unp '�I57 J^�Jl9upl mnmg rynwareAV 11d (FPmgl lntlun nd F 0 fi z W � _ x y O 3 % a � C 2 E C 3 U U c a — a L o lelol Suedwoo g uosllq nm��m rm_irv�mM�w t'm"'nvrvl`m�ry 1111'P�YI `Ia1. Fn.11u'�0l 11 fumy l.wllnaui9 { `. `inl b 6 +'4+`M'r"9p111'IMI'Bua ��.mJl�fl IFrufll ROuuud ee n� 4 Iv4*.L AuvdWv] q UOSI11Y1 UIIPuvJI PI"dNunomivuoJ luvmuptll—Pp ollJ 9 6 a SI apl aul J V A I j,,lunr d 4 N 5 rllljjIj) ILL',, 8Lfl, r L, 'Ill) 0lama+$ IunnvnnMl4Vd (FIul) lnJouly n nnn n nn e A s. a�s�e s"5 FeW3aq o F z e Sc s s 2x a °�'.��� Eel �.. fib 3VCFi$KL a._Err]j[AAA o.atlg�gSu OU:]]�FU V9 eli s N q4 VEE 9N X a � E u L_ mB = 3 cE.5 P E _ J =— Nm Su 9 :J leiol Ruedwoo g uosl!M !well pla!;wo!mm�--��oJ (imuin:f tl) muiPtl � yllpunJ'u/dng �o8l woaH) E lad/arvm8ng imnn[ U 3 (vwap 'd1511dd/Au3 �oryaS (ucuuam.Nl {Cd (6pwg) p:dim�ug _ 3 5 C 5 e u C E t (i _ J lelol Ruedwo:) g uos11M nr-�D) rla�rv�9uwnuu� (ucuw�ayl vimpy — 011gN SI41+1 pipunyu•4o8 •091 •wcaHl E lwdpaaw9ug mryn( m 'RIS) 7wd/dng mnuS 0muu1111) Id ISPwNI Ind oupd w s U U U J U J {f L U •} Z_ C y. 3.. - c 7 " c - =' e E C ..3 6�. F4` C66 6 Q Y 9 M E y 1e3o1 Auedwo7 g uospM 1�Pn^J)Diayryow^n�noJ _ pivuua�ay, wwpy `d JJlpnnp IFhO%`03I`t�OH) E ]^NPaaui3u3 m�my 4 0n4-F 7NnJP8) 3vd'3o, 'FISI'Jmdjst, io!uaS — (uauareM) IYd — (X,.')lcduuud _ 3 F. N 3 3 Y O 9 o _ E a _ - 5 u < - z :J EXHIBIT D INSURANCE REQUIREMENTS The Professional will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Professional shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: "The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Professional, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Professional under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Professional 's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Professional shall maintain during the life of this Agreement for all of the Professional's employees engaged in work performed under this agreement: Workers' Compensation insurance with statutory limits as required by Colorado law. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Professional shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $500,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Professional shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. / T ® A�� CERTIFICATE OF LIABILITY INSURANCE6/1/2014 DATE (M MIDDIYYYY) 1 8i2i2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. " IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed.. 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). PRODUCER Lockton Companies, LLC-1 Kansas City 444 W. 471h Street, Suite 900 Kansas City MO 64112-1906 (816)960-9000 ONTACT CNAME PHONE FAX AL No: E-MAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIC N INSURER A: Zurich American Insurance Company 16535 INSURED WILSON & COMPANY, INC., 4011 ENGINEERS&ARCHITECTS INSURERS: INSURER C: INSURER D: 999 181h Street, Suite 2600 DENVER CO 80202 INSURER E INSURER F : COVERAGES WILCO15 CERTIFICATE NUMBER: 12491860 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR UmINSR rypE OF INSURANCE ADEL SUBR WVD POLICY NUMBER POLICY EFF MMIDDIYYYY POLICY EXP MMIDD/YYYY LIMITS A GENERAL LIABILITY Y N GLO 5944326-04 6/1/2013 NY2014 EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea omunebbe) $ 300,000 X MMERCIAL GENERA BILITY MED EXP (Any one rson $ 10,000 OCCUR CLAIMS -MADE XJ PERSONAL B ADV INJURY $ 1,000,000 GENERAL AGGREGATE S 2 D00 OQO GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 1$ POLICY-X] JEOOT X LOG1 A AUTOMOBILE LIABILITY Y N BAP 5944327-04 6/1/2013 6/t/2014 COMBINED SINGLE LIMIT (Ea aeeiden0 $ 1,000,000 X BODILY INJURY (Per person) $ XXXXXXX ANY AUTO I BODILY INJURY Per accident s XXXXXXX ALL OWNED SCHEDULED AUTOS AUTOS PROPERTY DAMAGE $ XXXXXXX X NON -OWNED HIRED AUTOS X AUTOS $XXXXXXX UMBRELLA LIAR OCCUR NOT APPLICABLE EACH OCCURRENCE $ XXXXXXX AGGREGATE $ XXXXXXX EXCESS LIAB CLAIMS -MADE DED I I RETENTION$ $ XXXXXXX A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN N WC 5944328-05 6/1/2013 6/l/2014 X I TORYLIMIT OER EL EACH ACCIDENT $ 1 0.000 ANY PROPRIETOWPARTNERIEXECUTIVE ❑ OFFICERIMEMBER EXCLUDED? N NIA E.L. DISEASE - EA EMPLOYEE $ 1 000 000 (Mandator, in NH) Ifyes, describe under DESCRIPTION OF OPERATIONS bolaw E.L. DISEASE- POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if mora apaca is regnimal RE: VINE & SHIELDS INTERSECTION IMPROVEMENTS PROJECT. CITY OF FORT COLLINS, ITS OFFICERS, AGENTS AND EMPLOYEES ARE ADDITIONAL INSURED WITH RESPECT TO GENERAL LIABILITY AND AUTO LIABILITY, AS REQUIRED BY WRITTEN CONTRACT. 12491860 CITY OF FORT COLLINS PO BOX 580 FORT COLLINS CO 80522 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. are ® CERTIFICATE OF LIABILITY INSURANCE 6n/zota ODDI YYY) 8/2/2 8/2/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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). PRODUCER Lockton Companies, LLC-I Kansas City W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816) 960-9000 CONTACT -NAME444 PHO we NE FacA% ElokNo E-MAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIC N INSURER A: Catlin Insurance Company, Inc 19518 INSURED WILSON & COMPANY, INC., 1048828 ENGINEERS & ARCHITECTS INSURER B: INSURER C: INSURER D 999 l8th Street, Suite 2600 DENVER CO 80202 INSURER E INSURER F : COVERAGES WILCO15 CERTIFICATE NUMBER: 12491863 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICYNUMBER POLICY EFF MMIODIYYYY POLICY EXP MMIDD=P LIMITS GENERAL LIABILITY NOT APPLICABLE EACH OCCURRENCE 8 XXXXXXX DAMAGE TO RENTED PREMISES (Ea occurrence) $ XXXXXXX MMERCIAL GENE BILITY MEDEXP (Any ogreperson) $ XXXXXXX CLAIMS -MADE OCCUR PERSONAL B ADV INJURY $ XXXXXXX GENERAL AGGREGATE It xxxxxxx GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ xxxxxxx $ PRO POLICY ECT OC AUTOMOBILE LIABILITY NOT APPLICABLE OMBINdenIN L LIMIT (a Manitl $ XXXXXXX BODILY INJURY (Per ,ereon) $ XXXXXXX ANYAUTO BODILY INJURY Per accident $ XXXXXXX ALL OWNED SCHEDULED AUTOS AUTOS PROPERTY DAMAGE (Per lf�idmltl $XXXXXXX NON -OWNED HIRED AUTOS AUTOS $XXXXXXX UMBRELLA LIAR OCCUR NOT APPLICABLE EACH OCCURRENCE $ XXXXXXX AGGREGATE $ xxxxXXX EXCESS LIAB CLAIMS -MADE DEO I I RETENTION$ $ XXXXXXX WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOWPARTNERIEXECUTIVE NOT APPLICABLE - W STATU- TORY LIMIT OTH- ER E.L. EACH ACCIDENT $ XXXXXXX OFFICERIMEMBER EXCLUDED? ❑ NIA E.L. DISEASE -EA EMPLOYEE $ XXXXXXX (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below EL.DISEASE - POLICY LIMIT $ XXXXXXX A PROFESSIONAL N N AED-675334-0614 6/1/2013 6/1/2014 $1,000,000EACH CLAIM&ANNUAL LIABILITY - AGGREGATB FOR ALL PROJECTS. DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE' VINE & SHIELDS INTERSECTION IMPROVEMENTS. 12491863 CITY OF FORT COLLINS PO BOX 580 FORT COLLINS CO 80522 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. are 13. 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. 14. 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 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. 15. 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. 16. 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. 16. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Professional represents and agrees that: a. As of the date of this Agreement: 1. Professional does not knowingly employ or contract with an illegal alien who will perform work under this Agreement; and 2. Professional will participate in either the e-Verify program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland Security (the "e-Verify Program") or the Department Program (the "Department Program"), an employment verification program established pursuant to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment eligibility of all newly hired employees to perform work under this Agreement. b. Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or knowingly enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien to perform work under this Agreement. c. Professional is prohibited from using the e-Verify Program or Department Program procedures to undertake pre -employment screening of job applicants while this Agreement is being performed. d. If Professional obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Professional shall: 1. Notify such subcontractor and the City within three days that Professional has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and 2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien; except that Professional shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. e. Professional shall comply with any reasonable request'by the Colorado Department of Labor and Employment (the "Department") made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. f. If Professional violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement is so terminated, Professional shall be liable for actual and consequential damages to the City arising out of Professional's violation of Subsection 8-17.5-102, C.R.S. g. The City will notify the Office of the Secretary of State if Professional violates this provision of this Agreement and the City terminates the Agreement for such breach. 17. Special Provisions. Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit "E" Confidentiality, consisting of one (1) page, attached hereto and incorporated herein by this reference. OF FOap THE CITY4F FORT COLLI S, COLORADO C �j By: Von IF n A � ;v' {j GerryPa 1i ;� Director ofPurchasing & Risk Management pC", DATE: O `�ZUr�;ae�nti ATTEST: City Clerks®_' �I f n// APPROVED PO FORM: Assist nt City AltorneyU WILSON & COMPANY. INC. Bu Title: St..%i 6u- ice CORPORATE PRESIDENT OR VICE PRESIDENT Date V �lY I�i 20�3 (Corporate Sea]) EXHIBIT A SCOPE OF SERVICES Wilson & Company - SCOPE OF WORK — Final May 17, 2013 P7482 - VINE AND SHIELDS INTERSECTION IMPROVEMENTS PROJECT The City has secured multiple funding sources for the design, right-of-way acquisition and construction of the project. A rough breakdown of the funding source percentages is shown in the table below: FUNDING SUMMARY TABLE Funding Source Funding Amount STP-Metro Federal Grant FHWA through CDOT $ 1,054,000 -Regional Road Impact Fee Larimer Count $ 325,000 -Building on Basics Intersection Fund(City) $ 322,101 Total Anticipated Funding $ 1,701,101 Required elements for the Vine and Shields Intersection Improvements Project: • Correct the sub -standard horizontal geometry by constructing a single -lane roundabout • Improve air quality through reduced vehicle wait time • Improve safety for vehicles, bicycles and pedestrians • Design and construct utility improvements including water quality features • Design landscaping, irrigation and urban design elements • Coordinate the intersection improvements with the West Vine Basin Master Drainage Plan and City floodplain regulations • Design and construct the project in a sustainable fashion which balances the environmental, social and economic needs of the City and adjacent land owners • Coordinate with the Larimer County's North Shields Street Corridor Improvements (including bike lane and sidewalk connections to the Poudre River Trail) Scope of Work I. Project Kick -Off Phase and Ongoing Project Management: A. Meetings (Excluding FIR/FOR/Construction Phase) — 1. Project Kickoff Meeting — Plan and attend the kickoff meeting to include City staff, CDOT, and Larimer County. This meeting will also serve as the Design Scope Review, if required by CDOT. 2. Standing Coordination Meetings — Plan and attend 4 standing meetings it the preliminary design phase and 4 standing meetings in the final design phase. 3. Prepare meeting minutes for 9 meetings. B. Project Planning and Setup 1. Risk Assessment and Project Coordination Plan — Prepare a risk assessment and coordination plan to be reviewed at each standing coordination meeting. 2. Project Schedule Update — update the project design schedule based on the proposal submitted schedule.