Loading...
HomeMy WebLinkAboutCORRESPONDENCE - RFP - 9053 TIMBERLINE ROAD DESIGN - STETSON CREEK TO TRILBY ROADWork Order Form Official Purchasing Form Last updated 10/2017 WORK ORDER FORM PURSUANT TO A MASTER AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND JUB ENGINEERS, INC. WORK ORDER NUMBER: 1-400901760-20 PROJECT TITLE: Timberline Road Design, Stetson to Trilby ORIGINAL BID/RFP NUMBER & NAME: 9053 Timberline Road Design, Stetson Creek to Trilby Road MASTER AGREEMENT EFFECTIVE DATE: January 14, 2020 WORK ORDER COMMENCEMENT DATE: January 14, 2020 WORK ORDER COMPLETION DATE: March 20, 2021 MAXIMUM FEE: (time and reimbursable direct costs): $525,460.00 PROJECT DESCRIPTION/SCOPE OF SERVICES: FIR and SUE Design phase Service Provider agrees to perform the services identified above and on the attached forms in accordance with the terms and conditions contained herein and in the Master Agreement between the parties. In the event of a conflict between or ambiguity in the terms of the Master Agreement and this Work Order (including the attached forms) the Master Agreement shall control. The attached forms consisting of thirty-two (32) page(s) are hereby accepted and incorporated herein, by this reference, and Notice to Proceed is hereby given after all parties have signed this document. SERVICE PROVIDER: Date: Dan Tuttle, PE ACCEPTANCE: Date: Nicole Hahn, Project Manager REVIEWED: Date: Elliot Dale, Senior Buyer ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 1/22/2020 1/24/2020 1/24/2020 1/24/2020 J-U-B Engineers, Inc. AGREEMENT FOR PROFESSIONAL SERVICES FOR 9053 – Timberline Road Design – Stetson Creek to Trilby Road City of Fort Collins, CO Scope of Services, Schedule, and Basis of Fee December 2019 PROJECT UNDERSTANDING The City of Fort Collins Engineering Department has selected J-U-B Engineers to provide the City with preliminary engineering design (30% design – FIR), defining project foot print, environmental review, traffic analysis, utility alignment / sizing and public outreach coordination for the Timberline Road Improvements from Stetson Creek Drive to Trilby Road. The design phase shall be extendable, at the City’s discretion, through final design and construction with the option of using an alternative delivery model / method for procurement of a general contractor for final project delivery. Design of this project is being funded through local funds. Construction will be funded through a combination of federal and local funds. Collaboration with various City departments, as well as Colorado Department of Transportation, private utility and communication companies and adjacent land development owners will be involved in the coordination / design process. The Timberline Road design project involves widening Timberline road from the existing two lane roadway to four lane arterial section with median islands, utility installations, sidewalks, bike facilities, landscaping, and street lights from Stetson Creek to Trilby Road. The project will include interfacing with three traffic signals and the widening of one structure. This project will include coordination with a private development known as the Hansen Farms project, located on a 10-acre parcel north west of the Timberline Road and Zypher Road intersection. The development will be implemented in phases, with the first phase of 184 single family homes beginning construction in the fall of 2019. The development has fully designed their frontage improvements and the signal at Timberline Road and Zypher Road. The development will be responsible for building the Timberline widening along their frontage in addition to the signalization of Timberline Road and Zypher Road. PROJECT STANDARDS, GUIDELINES AND SPECIFICATIONS: The following is a list of technical references applicable to the work and are the basis for design criteria, details and specifications for the project. The Consultant will be responsible for complying with the current editions of the listed reference documents as of the Notice to Proceed date. The Consultant should anticipate regular updates to the reference documents over the course of the design schedule. Major design revisions due to newly issued design guide revisions will be reviewed and approved by the City’s project manager as additional work.  AASHTO Roadside Design Guide (“Green Book”)  Manual on Uniform Traffic Control Devices (MUTCD)  Public Right-of-Way Accessibility Guidelines (PROWAG)  City of Fort Collins  Larimer County Urban Area Street Standards (LCUASS)  CDOT Standard Specifications for Road and Bridge Construction  CDOT M & S Standard Plans DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 PART 1 – SCOPE OF SERVICES (through Construction Drawings) A. Basic Services – J-U-B’s Basic Services under this Agreement are limited to the following tasks. CLIENT reserves the right to add subsequent phases or related work to the scope of services upon mutual agreement of scope, fees, and schedule. The following abbreviations are used in this scope: J-U-B – J-U-B Engineers, Inc. City – City of Fort Collins Interwest – Interwest Consulting Group King – King Surveyors FTH – Fox Tuttle Hernandez RockSol – RockSol Consulting Group Clark – Clark Land Surveying, Inc. BHA – BHA Design Incorporated The design work for this project will consist of completing all work required to plans, Engineer’s estimates, specifications to a preliminary level (30%) for the proposed improvements. J-U-B and/or its subconsultants shall perform or supply all necessary services as specified in this document with regards to surveying, research, analysis, design and other associated engineering work. All engineering design work shall be performed under the direction and supervision of a Licensed Professional Engineer registered with the Colorado State Board of Registration for Professional Engineers and Professional Land Surveyors. All land surveying work shall be performed by a Professional Land Surveyor registered with the Colorado State Board of Registration for Professional Engineers and Professional Land Surveyors. Some activities may require work on land not controlled by the City. In such cases, the City shall obtain the necessary written permission to enter the premises. Included in this written permission will be the names and telephone numbers of persons to contact should notification prior to entry be necessary. These written permissions will apply to City of Fort Collins personnel as well as Consultant personnel. Signed copies of the written permission will be submitted to the City’s Project Manager prior to entering private property for survey work. TASKS 1-5 REPRESENTS INITIAL PROJECT START-UP AND MANAGEMENT Scope Task Scope of Services Deliverables 1. Kickoff Meeting The kick-off meeting will be attended by the following J-U-B team members: project principal, project manager, and engineer. In addition, it is anticipated that sub-consultant team leads will attend the kick-off meeting. J-U-B will prepare an agenda and meeting minutes. Meeting Agenda & Minutes 2. Periodic Progress Meetings (8 Total) Periodic progress meetings will be attended by the J-U-B project manager or project engineer and other key staff members as needed. These meetings may be a combination of phone conference meetings or in-person meetings, as requested by the City of Fort Collins. Subconsultants will attend as required. J-U- B will prepare an agenda and meeting minutes. Meeting Agenda & Minutes 3. Monthly Progress Reports & Invoicing (6 total) DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 Scope Task Scope of Services Deliverables J-U-B’s project manager will prepare monthly progress reports that will be submitted with the invoice. Progress Report & Invoice 4. Management, Coordination & Administration This item includes general coordination efforts by J-U-B’s project principal and project manager. This item also includes time for J-U-B clerical staff to assemble and prepare invoices. Scheduling and resource loading is included in this item. Coordination with sub-consultants is included in this task. Coordination with other stakeholders will be included in this item. N/A 5. Expenses Expenses includes car mileage, and any client requested expenses. Small format paper copying is included in J-U-B’s overhead and will not be charged. Included in Invoice TASKS 6-30 REPRESENTS DATA GATHERING, FIELD INVESTIGATIONS, PRELIMINARY REPORTING and Conceptual Design Scope Task Scope of Services Deliverables 6. Review existing traffic data & Conceptual Traffic Design FTH will review existing traffic data, including the Hansen Development traffic study, crash data, and traffic counts. Refer to FTH’s scope & fee for additional information. N/A 7. Review & Research drainage reports and master plans Interwest will gather, research and review existing drainage reports, infrastructure and master plans for this area. Refer to Interwest’s scope & fee for additional information. N/A 8. Topographic Survey (Includes Project Management, Topo, and Project Control Sheet) Establish topography with a 1’ contour interval based upon ground surveyed cross sections at approximately 50’ intervals (maximum) and at all high points, low points and significant breaks in terrain. Obtain roadway elevations including: top back of curb, flowline, lip of pan and centerline of the existing roadway. Provide location and elevation of all visible surface improvements within the survey limits to include existing sidewalks/sidepaths, pedestrian curb ramps, center medians, channelizing islands, fences, signs, street lights, existing driveways, etc. Locate trees with caliper greater than 3” diameter, existing striping and pavement markings, inlets, manholes and test bore locations. Refer to King’s scope & fee for additional information. Topographic Survey file in AutoCAD Civil 3D 2019 and pdf. 9. Preparation of a geotechnical survey report as determined by the Consultant Based on information provided in the Request for Proposal (RFP 9053) for the Timberline Road Design – Stetson Creek to Trilby Road Project, 17 geotechnical boreholes are proposed for characterization of subsurface conditions to assist with the development of pavement design and foundation design recommendations for new box culvert design and construction. Fifteen pavement boreholes will be drilled to an approximate depth of 10 feet and two culvert/structure boreholes will be drilled to depths of 20 feet to 30 feet below existing grades. Subsurface samples will be obtained from each borehole and tested for pertinent engineering properties including, but not be limited to, moisture content and dry density, Atterberg Limits, grain size (sieve) analysis, swell potential, Resistance Value, and water-soluble sulfate content. Subgrade soil samples will be classified per the American Association of Highway and Geotechnical Investigations, Report and recommendations Transportation Officials (AASHTO) soil classification methods. RockSol will prepare logs of the subsurface conditions and note the depth to groundwater and bedrock, if encountered, at the time of drilling. RockSol will prepare a geotechnical report summarizing the subsurface conditions encountered, the results of the laboratory testing, pavement and foundation design recommendations. The pavement investigation and design will follow the current Larimer County Urban Area Street Standards. Refer to RockSol’s scope & fee for additional information. 10. SUE Quality Level B locating and mapping of all existing utilities within the project area Clark Land Surveying will perform Subsurface Utility Engineering (SUE) (Quality Level B) investigation within the project limits. This will include SUE plans, signed and stamped by a professional engineer. Refer to Clarks’s scope & fee for additional information. Utility Locations and CAD file. SUE plans – Signed and stamped by Professional Engineer 11. Conceptual Landscape Design The following tasks (12 – 14) outline the work necessary to complete the conceptual landscape design for this project. Refer to BHA’s scope & fee for additional information. N/A 12. Attend kick-off, photo inventory, coordination meetings, existing tree inventory BHA will perform the following scope items:  Attend kick-off meeting with project team and/or City.  Conduct site visit, existing tree inventory, prepare photo inventory of existing conditions.  Attend coordination meetings with PSD, nearby developer, if needed.  Attend design team coordination meetings. Refer to BHA’s scope & fee for additional information. Tree Inventory w/Photos 13. Prepare 3 corridor landscape design alternatives BHA will perform the following scope items:  Assist JUB with alternatives and costs for 3 corridor and landscape design alternatives. Refer to BHA’s scope & fee for additional information. Alternative design concepts w/cost 14. Prepare graphics for open house & attendance BHA will perform the following scope items:  Prepare renderings, graphics for use in public meetings, and with boards/commissions.  Attend 1 public open house meeting. Refer to BHA’s scope & fee for additional information. Renderings & Exhibits for open house. 15. Complete a Conceptual Level Design to Determine Critical Issues The following tasks (16 – 18) outline the work necessary to complete the conceptual roadway design for this project. Conceptual Design 16. Develop Conceptual Design (Alternative alignments & typical sections, identify issues, rollplots & exhibits) Once the topographic survey is received, J-U-B will prepare a conceptual design for the entire corridor. This will include horizontal layouts only. J-U-B will provide enough detail to portray the intent of the overall project goals. Major design issues will be identified on the conceptual layout. J-U-B will provide alternative solutions to eliminate and/or reduce the impacts of major design issues. Conceptual Design The conceptual design will be displayed on a roll plot. Upon completion, J-U-B and the City will meet and discuss the conceptual layouts and decide how to proceed with preliminary design. 17. Develop Conceptual Drainage Map and Storm Sewer Plan At this stage, Interwest will work closely with J-U-B to determine proposed storm drainage facilities based on the conceptual design. The drainage improvements will not be sized at this stage, but will show horizontal location of inlets, manholes and pipes. Refer to Interwest’s scope & fee for additional information. Storm Drainage Layout 18. QA/QC Prior to the preliminary submittal J-U-B will perform a QA/QC process which includes review by the Project Manager and Project Principal. All comments will be reviewed with the design staff and incorporated into the conceptual layout, if relevant. QA/QC plans (if requested by City) TASKS 19-46 REPRESENTS THE TASKS NECESSARY TO DEVELOP A PRELIMINARY DESIGN (30% FIR) to the City of Fort Collins. Scope Task Scope of Services Deliverables 19. 30% Drainage Memo (Includes time for Interwest to attend meetings through 30%) The preliminary drainage will include design calculations for the proposed storm sewer system. Existing basins will be delineated. Determine if permanent stormwater control measures are required and if so, design permanent stormwater controls/BMPs to the extent required to reduce the discharge of pollutants into the MS4, in accordance with the City’s permit with CDPHE. Coordinate with City’s Environmental Services staff as required. Proposed storm sewer facilities will be illustrated on the drainage plans under task “Roadway drainage plans.” Interwest will handle the drainage calculations and report, while J-U-B Engineers will draft the engineering plans with input from Interwest. Preliminary Drainage Memo 20. Initial utility coordination J-U-B will work coordinate with 3rd party utilities through conceptual design. This will include submitting conceptual plans to utility companies, and developing a utility contact list. Clark Land Surveying will perform Subsurface Utility Engineering (SUE) (Quality Level B) investigation within the project limits. This will include SUE plans, signed and stamped by a professional engineer. If available - Utility Maps, plans, existing data, etc. 21. Traffic Engineering & Design (multi-modal, bike/peds, reviews, attendance at meetings) FTH will provide traffic engineering design services as it relates to the following scope items:  Coordinate on potential multi-modal safety improvements.  Coordinate on design of pedestrian and bicycle facility improvements.  Coordinate on the design of up to 5 signalized intersections.  Review and comment on functional design and signing/striping plans. Refer to FTH’s scope & fee for additional information. Design Files, memo(s) and/or Exhibits 22. Structure Cost Benefit Analysis & Memo DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 Scope Task Scope of Services Deliverables J-U-B will investigate the existing Mail Creek box culvert and prepare a memo which outlines whether or not the box shall be fully replaced or widened. J-U-B’s structure engineer will physically inspect the structure to ensure the box could be widened. The memo will provide pros/cons and cost ramifications of each option, along with necessary exhibits. J-U-B will also provide a recommendation of whether to widen the box or fully replace. Cost benefit analysis. 23. Plan Sheets (Includes necessary engineering design time) The following list (Items 24 – 36) includes sheets that are anticipated for this project. As the design progresses, there may be variations to the following plan list. J-U-B will discuss any major change with the City of Fort Collins before developing plan sheets. The plan sheets will be developed using AutoCAD Civil 3D 2019 and will be setup at a 22”x34” format, and printed at half size 11”x17”. All design sheets include time to research, investigate, and apply engineering standards, guidelines, and judgement. Preliminary Plans 24. General Sheets J-U-B will prepare the following preliminary plan sheets:  Cover  Standard Note(s)  Legend and symbols  Standard Plans List  Survey Tabulations  Typical sections  Quantity Tabulations (Some tabulations will be included, but not all for preliminary design)  Summary of approximate quantities Preliminary Plans 25. Geometric Sheets These sheets will reference our design to the HARN systems for horizontal location. Alignments for Timberline Road, and side streets will be referenced. All horizontal geometry points will be identified on these plans. Preliminary Plans 26. Removal Sheets All removal, resets, adjustments, and relocation items will be shown on this plan. Any required phasing of removal items will be clarified. Removal notes will be added. Removal items will have hatching to ease in readability. Preliminary Plans 27. Plan & Profile Sheets The roadway plan and profile sheets will include a plan view and corresponding profile view (if applicable) that will include existing and proposed improvements. The plan views will callout all proposed design elements and references to other sheets will be included. It is anticipated that a 20 scale will be used. Matchlines and a key map will be utilized to clearly identify the horizontal location. Preliminary Plans 28. Utility Plans Develop plan sheets showing all existing and proposed utilities. Utility owner(s) will be identified on plans. Any potential conflicts will be identified on plans. Preliminary Plans 29. Grading Sheets J-U-B will prepare preliminary plan sheets to include surface grading and proposed contours. Elevations of Timberline Road, and other intersecting roads will be detailed on these sheets. Matchlines will clearly be represented on these sheets. Grades will be identified. A corridor model will be created in AutoCAD Civil 3D with a proposed surface. Some detailed grading will be shown on these sheets. Preliminary Plans DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 Scope Task Scope of Services Deliverables 30. Storm Drainage Sheets At the preliminary design phase, drainage sheets will include horizontal design information and some vertical information. Storm profiles will be developed after preliminary design. J-U-B will evaluate the vertical depths of utilities, proposed storm pipes, and other constraints to determine the feasibility of the drainage infrastructure. Design all required roadway storm drainage improvements - including curb, gutters, storm sewer pipe, inlets and manholes. Preliminary Plans 31. Structure Sheets The structure sheets will likely vary, depending on the outcome of the cost-benefit analysis of the Mail Creek structure. At this time, we anticipate the following structure components to be illustrated on the preliminary plans: - Notes and structure quantities - Structure layout - Typical section - Wingwall Layout Preliminary Plans 32. SWMP Sheets Proposed structure BMPs will be included at strategic locations and will be called out on the plans. BMPs on plans sheets will be developed for three phases of construction: initial condition, interim condition and final stabilization. Prepare preliminary erosion control plans in accordance with the City of Fort Collins and CDOT standards. The Stormwater Pollution Control Construction Drawings will be used by the contractor to obtain a City of Fort Collins Stormwater Construction Activity Permit (SCAP). SPC plans will include:  Cover Sheet  General Notes  Before Grading Sheet (Preliminary)  During Grading Sheet (Interim)  During Construction Sheet  Final Stabilization Sheet  Detail Sheet Preliminary Plans 33. Landscape Plans The following tasks will be included for preliminary design: - Coordinate with JUB and City to determine preferred alternative from Conceptual Design Phase - Coordinate with public artist or APP staff to identify and integrate APP design elementsCoordinate on existing tree health - Prepare preliminary Landscape Plans for the preferred alternative - Assist JUB with Bid Tabs and Opinion of Cost for landscape/irr items - Prepare FIR level CDOT specifications for landscape/irr items - Update renderings, graphics for use in public open house - Attend 1 public open house meeting - Attend design team coordination meetings Refer to BHA’s scope & fee for additional information Preliminary Plans 34. Traffic Sheets (Signing/Striping, Signals, Phasing & Traffic Control) Construction phasing plans will developed to show the proposed sequence of construction. Each phase will show temporary access points, limits of work, sequence of work, and any necessary details. Preliminary Plans DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 Scope Task Scope of Services Deliverables Traffic control plans will be included in the preliminary set of plans. Once a preliminary design has been developed and advanced, traffic control details and/or detour plans will be developed. Signing and Striping Sheets will be added to the plans. These sheets will indicate the preliminary signing and striping expected for the project. Preliminary signal plans will be included in the preliminary plans. Provide recommendations for existing equipment that may be salvageable and re-used. All signal improvements shall be designed in accordance with City of Fort Collins Traffic Signal Specifications. Refer to FTH’s scope & fee for additional information. 35. Details Detail sheets will include any pertinent construction details at the preliminary level. Additional details will be added during the final design phase. Preliminary Plans 36. Cross sections (25’ Intervals) Cross sections will be developed along the horizontal control lines of Timberline Road and side streets, if applicable. Cross sections will be displayed at 25’ intervals. Cross sections will display minimal labels at this phase. Preliminary Plans 37. QA/QC Prior to the preliminary submittal J-U-B will perform a QA/QC process which includes sending drawings to other J-U-B staff members for review and comment. All comments will be reviewed with the design staff and incorporated into the plans if relevant. QA/QC plans (if requested) 38. Preliminary Specifications (Outline of Specs) Preliminary specifications will be provided with this submittal. It is anticipated that only the index of specifications will be provided at this stage. That will include the necessary project special provisions and standard special provisions. The specifications will follow the 2019 CDOT Standard Specifications for Road and Bridge Construction. Preliminary Technical Specifications 39. Determine SUE Quality Level A utility locating needs Upon completing the preliminary design. J-U-B will identify any subsurface utilities that need to be investigated to a Quality Level A (testholes). The utility plans will show the proposed locations for any testholes. Preliminary Plans 40. R.O.W. Plan Development The following tasks (41 – 43) outline the work necessary to prepare the necessary R.O.W. documents for this project. R.O.W. Documents 41. Drafting & PLS Review DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 Scope Task Scope of Services Deliverables This task includes time for King Surveyor’s drafter to prepare the necessary R.O.W. plans in conformance with CDOT standards. It is anticipated that 20 properties will require either permanent R.O.W. and/or temporary construction easements. This also includes time for a licensed PLS to provide a QA/QC. Refer to King’s scope & fee for additional information. N/A 42. Properties on ROW Plans (Assuming R.O.W. & TCE needed for each property x20 properties = 40) This task includes property descriptions and preparing property descriptions for the proposed permanent and temporary easements. It is assumed that 40 descriptions are needed. Refer to King’s scope & fee for additional information. R.O.W. Documents 43. Stake R.O.W. Takes and Easements (This will happen after 30%) King Surveyors will stake the proposed R.O.W. and easement boundaries in the field. Refer to King’s scope & fee for additional information. Staking of R.O.W. 44. Prepare exhibits and attend one open house J-U-B will provide public involvement assistance throughout design. J-U-B anticipates the following tasks: 1. Coordinate and attend one public meeting during preliminary design 2. One-on-one stakeholder meetings 3. Public meeting materials & graphics (J-U-B & BHA) Public meeting exhibits & exhibits as needed for one-on-one meetings. 45. Prepare an Engineers Opinion of probably construction cost (OPCC) The OPCC will include expected bid items developed during the preliminary design. Quantities will be developed from the design sheets. Items not on the tabulation sheets will be documented in a computation book. Costs will be developed from various sources including past bid tabs. The OPCC will have a contingency added at this point. The contingency will be coordinated with the City of Fort Collins, prior to submittal. Standard CDOT pay items will be used as a basis for the cost opinion. OPCC 46. Complete submittal of necessary documents and plans to CDOT and City for review and comment This item includes preparing all design drawings, reports, and design information in preparation for submittal to the City of Fort Collins. This will include reviewing sub-consultants deliverables (i.e. specifications, cost estimates, design drawings, etc.) to ensure a cohesive and accurate submittal. QA/QC plans (if requested) DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 TASKS 47-52 REPRESENTS THE TASKS NECESSARY TO PROVIDE ENVIRONMENTAL CLEARANCE FOR THE PROJECT Scope Task Scope of Services Deliverables 47. Documented Categorical Exclusion (Purpose & Need, Proposed Action, Text/Sections, Mitigation Tables, Summary) Refer to RockSol’s scope & fee for additional information. N/A 48. Environmental tech reports (Hazardous, weeds, wetlands, MBTA-NonT&E, Review & Comments) Refer to RockSol’s scope & fee for additional information. Comment Response Form 49. Permitting and Field Work (404 application, delineation, weed survey, T&E, MBTA, Other wildlife) Refer to RockSol’s scope & fee for additional information. Final Drainage Report 50. Project Management (Design coordination/review, invoicing, team meetings) Refer to RockSol’s scope & fee for additional information. Design Files and/or Exhibits 51. Noise (FHU) Refer to RockSol’s scope & fee for additional information. Design Files and/or Exhibits 52. History (Centennial) Refer to RockSol’s scope & fee for additional information. Exhibits, graphics, meeting minutes, presentation materials ASSUMPTIONS The above Scope of Services is based on the following assumptions:  General project expenses, which include mileage and out-serviced printing, are estimated to be $500 for this project (The cost of general project in-house copying is included in J-U-B’s overhead cost).  It is assumed that all aspects of the design will be funded through City funds, and will not include any state or federal monies.  Electronic CAD files will be supplied to the City in a format that is useable and acceptable by the City of Fort Collins.  It is assumed that the City will prepare legal descriptions and exhibits necessary for R.O.W. acquisition.  It is assumed that the City will handle R.O.W. acquisition.  It is assumed the City will coordinate and provide J-U-B with right of entry documentation, prior to survey operations.  SUE services DO NOT include Quality Level A services as part of this scope. It is assumed that Quality Level A services will be incorporated into Work Order #2, as part of the final design. DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 PART 2 – SCHEDULE OF SERVICES A. The following table summarizes the anticipated schedule for the identified Basic Services predicated upon timely receipt of CLIENT-provided information, typical review periods, and active direction during work. CLIENT acknowledges that J-U-B will not be responsible for impacts to the schedule by events or actions of others over which J-U-B has no control. NTP December 2019 Kick-Off Meeting January, 2020 Conceptual Design January – February 2020 Environmental Services January – August 2020 FIR Submittal (30%) April 30, 2020 Public open house July 15, 2020 Complete top part of Form 128 September 2020 Prepare Legal Descriptions & Exhibits July 2020 Present R.O.W. to City Council August 2020 Prepare CDOT R.O.W. Plans July - August 2020 CDOT R.O.W. Review & Approval August – October 2020 Acquisition November 2020 – January 2021 FOR Submittal (Final) August 28, 2020 ROWPR Meeting October 1, 2020 Utility Relocation Complete January – February, 2021 CDOT Concurrence February 2021 (APPX/TBD) Advertisement February 2021 (APPX/TBD) Construction Begin June 2021 PART 4 – BASIS OF FEE A. The hours and fees for each task are presented on the attached spreadsheet. B. Rates and Period of Service: Rates will be in accordance with the on-call contract. If the period of service for the task identified above is extended beyond 12 months, the compensation amount for J-U-B’s services may be appropriately adjusted to account for inflation and salary adjustments. DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 $185 $150 $162 $135 $107 $98.00 $72 1 Kickoff Meeting 2 6 2 $1,484 $1,484 2 Periodic Progress Meetings (8 Total) 4 60 $9,740 $9,740 3 Monthly Progress Reports & Invoicing (6 total) 8 8 $1,776 $1,776 4 Management, Administration 8 60 $10,480 $10,480 5 Expenses $0 $500 $500 Totals 14 134 0 0 2 0 8 $23,480 $0 $23,980 6 Review existing traffic data & Conceptual Traffic Design (FTH fee breakdown available upon request) 4 $600 $34,160 $34,760 7 Review & Research drainage reports and master plans 4 $600 $3,620 $4,220 8 Topographic Survey (Includes Project Management, Topo, and Project Control sheet) 2 16 $1,868 $42,337 $44,205 9 Preparation of a geotechnical survey report as determined by the Consultant 2 2 $496 $34,415 $34,911 10 SUE Quality Level B locating, mapping and plans of all existing utilities within the project area 2 4 $692 $53,450 $54,142 11 Conceptual Landscape Design 12 Attend kick-off, photo inventory, coordination meetings, existing tree inventor, expenses 1 $150 $2,810 $2,960 13 Prepare 3 corridor landscape design alternatives 4 2 $744 $4,310 $5,054 14 Prepare graphics for open house & attendance 1 2 $294 $6,615 $6,909 15 Complete a Conceptual Level Design to Determine Critical Issues 16 Develop Conceptual Design (Alternative alignments & typical sections, idenfity issues, rollplots & exhibits) 80 80 160 160 $55,600 $55,600 17 Develop Conceptual Drainage Map and Storm Sewer Plan 4 16 24 $4,664 $7,680 $12,344 18 QA/QC 8 8 $2,680 $2,680 Totals 8 112 0 80 176 206 4 $68,388 $189,397 $257,785 19 30% Drainage Memo (Includes time for Interwest to attend meetings through 30%) 2 2 $496 $10,980 $11,476 20 Initial utility coordination 40 40 $10,280 $3,920 $14,200 21 Traffic Engineering & Design (multi-modal, bike/peds, reviews, attendance at meetings) 2 $300 $8,480 $8,780 22 Structure Cost Benefit Analysis & Memo 2 16 24 8 $6,244 $6,244 23 Plan Sheets (Includes necessary engineering design time) 24 General Sheets 4 8 8 $2,240 $2,240 25 Geometric Sheets 4 8 8 16 $4,104 $4,104 26 Removal Sheets 4 12 16 $3,452 $3,452 27 Plan & Profile Sheets 8 8 40 40 $10,480 $10,480 28 Utility Sheets 4 16 16 $3,880 $3,880 29 Grading Sheets 4 40 8 $5,664 $5,664 30 Storm Drainage Sheets 6 40 8 $5,964 $5,964 31 Structure Sheets 2 12 16 24 $6,308 $6,308 32 SWMP Sheets 4 32 16 $5,592 $5,592 33 Landscape Plans (BHA's breakdown of preliminary tasks available upon request) 2 $300 $11,570 $11,870 34 Traffic Sheets (Signing/Striping, Signals, Phasing & Traffic Control) 4 4 $992 $6,700 $7,692 35 Details 4 8 16 $3,024 $3,024 36 Cross Sections 4 40 8 $5,664 $5,664 37 QA/QC 8 16 8 $4,960 $4,960 38 Preliminary Specifications (Outline of specs) 16 16 $4,112 $4,112 39 Determine SUE Quality Level A utility locating needs 8 8 8 $2,840 $2,840 40 R.O.W. Plan Development $0 $0 41 Drafting & PLS Review 1 2 $364 $7,980 $8,344 42 Properties on ROW Plans (Assuming R.O.W. & TCE needed for each property x20 properties = 40) $0 $12,000 $12,000 43 Stake R.O.W. Takes and Easements (This will happen after 30%) $0 $0 44 Prepare exhibits and attend one open house 4 4 16 $2,908 $2,908 45 Prepare an Engineers Opinion of Probable Construction Cost 16 8 8 $4,040 $4,040 46 Complete submittal of necessary documents and plans to CDOT and City for review and comment 8 8 $2,056 $2,056 Totals 12 169 28 24 366 222 0 $96,264 $61,630 $157,894 47 Documented Categorical Exclusion (Purpose & Need, Proposed Action, Text/Sections, Mitigation Tables, Summary) 4 2 $814 $22,590 $23,404 48 Environmental tech reports (Hazardous, weeds, wetlands, MBTA-NonT&E, Review & Comments) 4 2 $814 $14,885 $15,699 49 Permitting and Field Work (404 application, delineation, weed survey, T&E, MBTA, Other wildlife) 4 2 $814 $3,696 $4,510 50 Project Management (Design coordination/review, invoicing, team meetings) 8 4 $1,628 $17,125 $18,753 51 Noise (FHU) $0 $13,640 $13,640 52 History (Centennial) $0 $9,795 $9,795 Task 1 Task 2 Task 3 Task 4 Task 5 Subtotals Totals 0 20 0 0 10 0 0 $4,070 $81,731 $85,801 J-U-B $23,980.00 $68,388.00 $96,264.00 $4,070.00 $0.00 $192,702 RockSol $0.00 $34,415.00 See Task 4 $81,731.00 $0.00 $116,146 Interwest $0.00 $11,300.00 $14,900.00 $0.00 $0.00 $26,200 FTH $0.00 $34,160.00 $15,180.00 $0.00 $0.00 $49,340 ATTACHMENT A - SUBCONSULTANT SCOPE AND FEES DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 Timberline Road Design - Stetson Creek to Trilby Rd BHA Design, Inc. Task Task Task Description Name Extension Name Extension Name Extension Irrigation Arborist Hours Amount Name Principal PM LA Rate $155.00 $125.00 $100.00 Conceptual Design Phase $12,735 Attend kick-off meeting with Project Team and/or City 2 $310.00 2 $250.00 $0.00 4 $560.00 Conduct site visit, existing tree inventory, prepare photo inventory of existing conditions $0.00 1 $125.00 6 $750.00 7 $875.00 Attend coordination meetings with PSD, nearby developer if needed $0.00 3 $375.00 $0.00 3 $375.00 Assist JUB with alternatives and costs for 3 corridor and landscape design alts 2 $310.00 12 $1,500.00 16 $2,000.00 $500.00 30 $4,310.00 Prepare renderings, graphics for use in public meetings, and with boards/commissions 4 $620.00 8 $1,000.00 24 $3,000.00 36 $4,620.00 Attend 1 public open house meeting $0.00 3 $375.00 $0.00 3 $375.00 Attend design team coordination meetings 4 $620.00 8 $1,000.00 $0.00 12 $1,620.00 Preliminary Engineering Plans (30% Design - FIR) $11,570 Coordinate with JUB and City to determine preferred alternative from Conceptual Design Phase 2 $310.00 4 $500.00 4 $500.00 10 $1,310.00 Coordinate with public artist or APP staff to identify and integrate APP design elements 1 $155.00 4 $500.00 $0.00 $655.00 Prepare preliminary Landscape Plans for the preferred alternative 2 $310.00 8 $1,000.00 20 $2,500.00 $1,000.00 30 $4,810.00 Assist JUB with Bid Tabs and Opinion of Cost for landscape/irr items $0.00 2 $250.00 6 $750.00 $600.00 8 $1,600.00 Prepare FIR level CDOT specifications for landscape/irr items 1 2 $250.00 $0.00 $700.00 $950.00 Update renderings, graphics for use in public open house 2 $250.00 4 $250.00 Attend 1 public open house meeting 3 $375.00 $375.00 Attend design team coordination meetings 4 $620.00 8 $1,000.00 $0.00 12 $1,620.00 Total Hours 22 70 80 155 $0.00 Total Amount $3,255.00 $8,750.00 $9,500.00 $2,800.00 $0.00 $24,305.00 Estimate of Reimbursable Expenses $1,000.00 Total Fee $25,305.00 Notes: 1. Structural design services are not included in BHA's scope (structural engineer will need to include structural design for ped rails, decorative bridge columns, art foundations, and other urban design elements) 2. No scope is anticipated for design of enhanced bridge railings, etc for ditch crossing DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 177 S. Tiffany Drive, Unit 1  Pueblo West, CO 81007  719.582.1270 190924p.docx www.clarkls.com Page 1 of 4 November 1, 2019 JUB Engineers 4745 Boardwalk Drive, Building D, Suite 200 Fort Collins, CO 80525 Attn: Dan Tuttle, PE RE: Proposal for Subsurface Utility Designation Timberline Road, Fort Collins, CO Larimer County Approximately 33.0 acres Dear Mr. Tuttle, Thank you for considering Clark Land Surveying, Inc. (Clark) for Subsurface Utility Engineering for the above referenced project. Per your request of October 30, 2019, Clark submits the following proposal: PROPOSED SCOPE OF SERVICES 1. Subsurface Utility Designation. Clark will provide Subsurface Utility Designation services for this project. This information can be utilized for the completion of a SUE Plan & Report (SUE Plan & Report are not included with this item; this proposal assumes these services will be completed by Clark at a later date). Utilities will be designated, mapped and depicted per the standards set forth in ASCE 38-02 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data). This item includes: a. 811 Notification. Clark will notify the Utility Notification Center of Colorado (UNCC) of the project and request the Tier 1 members provide utility designation and available maps. b. Tier 2 Facilities. Upon the response from UNCC, Clark will attempt to acquire utility designation and available maps from Tier 2 members. c. Utility Designation & Mapping. Clark will provide Subsurface Utility Designating services and applicable mapping. Clark will attempt to achieve Quality Level B designation for existing subsurface utilities. Clark will identify areas where level B designation is not achievable. Utility Designation & Mapping includes: i. Targeted Designation. Clark will utilize the information provided from the 811 Notification to designate known utilities. ii. High & Low Frequency Sweeps. Clark will perform High & Low Frequency sweeps of the site, utilizing industry standard geophysical methods, in an attempt to designate unknown utilities. iii. Manhole As-Builts. Manhole as-builts are to be done in accordance with the utility owner and county specifications. For accessible and observed sanitary sewer and storm drain manholes, Clark will provide approximate pipe sizes, invert and rim elevations. iv. Culverts. Culverts will be mapped and depicted. Inverts, size and type will be provided. d. Quality Level A Review. Upon completion of the survey, Clark’s Engineer will work with the Client to determine areas where Quality Level A may be required. If it is DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 177 S. Tiffany Drive, Unit 1  Pueblo West, CO 81007  719.582.1270 190924p.docx www.clarkls.com Page 2 of 4 determined that test hole services are required to achieve Quality Level A, Clark can provide these services for an additional fee. e. Quality Level A Locating. If Quality Level A Locates are deemed necessary, Clark can provide hydro-vac excavation services for Test Holes. Test hole services are available for an additional fee. Additional proposal required for this service. 2. Control & Datum. The horizontal control for this survey will be based upon modified Colorado State Plane Coordinate. The vertical datum will be based upon NAVD88. 3. Site Limits. The survey limits are as depicted in your RFP. See attached exhibit. 4. Distribution. This proposal is limited to 3 electronic submittals: 1 original and 2 revisions once comments are received. If requested, Clark will ship one set of wet stamp drawings one time to one point of contact. Additional revisions, distribution and shipping costs are beyond the scope of this proposal. 5. Deliverables. Clark will provide electronic deliverables to include a DWG and XML with point files. 6. Schedule. We anticipate completion of this work within 25 business days of a Notice to Proceed. 7. Exclusions. This proposal excludes the following: a. Any items not specifically cited hereon b. Topographic Survey c. Boundary Survey d. ALTA/NSPS Survey e. Title research, title reports or title commitments f. SUE Plan & Report g. Utility Test Holes h. Construction Staking OPTIONAL ITEMS 8. Utility Test Holes (Quality Level A). If necessary, Clark will provide hydro-vac excavation services for Test Holes. Test holes will be done using a non-destructive hydro-vac system to locate the UG utilities and provide actual depths, sizes, utility composition and direction of the utilities location. Additional proposal required for this service. FEES 9. Itemized Fee Proposal. a. Subsurface Utility Designation: $47,950.00 Please note this fee includes traffic control. b. Utility Test Holes (QL-A): pricing available upon request c. Fees will be invoiced electronically and are due within 30 days of receipt. DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 177 S. Tiffany Drive, Unit 1  Pueblo West, CO 81007  719.582.1270 190924p.docx www.clarkls.com Page 3 of 4 ADDITIONAL TERMS 10. Signing & Amendment. This proposal may be withdrawn by Clark at any time prior to the Client signing or if Client fails to give notice to proceed within 30 days of its signing. The person signing for Client warrants and represents they have authority to sign for the Client and obligate it to the terms of this proposal. This proposal cannot be amended verbally. Any amendment must be in writing signed by Clark and Client. 11. Administration. All amounts due Clark not paid within 30 days of invoice date shall accrue interest at the rate of 24% per annum. Client agrees to pay Clark’s reasonable attorney fees and court costs incurred in collecting the fee if not paid when due. This proposal shall be governed by Colorado law. The exclusive venue/jurisdiction for any claim arising from this proposal shall be in the courts of El Paso County, Colorado. If a dispute arises over this proposal or Clark’s services neither party shall be entitled to collect indirect or consequential damages, including lost profits or business opportunities. Thank you for the opportunity to submit this proposal. Please call us should you have any questions or assertions. Sincerely, _________________________________ Joel Nuzzo, Team Lead For and on behalf of Clark Land Surveying, Inc. AUTHORIZATION I authorize Clark Land Surveying, Inc. to complete the work as stated above. _________________________________ Dan Tuttle, PE For and on behalf of JUB Engineers DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 177 S. Tiffany Drive, Unit 1  Pueblo West, CO 81007  719.582.1270 190924p.docx www.clarkls.com Page 4 of 4 EXHIBIT DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 177 S. Tiffany Drive, Unit 1  Pueblo West, CO 81007  719.582.1270 190924p-ADD01.docx www.clarkls.com Page 1 of 4 December 6, 2019 JUB Engineers 4745 Boardwalk Drive, Building D, Suite 200 Fort Collins, CO 80525 Attn: Dan Tuttle, PE RE: Proposal for Subsurface Utility Engineering (SUE) Timberline Road, Fort Collins, CO Larimer County Approximately 33.0 acres Dear Mr. Tuttle, Thank you for considering Clark Land Surveying, Inc. (Clark) for Subsurface Utility Engineering for the above referenced project. Per your request of December 6, 2019, Clark submits the following proposal: PROPOSED SCOPE OF SERVICES 1. Subsurface Utility Engineering. Clark will provide a Subsurface Utility Engineering (SUE) plan and report for the above referenced project. This item is limited to SUE services only and does not include design and engineering of proposed features. This item will be performed in accordance with Colorado Revised Statutes, Title 9, Article 1.5 and with ASCE 38-02 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data) and must be completed with the previously proposed scope, by Clark, dated November 1, 2019. This item includes: a. SUE Plan & Report. Upon completion of the Utility Designation and Mapping, Clark will provide the SUE Plan & Report. This plan and report will meet the standards set forth in ASCE 38-02 and applicable Colorado Revised Statutes. The plan and report will be stamped and signed by a duly licensed Colorado Professional Engineer. This item will be delivered in electronic (PDF & CAD) format. b. Quality Level A Review. Upon completion of the SUE Plan & Report. If it is determined that test hole services are required to achieve Quality Level A, Clark can provide these services for an additional fee. c. Quality Level A Locating. If Quality Level A Locates are deemed necessary, Clark can provide hydro-vac excavation services for Test Holes. Test hole services are available for an additional fee. Additional proposal required for this service. 2. Control & Datum. The horizontal control for this survey will be based upon modified Colorado State Plane Coordinate. The vertical datum will be based upon NAVD88. 3. Site Limits. The survey limits are as depicted in your RFP. See attached exhibit. 4. Distribution. This proposal is limited to 3 electronic submittals: 1 original and 2 revisions once comments are received. If requested, Clark will ship one set of wet stamp drawings one time to DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 177 S. Tiffany Drive, Unit 1  Pueblo West, CO 81007  719.582.1270 190924p-ADD01.docx www.clarkls.com Page 2 of 4 one point of contact. Additional revisions, distribution and shipping costs are beyond the scope of this proposal. 5. Deliverables. Clark will provide electronic deliverables to include PDF, DWG, XML with point files for the Subsurface Utility Engineering Plan & Report. 6. Schedule. Clark will notify client of field and deliverable schedules upon receipt of a Notice to Proceed. 7. Exclusions. This proposal excludes the following: a. Any items not specifically cited hereon b. Topographic Survey c. Subdivision Platting d. Boundary Survey e. ALTA/NSPS Survey f. Title research, title reports or title commitments g. Utility Test Holes h. Traffic Control i. Construction Staking j. Tree Mapping OPTIONAL ITEMS 8. Utility Test Holes (Quality Level A). If necessary, Clark will provide hydro-vac excavation services for Test Holes. Test holes will be done using a non-destructive hydro-vac system to locate the UG utilities and provide actual depths, sizes, utility composition and direction of the utilities location. Additional proposal required for this service. FEES 9. Itemized Fee Proposal. a. Subsurface Utility Engineering: $5,500.00 b. Utility Test Holes (QL-A): pricing available upon request c. Fees will be invoiced electronically and are due within 30 days of receipt. DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 177 S. Tiffany Drive, Unit 1  Pueblo West, CO 81007  719.582.1270 190924p-ADD01.docx www.clarkls.com Page 3 of 4 ADDITIONAL TERMS 10. Signing & Amendment. This proposal may be withdrawn by Clark at any time prior to the Client signing or if Client fails to give notice to proceed within 30 days of its signing. The person signing for Client warrants and represents they have authority to sign for the Client and obligate it to the terms of this proposal. This proposal cannot be amended verbally. Any amendment must be in writing signed by Clark and Client. 11. Administration. All amounts due Clark not paid within 30 days of invoice date shall accrue interest at the rate of 24% per annum. Client agrees to pay Clark’s reasonable attorney fees and court costs incurred in collecting the fee if not paid when due. This proposal shall be governed by Colorado law. The exclusive venue/jurisdiction for any claim arising from this proposal shall be in the courts of El Paso County, Colorado. If a dispute arises over this proposal or Clark’s services neither party shall be entitled to collect indirect or consequential damages, including lost profits or business opportunities. Thank you for the opportunity to submit this proposal. Please call us should you have any questions or assertions. Sincerely, _________________________________ Joel Nuzzo, Team Lead For and on behalf of Clark Land Surveying, Inc. AUTHORIZATION I authorize Clark Land Surveying, Inc. to complete the work as stated above. _________________________________ Dan Tuttle, PE For and on behalf of JUB Engineers DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 177 S. Tiffany Drive, Unit 1  Pueblo West, CO 81007  719.582.1270 190924p-ADD01.docx www.clarkls.com Page 4 of 4 EXHIBIT DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 Timberline Road Design - Stetson Creek to Tripby Road Principal Engineer - Fox Senior Engineer - Zimmerman Engineer II - Welker FTH SUBTOTALS RATES $200 $160 $140 Task A: Project Kick‐Off $1,600 $0 $560 $2,160 1. Review traffic data and crash data, typical cross‐sections, etc. 8 4 12 Task A Total Hours 8 0 4 12 Task B: Conceptual Design Phase $8,400 $7,680 $15,120 $31,200 1. Review traffic studies and intersection functional design 44816 2. Review existing and potential new traffic signals and prepare preliminary signal plans 8 60 68 3. Prepare design sketches of potential bicycle and pedestrian improvments at intersections 8 40 12 60 4. Prepare alternative cross‐sections 812 20 5. Review school access and circulation 44 8 6. Review other potential access control opportunities 8 8 16 7. Work with project team to incorporate the above into conceptual designs 2 4 4 10 Task B Total Hours 42 48 108 198 Task C: Preliminary Engineering Phase $3,200 $1,920 $3,360 $8,480 1. Coordinate on potential multi‐modal safety improvements2. 4 4 4 12 2. Coordinate on design of pedestrian and bicycle facility improvments 4 4 4 12 3. Coordinate on the design of up to 5 signalized intersections 4 8 12 4. Review and comment on functional design and signing/striping plans 4 4 8 16 Task C Total Hours 16 12 24 52 Task D: Meetings $5,200 $800 $700 $6,700 1. Attend up to 5 team meetings, including a kick‐off meeting 20 5 5 30 2. Attend one open house meeting 6 6 Task D Total Hours 26 5 5 36 HOURS BY STAFF MEMBER 92 65 141 298 FEES BY STAFF MEMBER $18,400 $10,400 $19,740 $48,540 EXPENSES $800 TOTAL FEES $49,340 Fox Tuttle Hernandez DRAFT 11-1-19 DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 South Timberline Road 30% Drainage Design Scope – Interwest The drainage design for Timberline Road will mimic the roadway design as it will be completed with a “fill in the gaps” approach. Generally, the developed parcels that installed their ultimate adjacent roadway section are managing their drainage (taking the Timberline right of way into their site and private water quality and detention facilities). There are several key locations that will require new drainage systems in whole. In addition to simply conveying drainage because of the addition of curb and gutter, Engineering has been working with the Stormwater Department to provide water quality facilities within the right of way where feasible and effective. Interwest has worked with the City with water quality solutions at the Vine and Shields Roundabout, Lincoln Avenue, and the Remington Greenway (as well as dozens of private development sites). For the 30% design, Interwest will research the existing drainage facilities, meet with City staff to discuss gaps in the existing drainage system and create a schematic plan and memo that can be reviewed and priced along with the 30% roadway design documents. It does not appear that any new drainage conveyance outfall will need to be obtained by the Timberline project. There is are existing drainage systems at the McClellands Channel on the north, Zephyr Drive in the middle of the project, and Trilby Road on the south. It appears new conveyance systems will be needed along the east side of the roadway for the county parcels north of the Mail Creek Ditch (outfall will be McClellands). The intersection of Kechter Road splits this set of undeveloped parcels and a system may be designed to drain east on Kechter to an existing conveyance to McClellands. At Zephyr Drive there is an existing drainage system flowing to the east that will be the outfall for Hansen Farm and is the outfall for Bacon Elementary and the Future Bacon Park to the north (as well as the drainage from Timberline Road in this reach). South of Zephyr Drive there are three existing subdivisions. On the west, Crowne on Timberline and Linden Park both appear to accept their adjacent portions of Timberline Road. Westchase Subdivision on the east was designed to take drainage into the subdivision at the intersections of Fossil Creek Parkway and Westchase Road (per the approved drainage report), but crosspans were installed on both of these streets and it appears the entire frontage drains to Trilby Road. This half mile section of road will be restudied to see if additional drainage systems need to be installed, or if intersections need to be rebuilt. On the west side of Timberline to the south of Linden Park, there is another gap of undeveloped land. This section will likely require a new storm sewer system to convey concentrated flows to the north side of Trilby Road. Interwest will work with the various City departments and the design team to provide a conceptual drainage design that can successfully be implemented with the construction. Erika Schneider has been the lead drainage designer on all of Interwest’s various capital roadway projects. Mike Oberlander has been the Project Manager for the majority of the capital roadway widening project for Fort Collins, and Shar Shadowen was the engineer for Timberline DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 Road and the adjacent developments of Willow Springs and Timbers PUD within the project reach. Interwest will also support the project with utility coordination. The RFP states that utility upgrades may be desired. With the 30% tasks, Interwest can work with the City and design team to meet with utilities and determine if ultimately corridors need to be reserved for upgrades. This section of Timberline Road will have new sewer service from the South Fort Collins Sanitation District (from the East) and there should be no need for new sewer mains in Timberline. An existing 16” waterline is in Timberline today and its condition will be verified. The other major utility providers (Light and Power, XCEL, Comcast, etc.) design their own facilities, and Interwest will work with the City to meet with these utilities and determine what and where upgraded facilities are desired. Timberline 30% Drainage and Utility Design MPO SS ES Task $ 140 $ 140 $ 125 Research Development Drainage Reports and Master Plan 4 4 20 $ 3,620 Develop Conceptual Drainage Map and Storm Sewer Plan 8 4 48 $ 7,680 30% Drainage Memo 8 4 32 $ 5,680 Initial Utility Coordination 8 20 $ 3,920 Meetings Through 30% Design 16 4 16 $ 4,800 Reimbursable Expenses (Allowance) $ 500 Total $ 26,200 DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 PROPOSED GEOTECHNICAL SCOPE OF WORK RFP 9053 Timberline Road Design – Stetson Creek to Trilby Road City of Fort Collins, Colorado Based on information provided in the Request for Proposal (RFP 9053) for the Timberline Road Design – Stetson Creek to Trilby Road Project, 17 geotechnical boreholes are proposed for characterization of subsurface conditions to assist with the development of pavement design and foundation design recommendations for new box culvert design and construction. Fifteen pavement boreholes will be drilled to an approximate depth of 10 feet and two culvert/structure boreholes will be drilled to depths of 20 feet to 30 feet below existing grades. Subsurface samples will be obtained from each borehole and tested for pertinent engineering properties including, but not be limited to, moisture content and dry density, Atterberg Limits, grain size (sieve) analysis, swell potential, Resistance Value, and water-soluble sulfate content. Subgrade soil samples will be classified per the American Association of Highway and Transportation Officials (AASHTO) soil classification methods. RockSol will prepare logs of the subsurface conditions and note the depth to groundwater and bedrock, if encountered, at the time of drilling. RockSol will prepare a geotechnical report summarizing the subsurface conditions encountered, the results of the laboratory testing, pavement and foundation design recommendations. The pavement investigation and design will follow the current Larimer County Urban Area Street Standards. Special Considerations (Geotechnical Investigation)  All work performed by RockSol will be performed by or under the direct supervision of a registered professional engineer in the State of Colorado.  If required, RockSol will obtain a right-of-way (ROW) permit from the City of Fort Collins for geotechnical work within the subject roadway right-of-way. Traffic control plans per MUTCD will be prepared.  RockSol will contact the Utility Notification Center of Colorado to obtain clearance of utilities for the borehole locations. Use of a private utility locator is not anticipated by RockSol.  We do not anticipate encountering environmentally contaminated soil. If we encounter environmentally contaminated soil, we will cease drilling and sampling operations at that location and notify the City of Fort Collins. DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 Labor Hours Rate/Hour Total Estimated Fee Engineering Geologist (Note 1) - Ryan Lepro 32 $126.00 $4,032.00 Geotechnical Staff (Note 2) - Madison Philips 48 $82.00 $3,936.00 Senior Geotechnical Engineer - Don Hunt 6 $189.00 $1,134.00 Senior Pavement Engineer - Jay Goldbaum 6 $175.00 $1,050.00 Admin Assistant (Average Rate) 4 $87.00 $348.00 RockSol Laboratory Tech - Brad Johnson 170 $85.00 $14,450.00 Drafting - Dennis Gonzales 8 $110.00 $880.00 Total Labor $25,830.00 Notes: 1) Includes obtaining ROW permits, review of borehole logs and sample review, and report preparation. Other Direct Costs Drilling (17 boreholes, 2 to 20-30 feet and 15 to 10 feet with truck mounted drill rig) $4,350.00 Vehicle Mileage (500 miles @ $0.58) $290.00 Pavement Backfill and Patch Materials $425.00 Traffic Control (3 days) $3,000.00 Pavement Cores (4 Pavement Cores) $520.00 Total Other Direct Cost $8,585.00 Based on: 2 trips for utility clearance coordination 3 days drill rig (boreholes) 3 days traffic control (boreholes and pavement cores) Requirements: Traffic Control Fort Collins ROW Permit Total for Geotechnical Tasks $34,415.00 2) Includes borehole location marking, utility locate/clearance coordination, and borehole logging), report preparation. RockSol Consulting Group, Inc. Estimate for Geotechnical Engineering and Pavement Design Services Geotechnical Task Scope - 15 Pavement Boreholes to depths of 10 feet and 2 culvert structure boreholes to depths of 20 - 30 feet. Geotechnical Report, with pavement design, as deliverable. 9053 Timberline Road Design - Stetson Creek to Trilby Rd November 11, 2019 Fort Collins, Colorado DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 Because the City will receive federal funds for the construction phase of this project, the environmental clearances are required to follow the National Environmental Policy Act (NEPA) process as well as other federal, state, and local regulations and permitting related to project impacts. We anticipate a Documented Categorical Exclusion (CE) will be required for NEPA conformance. RockSol’s Environmental Services Manager, Jennifer Gorek, is well-versed in performing NEPA analysis on projects similar to this and has done so for many local agencies in northern Colorado and in cooperation with CDOT Region 4 environmental staff. A Documented CE is more streamlined than an Environmental Assessment but still contains some of the elements including:  Purpose and Need Development  Mitigation Tracking Form  CDOT Template with Technical Reports  FHWA Approval After working with Ms. Hahn and the design team to develop the purpose and need for the project and select the basic layout of the roadway template, our team can begin impact analysis and develop mitigation strategies. Our environmental team will work closely with the designers to provide guidance on impact avoidance and to ensure that our clearance process stays ahead of ROW acquisition. For instance, particular resources to be mindful of during design include the older homes that are still present in the corridor and potential historic impacts to these. Our team includes environmental specialists to help support Jennifer and the JUB team for this endeavor. Anticipated studies and permits include: 404 Permitting and Wetland Impacts | Initial scoping of the project site and the proposed roadway configuration indicates minimal to no impacts to wetlands or Waters of the US. Our wetland biologist will perform a field assessment and full delineation of any wetlands present within the project area. If wetlands are present and cannot be avoided, we will produce a CDOT formatted wetland findings report, mitigation planning, and secure appropriate 404 permitting. Hazardous Materials | Rocksol will provide a detailed Initial Site Assessment and CDOT Form 881 for the hazardous material clearance. It is possible that underground storage tanks have existed within the project site in the past considering the historically rural nature of the area. If hazardous material impacts are anticipated, RockSol will provide specifications in the plans to address them. Cultural Resources and Historic 4(f) | We will work with Centennial Archeology to provide cultural clearance in compliance with Section 106 of the National Historic Preservation Act. Centennial believes there are three roads, one ditch, two architectural properties, and one unknown additional property that may be eligible for the National Register of Historic Places. Centennial’s services will include developing an areas of potential effects (APE), a site visit, recordation of resources, SHPO correspondence documentation, and historic 4(f) determination. They have extensive experience coordinating with CDOT’s Region 4 Historian and FHWA. This proves invaluable in maintaining project schedules in conjunction with historic impact assessments and accompanying 4(f) evaluations. DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 Threatened and Endangered Species | RockSol will conduct an analysis and clearance for the project. It is not anticipated that any federally listed T&E species or Colorado species of concern will be found in the project area due to the corridor development. A streamlined CDOT approved review process will be used for this documentation. Migratory Treaty Bird Act | It appears that several large cottonwood (and other) trees will require removal from the corridor to accommodate the widening. We will perform surveys of all trees to anticipate what species and how many nests are present. We will then work with the design team to manage the construction schedule in order to remove all trees outside of the nesting season wherever possible. This will alleviate the possibility of stop work orders or buffers to avoid active nests. We will also develop specifications if the trees may not be removed as outlined above. Fossil Creek Reservoir is approximately 1.5 miles east of the south limits of the project and is a bald eagle roosting and nesting site. The Bald and Golden Eagle Protection Act provide specific protections for these species. We do not anticipate any conflicts with the eagles at the reservoir but will provide guidance to the team in avoiding impacts to the birds. Noise Impacts | A noise analysis will be required for the project due to the proximity of homes in the corridor to the proposed roadway widening. We have partnered with FHU to perform this work. They have extensive knowledge of this resource and have performed noise assessments for multiple CDOT Local Agency projects. Noxious Weeds | Our biologists will perform a weed inventory of the corridor and create an Integrated Weed Management Plan and specifications for this resource. Again, due to the development in the area, there do not appear to be significant noxious weed populations in the corridor. We do not anticipate other resources to be impacted by the project and will address this in the CE document. All impacted resources will be documented in technical reports within the CE and summarized in the CDOT Documented Categorical Exclusion Template (2019). Additionally, a mitigation summary table and tracking sheet will be developed and included in the CE and the plans. We will work with Ms. Hahn and the design team to ensure these commitments are realistic and site specific. Throughout the NEPA process, our team will closely coordinate with Ms. Hahn and CDOT to ensure timely reviews and approvals. DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 Task Environmental Manager (Jennifer Gorek) Environmental Specialist I (Lauren Stanford) Environmental Specialist II (Jovonna Kirkling) Environmental Specialist I (Eveline Vega) Admin (Rebecca Lenart) Documented Categorical Exclusion Purpose and Need 4 Proposed Action 3 1 Main Text/Sections 20 4 4 30 Incorporate impact and mitigation tables 20 4 4 30 Public Involvement section 3 8 Facilitate agency review and comment resolution 4 4 4 4 Dismissed Resources Summary 8 12 Exhibits 12 12 12 Environmental tech reports Hazardous materials 4 16 2 Weeds 4 24 4 wetlands/WOUS 4 32 2 MBTA/Other Wildlife Mgt (non-T&E) 3 32 2 Facilitate agency review and comment resolution 4 4 4 4 Permitting and Field Work 404 Application, delineation, weed survey 24 T&E, MBTA, Other Willdlife 12 Project Management and Ongoing Commitments Design Coordination/Plan Review 30 10 Invoicing and progress reporting (12 months) 4 18 Project team meetings (assume Kickoff, FIR, FOR, 2 public meetings, 5 misc ) 40 8 8 12 Labor Hours 155 132 92 121 18 Billing rate $ 143.00 $ 92.00 $ 108.00 $ 92.00 $ 87.00 Total labor by employee $ 22,165.00 $ 12,144.00 $ 9,936.00 $ 11,132.00 $ 1,566.00 Other Direct Costs (ODCs) Quantity Rate Mileage (18 meetings/2 field visits) 1,840 $ 0.55 $ 1,002.80 GPS Unit 2 days $ 100.00 $ 200.00 ISA 1 $ 150.00 $ 150.00 TOTAL ODCs $ 1,352.80 TOTAL LABOR $ 56,943.00 Subconsultant Fees FHU (Noise) $ 13,640.00 Centennial (History) $ 9,795.00 TOTAL FEE $ 81,730.80 DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 BHA $0.00 $13,735.00 $11,570.00 $0.00 $0.00 $25,305 King $0.00 $42,337.00 $19,980.00 $0.00 $0.00 $62,317 Clark $0.00 $53,450.00 $0.00 $0.00 $0.00 $53,450 34 435 28 104 554 428 12 $192,202 $332,758 $500.00 $525,460 $525,460 DETERMINED AFTER 30% (FIR) Project Number: 9053 Timberline Road Design - Stetson Creek to Trilby Rd. - 30% Design Prepared By: J-U-B Engineers December 27, 2019 JUB FEE TASK 2 - Data Collection & Conceptual Design Task Total Total Project Engineer ($/HR) Structure Engineer ($/HR) Clerical ($/HR) Expenses Subconsult. King Interwest RockSol FTH CLARK BHA EIT2 ($/HR) Design Fee Summary TOTAL Project Cost City of Fort Collins Design Total Project Principal ($/HR) Project Manager ($/HR) Design Engineer & CAD Tech ($/HR) TASK 1 - Project Management Task Number Task Description TASK 3 - Preliminary Design (30% FIR Plans) TASK 5 - Final Design (90% FOR Plans) TASK 6 - Final Construction Plans and Bid Administration Assistance TASK 4 - Environmental DETERMINED AFTER 30% (FIR) DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 layout. DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531 DocuSign Envelope ID: 3F9A9E78-E937-4E36-B76D-55E7489C6531