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.