HomeMy WebLinkAbout413403 OTAK INC - PURCHASE ORDER - 9200561 (2)Work Order Form
Official Purchasing Form
Last updated 10/2017
WORK ORDER FORM
PURSUANT TO A MASTER AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
OTAK
WORK ORDER NUMBER: 400901770-OTAK-20-01
PROJECT TITLE: Power Trail and Harmony Road Grade
Separated Crossing Project Phase 2 – FIR
Level Plans
ORIGINAL BID/RFP NUMBER & NAME: 8730 Engineering Design and Support
Services for the Power Trail Grade
Separated Crossing at Harmony Road
MASTER AGREEMENT EFFECTIVE DATE: July 24, 2018
WORK ORDER COMMENCEMENT DATE: March 1, 2020
WORK ORDER COMPLETION DATE: December 31, 2020
MAXIMUM FEE: (time and reimbursable direct costs): $153,241.00 (One hundred fifty-three
thousand two hundred forty-one
dollars)
PROJECT DESCRIPTION/SCOPE OF SERVICES: See attached
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 7 (seven) 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:
ACCEPTANCE: Date:
REVIEWED: Date:
REVIEWED: Date:
ACCEPTANCE: Date:
DocuSign Envelope ID: B5D8818B-FA84-4B90-B0A0-300E8D556197
Dan Beltzer 2019-08-20
2/26/2020
Civil Engineer I
2/26/2020
Caleb Feaver
2/27/2020
Dan Woodward Engineering - Capital Projects
Elliot Dale
3/4/2020
Sr. Buyer
3/4/2020
Gerry Paul Purchasing Director
100 Superior Plaza Way, Suite 220, Superior, CO 80027 Phone (303) 444-2073 otak.com
February 21, 2020
Mr. Caleb Feaver, Capital Projects Manager and Project Manager
City of Fort Collins
215 North Mason Street, PO Box 580
Fort Collins, CO 80522
Reference: Power Trail Grade Separated Crossing at Harmony Road
Otak Proposal for FIR Phase
Dear Caleb:
We are pleased to submit this proposal to advance this project from the 30% Conceptual Phase through
FIR Phase. This will have two fundamental components; the 1-mile gap in the Power Trail, and the grade
separated crossing of Harmony Road. For the Power Trail component, we will develop construction
documents and cost estimate to the FIR level of completion. We will also continue to engage UP Railroad
in pursuit of the known easement request south of Harmony Road and develop the plans on the
disposition this easement will be granted.
The grade separated crossing of Harmony Road will consist of Alternate 2A as described in the
Conceptual Phase documents. We will first develop a Structure Selection Report that evaluates the
merits of the following criteria; 8.5’ vs 10’ clear height; maintaining existing Harmony Road profile vs
raising grade; and maintaining two vs three lanes of traffic during construction. All criteria will be
evaluated with respect to construction cost and duration. Anticipated utility impacts and other site impacts
will also be evaluated. Pending selection of a preferred alternate, we will develop plans and cost estimate
to the FIR level of completion. We will also prepare a preliminary drainage memo. Attached is our
detailed scope of work and fee. Our scope of work is also summarized below:
FIR Phase Work Plan (Work Order #2)
a. Survey – Interwest to coordinate survey with King thru their on-call contract. Previous survey
excluded topography within Harmony Road. Additional survey will mainly be within Harmony
Road.
b. SUE – NIC this phase. SUE will be performed during FOR. Because construction is not
anticipated to commence for several years, if a SUE investigation is performed during FIR, it will
likely have to be performed again during FOR. Existing topographic and pothole utility
information will be utilized for this phase. This approach has been vetted with David Torrez at
CDOT R4 Utilities and Deb Snyder at Survwest – our proposed SUE consultant. A proposal
from SurvWest to perform SUE during FIR has also been attached, should Fort Collins prefer to
do so.
c. Geotech – Lithos to provide recommendations for cut & cover underpass and wingwalls.
Pavement recommendations will also be provided based on matching the existing sections and
current standards. Lithos’ proposal is attached.
d. Traffic – Apex Design (Apex) will evaluate the relative delay times associated with maintaining
two versus three lanes of traffic. This will be done by pulling the delay data out of the Synchro
models that were developed for the previous efforts. The previous Apex report did not provide
delay data because, with adaptive, these were not considered completely accurate. But they
DocuSign Envelope ID: B5D8818B-FA84-4B90-B0A0-300E8D556197
Power Trail FIR Phase Proposal Page 2 of 3
February 21, 2020 – Page 2
would at least give a reasonable comparison between the two alternatives. This work can be
performed within the Apex remaining contract amount of $3,400.
e. Urban Design - BHA will develop aesthetic concepts in coordination with Otak (Railings, form
liners, etc), develop FIR landscape sheets and quantities, and update the Sketchup Model.
BHA will also attend design coordination and stakeholder meetings as requested. BHA’s
proposed scope and fee spreadsheet is attached.
f. Utilities – Interwest will work with the City of Fort Collins and OTAK to continue coordination with
impacted utilities at the proposed underpass. Interwest’s proposal is attached.
g. Structure Selection Report - Evaluate merits of 8.5 vs 10' height; maintaining ex Harmony grade
vs raising grade; and maintaining two vs three lanes of traffic with respect to construction cost
and duration. Interwest to assist & provide QC
o Underpass: 4 Alternate Underpass Plan & Profiles; Raised grade with 10' & 8.5' clear;
At-Grade with 10' & 8.5' clear. All alternates to display utility conflicts. Underpass clear
width = 16’. Flaring the width at the entrances may be evaluated after Structure
Selection.
o Approach Trails: Trail Plan & Profiles for the 4 underpass alternates
o Phasing: 4 Alts; 2-lanes maintained with raised grade; 3-lanes maintained with raised
grade; 2 lanes maintained at-grade; 3-lanes maintained at-grade
o Cost comparison: For alternates outlined above, including anticipated construction
durations
o Selection Report: Summarize considerations, recommend alternate
o Review meeting
o Only 4-sided cast-in-place underpass will be evaluated.
h. FIR Plans & Cost Estimate
o Power Trail Set
o Underpass Set
i. Drainage Report - Interwest will summarize the drainage research performed to date in a memo
for submittal and review.
j. Right of Way – Otak will prepare Temporary and Permanent Easement / Acquisition linework as
appropriate. Legal Descriptions and Right-of-Way plans will be prepared during FOR.
Proposed Schedule
We anticipate this work will take approximate four months to complete pending notice to proceed.
Meetings
We assume the following meetings within our proposed services:
• Bi-weekly conference call meetings
• Coordination meetings with affected utilities (Interwest)
• Preliminary Design Review Meeting @ Fort Collins
Services Not Included
The following services are not included in Otak’s fee but may be provided if requested for an additional
fee:
• Topographic Survey (to be performed thru Interwest on-call services contract)
• Utility locating, potholing and mapping
DocuSign Envelope ID: B5D8818B-FA84-4B90-B0A0-300E8D556197
Power Trail FIR Phase Proposal Page 3 of 3
February 21, 2020 – Page 3
• Geotechnical borings or pavement design (borings previously performed & pavement to match
existing)
• Environmental studies
• Hydraulic engineering
• Permit acquisitions
• Lighting design
• Right-of-way plans or acquisition services
• FOR & final design
We propose to perform these services at the hourly rates indicated on our Fee Worksheet estimate with
a not-to-exceed fee of $153,241 (including reimbursable expenses). We assume we will perform our
services under the terms of our existing Power Trail Agreement. I look forward to working with you on
this project.
Sincerely,
The Office of
Otak, Inc.
Dan Beltzer, P.E.
Structures Group Manager
DocuSign Envelope ID: B5D8818B-FA84-4B90-B0A0-300E8D556197
TASK # TASK NAME TASK DETAIL Task ID
Dan PM
Struct
Scott B
Trail PM
Scott K
Trail PE
Sean
Road PE
Gary
Road EI
Keely
Stuct PE
Steve
Designer
Sandy
Admin
Otak Subtot
Otak
Expense
Otak Total Interwest Lithos ERO Clanton BHA Apex & 360 SUBS Subtot TEAM Subtot
RATES
Rate: 205 205 115 135 115 175 140 80
Utility &
Drainage
Geotech Environ Lighting Urban Traffic & RR
10-SUR 11-GEO 12-Env 24-HYD 24-HYD 24-HYD
3.0 FIR
a. General
Project Management 1-PMG 8
$ 1,640 $ 1,640 $ - $ 1,640
Meetings Assume two (2) coordination
meetings in FC
2-MTG 8 4 $ 2,460 $ 150 $ 2,610 $ - $ 2,610
Quality Control 7-QC 8 $ 1,640 $ 1,640 $ - $ 1,640
a. Mapping
Mapping Interwest to coordinate survey thru
on-call
2-MTG 2 2 $ 690 $ 690 $ - $ 690
SUE NIC - previously performed locates
& potholes ok for FIR. If SUE is
performed in this phase, cost =
$23,400
2-MTG $ - $ - $ - $ -
b. Geotechnical
Engineering
Geotechnical Lithos to provide geotech
recommendations for underpass &
walls, and pavement
recommendations based on
existing pavement design
1-PMG 2 $ 410 $ 410 $ 3,530 $ 3,530 $ 3,940
c. Environmnetal
General ERO) will review FIR plans and
coordinate with CDOT to
determine what environmental
studies should be performed and
when they should be conducted.
ERO will also attend the FIR
meeting. Environmental studies
TASK # TASK NAME TASK DETAIL Task ID
Dan PM
Struct
Scott B
Trail PM
Scott K
Trail PE
Sean
Road PE
Gary
Road EI
Keely
Stuct PE
Steve
Designer
Sandy
Admin
Otak Subtot
Otak
Expense
Otak Total Interwest Lithos ERO Clanton BHA Apex & 360 SUBS Subtot TEAM Subtot
Selection Report Summarize considerations,
recommend alternate
4-DRP 16 4 $ 4,100 $ 4,100 $ - $ 4,100
Review Meeting at Ft Collins 2-MTG 6 6
$ 2,460 $ 75 $ 2,535 $ - $ 2,535
h. FIR Documents
Plans - Power Trail Title Sheet 26-TRA 0.5 2
$ 383 $ 383 $ - $ 383
Standard Plans List 26-TRA 0.5 2
$ 383 $ 383 $ - $ 383
Project Site Plan 26-TRA 0.5 4
$ 663 $ 663 $ - $ 663
Typical Sections 26-TRA 2 4 $ 970 $ 970 $ - $ 970
Typical Details 26-TRA 2 4
$ 970 $ 970 $ - $ 970
General Notes 26-TRA 2 2
$ 690 $ 690 $ - $ 690
SAQ 26-TRA 2 2
$ 690 $ 690 $ - $ 690
Project Tabulations - NIC 26-TRA $ - $ - $ - $ -
Survey Tabulations - NIC 26-TRA $ - $ - $ - $ -
Geometry Control Plan - NIC 26-TRA $ - $ - $ - $ -
Stormwater Management Plan 26-TRA 2 8 $ 1,490 $ 1,490 $ - $ 1,490
Remove & Reset Plan 26-TRA 2 4 $ 970 $ 970 $ - $ 970
Erosion Control Plan - NIC 26-TRA $ - $ - $ - $ -
Grading and Drainage Plan 26-TRA 4 24
$ 4,180 $ 4,180 $ - $ 4,180
Path Plan & Profile 26-TRA 4 60
$ 9,220 $ 9,220 $ - $ 9,220
Cross Sections 26-TRA 2 4
$ 970 $ 970 $ - $ 970
Landscape Plans 26-TRA 2
$ 410 $ 410 $ - $ 410
Plans - Underpass Title Sheet 26-TRA 0.5 2
$ 383 $ 383 $ - $ 383
Standard Plans List 26-TRA 0.5 2
$ 383 $ 383 $ - $ 383
Project Site Plan 26-TRA 0.5 2
$ 383 $ 383 $ - $ 383
6501 E Belleview Ave, Suite 300
Englewood, CO 80111
Page 1 of 3
February 14, 2020
Dan Beltzer
Otak
371 Centennial Parkway, Suite 210
Louisville, CO 80027
RE: Subsurface Utility Engineering for Power Trail in Fort Collins, Colorado
Dear Mr. Beltzer:
SurvWest, LLC (SurvWest) is pleased to submit a cost proposal for Subsurface Utility Engineering (SUE)
required for the above referenced project to Otak (“Client”). This proposal is based on information
provided via email on January 30, 2020.
Introduction
SurvWest will perform the SUE work required for this project in general accordance with the
recommended practices and procedures described in ASCE Publication CI/ASCE 38-02 (Standard
Guideline for the Collection and Depiction of Existing Subsurface Utility Data). As described in the
mentioned ASCE publication, four levels have been established to describe the quality of utility location
and attribute information used on plans. The four quality levels are as follows:
Quality Level D (QL-D): Information derived from existing records.
Quality Level C (QL-C): QL-D information supplemented with information obtained by surveying
visible above-ground utility features (i.e. valves, hydrants, meters, manhole covers, etc.).
Quality Level B (QL-B): Two-dimensional (x, y) information obtained through the application and
interpretation of non-destructive surface geophysical methods. Also known as “designating” this
quality level provides the horizontal position of subsurface utilities. The vertical location of
visible utility features is collected in this phase through the surveying of QL-B markings.
Quality Level A (QL-A): Also known as “locating”, this quality level provides precise three-
dimensional (x, y, z) information at critical locations by exposing specific utilities. Vacuum
excavation equipment is used to expose the utilities at specific points, which is then surveyed.
Scope of Work
The project consists of an underpass proposed under Harmony Road just west of the Power Trail located
in Fort Collins, as shown in the attachments.
Based on information provided by the Client, SurvWest has developed a preliminary scope for the SUE
work required for this project. The scope of work may be modified, with the Client, Owner or their
representative’s concurrence, during the performance of the SUE fieldwork if warranted by actual field
findings.
For this project, SurvWest will provide QL-B SUE as shown in the attached exhibit and described in the
Level of Effort table herein. QL-A SUE will not be performed at this time. SurvWest will perform all
surveying that is required for collection of SUE field data.
DocuSign Envelope ID: B5D8818B-FA84-4B90-B0A0-300E8D556197
6501 E Belleview Ave, Suite 300
Englewood, CO 80111
Page 2 of 3
Assumptions and Considerations
The extent for the QL-B SUE investigation is shown in the attached exhibit.
Elevations of all visible wet utility (storm, sanitary, water, etc.) features will be collected,
including ground-level and invert elevations.
SurvWest shall not collect data on overhead wires, or open channels and irrigation ditches, as
those will be collected in the design survey by others. SurvWest does not collect data on
underground landscape irrigation systems.
The Client will provide SurvWest with survey benchmark and control, and the base
map/topographic files in CAD format for use in preparing the deliverables.
All permitting fees will be waived or paid by the Client.
The Client will arrange for Right of Entry (ROE) to access work areas, where required. SurvWest
can perform these services at an additional fee.
Utility Coordination services are not included herein, including the preparation of the list of
utility providers, conflict matrix, participation in coordination meetings, evaluation or
coordination of relocations, or the preparation of clearance or removal/relocation documents.
SurvWest can perform these services at an additional fee.
The design survey shall be performed and provided by others, including the installation of
monuments, unless otherwise requested proposed herein. SurvWest can perform these services
at an additional fee.
Unknown Utilities: It is the responsibility of SurvWest to perform due-diligence with regards to
records research (“QL-D” level of effort) and acquisition of available utility records. The due-
diligence provided for this project will consist of utility map requests from utility owners, visual
inspection of the work area for evidence of utilities, review of the available utility record
information and utilization of Colorado 811’s Engineering Ticket system. Utilities that are not
identified through these efforts will be here forth referred to as “unknown” utilities. During QL-B
field work, SurvWest will scan the defined work area using electronic prospecting equipment to
search for “unknown” utilities. However, SurvWest is not responsible for designating “unknown”
utilities that were not detected while scanning the work area.
Deliverables
SurvWest will produce an electronic SUE file depicting the type and horizontal location of the designated
utilities. The Client, Owner or their representative will provide SurvWest with the locations of the test
holes, should they be requested and proposed herein. The Client will provide SurvWest with the base
map/topographic files in electronic format for use in preparing the SUE plans. SurvWest will utilize its
standard SUE line styles and symbology.
SurvWest will provide the electronic SUE CAD file in the software version specified by the Client, SUE
Plan set sign and stamped by a professional engineer licensed in the State of Colorado.
Anticipated Schedule
SurvWest can commence work within two (2) weeks of receiving the notice to proceed (NTP). The
estimated level of effort to complete SUE and SUE survey is shown in the table below.
After the survey has been completed, the SUE deliverables as previously described can be submitted
DocuSign Envelope ID: B5D8818B-FA84-4B90-B0A0-300E8D556197
6501 E Belleview Ave, Suite 300
Englewood, CO 80111
Page 3 of 3
within fifteen (15) working days.
Estimated Level of Effort and Associated Fees
Tasks Unit Price Approximate Duration Task Fee
QL-D SUE $1,500/Day 1 Day $1,500
QL-B SUE $2,400/Day 6 Days $14,400
QL-B Survey $1,500/Day 3 Days $4,500
*Traffic Control $1,500/Day 2 Days $3,000
QL-A SUE $3,500/Day 0 Day $0
QL-A Survey $1,500/Day 0 Day $0
SUE TOTAL $23,400
For SUE and survey effort, SurvWest will invoice for number of days shown in the estimate plus
any additional days worked in the field.
*Third-Party traffic control will be required for lane closures or diversion for QL-A SUE. The
traffic control cost is estimated based on past fees and will be invoiced at cost. The Client will be
provided with an estimate for such services once identified, and prior approval will be necessary
before commencement.
Closing
We look forward to working with you on this project. Should you have any questions or require
additional information, please contact me at (303) 210-0582.
Sincerely,
SurvWest, LLC
Deborah Snyder, PE, LEED AP
Director of Utility Engineering
DocuSign Envelope ID: B5D8818B-FA84-4B90-B0A0-300E8D556197
DocuSign Envelope ID: B5D8818B-FA84-4B90-B0A0-300E8D556197
5205 South College Avenue, Suite B
Fort Collins, CO 80525
970.373.3195
www.LithosEng.com
February 10, 2020
Project No. 18034
Loris, A Division of OTAK
100 Superior Plaza Way, Suite 220
Superior, CO 80027
Attention: Dan Beltzer, PE
Associate
Regarding: Proposal –Geotechnical Investigation Report
Power Trail Grade Separated Crossing
Fort Collins, Colorado
Mr. Beltzer,
Lithos Engineering (Lithos) is pleased to have the opportunity to provide this proposal to Loris, a division
of OTAK (Loris) for the Power Trail Grade Separated Crossing at Harmony Road project.
Project Understanding
The City of Fort Collins previously hired Loris to determine the feasibility of constructing a pedestrian
grade separated crossing under Harmony Road immediately west of the BNSF railroad crossing. Lithos
was part of Loris’ team that ultimately determined a cut-and-cover underpass located between the BNSF
railroad and Innovation drive was the most feasible grade separated crossing alternative. The City has
decided to move forward with final design of the selected alternative. Loris has request Lithos provide a
scope and fee to provide a design level geotechnical investigation report. A subsurface investigation was
completed during the preliminary design phase.
Proposed Scope of Services
Based on our understanding of the project, Lithos proposes the following scope of services:
Task – 1: Geotechnical Investigation Report
Lithos will prepare a Geotechnical Investigation Report (GIR) providing geotechnical design criteria and
construction recommendations. The report will include, at a minimum, the following items:
Summarize the results of Task 1 including:
o A Site Vicinity and Boring Location Map
o Detailed boring logs
o Results of field exploration and laboratory testing
Geotechnical design recommendations including:
o Foundation recommendations for the underpass and associated retaining walls
o Lateral earth pressures
o Temporary and permanent pavement recommendations for Harmony Road. We have
assumed a pavement design will not be completed for this project.
Construction recommendations including:
o Temporary excavations
DocuSign Envelope ID: B5D8818B-FA84-4B90-B0A0-300E8D556197
Loris Proposal – Power Trail Grade Separated Crossing at Harmony Road Page 2 of 2
o Bedrock or oversize material excavation
o Compaction requirements and acceptable backfill types
o Construction dewatering considerations
Fee Estimate
Based on our proposed Scope of Services outlined above, we estimate a total fee for our services of:
$3,530. Lithos proposes to provide these services on a time and expense basis in accordance with the
attached Fee Schedule and the terms and conditions previously agreed upon during the preliminary design
phase.
Closing
We appreciate the opportunity to submit a proposal and look forward to the opportunity to work with
you on this project. For this project, Mr. Heyer will be your key contact and Project Manager. If you have
any questions regarding the contents of this proposal, please contact the undersigned.
Sincerely,
Lithos Engineering
Lance Heyer, PE Robin Dornfest, PG
Associate President
DocuSign Envelope ID: B5D8818B-FA84-4B90-B0A0-300E8D556197
Detailed Fee Estimate
No. Phase
Senior
Consultant
President
Vice President
Senior
Professional II
Senior
Professional I
Professional II
Professional I
Staff
Professional III
Staff
Professional II
Staff
Professional I
Administrative
Rate/Hr $ 200 $ 195 $ 180 $ 175 $ 155 $ 140 $ 125 $ 105 $ 95 $ 90 $ 65
1 Geotechnical Investigation Report 2 4 24 30 $ 3,530
Fee Schedule (20G) Total Hours Total Labor
Labor Fees per Position $ - $ 390 $ - $ - $ 620 $ - $ - $ 2,520 $ - $ - $ - 30 $ 3,530
No. Phase
Driller
Lab Testing
Fees per
Task
Mileage
$0.70/mi
Per Diem
Lodging
Airline
Other
Fees per
Task
1 Geotechnical Investigation Report $ - $ - $ - $ - $ -
Subtotal $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ -
Markup 10% $ - $ - $ - $ - $ - $ - $ - $ - $ - $ -
Total $ - $ - $ - $ - $ - $ - $ - $ - $ -
Total Subconsultants
$ - Total Direct Costs $ -
No. Phase
1 Geotechnical Investigation Report
Markup 10%
Total
Project Number: 18034
$ 3,530
Labor Fees
per Task
Project Name: Power Trail Grade Separated Crossing - Final Design
$ -
$ -
$ 3,530 $ -
$ -
Direct Costs
$ -
Date: 2/10/2020
$ 3,530
Labor Subconsultants
FEE SCHEDULE
2020
1. Services will be billed on the time worked by staff personnel as follows unless noted otherwise in
the proposal or contract. Overtime hours will be charged a straight time rates.
Senior Consultant $200
President $195
Vice President $180
Senior Professional II $175
Senior Professional I $155
Professional II $140
Professional I $125
Staff Professional III $105
Staff Professional II $95
Staff Professional I $90
Administrative $65
2. Direct non-salary expenses will be billed at Lithos Engineering’s cost plus a ten (10) percent
markup for the following:
a. Reproduction and printing costs for project-related documents
b. Transportation and subsistence costs for travel including: rental cars, truck, boats, trains,
and other public carriers.
c. Express delivers such as UPS.
3. Mileage for use of personal or company vehicles will be billed at $0.70/mile.
4. Subcontractors retained by Lithos Engineering for project-related services will be billed at our cost
plus 10 (ten) percent.
5. Payment: Invoices will be submitted about once a month unless otherwise noted in the proposal
or contract for services performed. Payment is due upon receipt of the invoice. Interest of two
(2) percent per month may be added to the outstanding balance on invoices older than 30 days.
In the event that Lithos Engineering must engage collection services to receive payment, Client
will reimburse Lithos Engineering for all reasonable collection, attorney’s, and court fees.
6. Billing rates are subject to change at any time unless otherwise noted in the proposal or contract.
20G
DocuSign Envelope ID: B5D8818B-FA84-4B90-B0A0-300E8D556197
Consultants in
Natural Resources
and the Environment
Denver
1842 Clarkson St.
Denver, CO 80218
303.830.1188
Durango
1015 ½ Main Avenue
Durango, CO 81301
970.422.2136
Hotchkiss
P.O. Box 932
161 South 2nd St.
Hotchkiss, CO 81419
970.872.3020
Idaho
4001 East Main Street
Emmett, ID 83617
208.365.7684
www.eroresources.com
ERO Resources Corp.
February 17, 2020
Dan Beltzer, P.E.
Loris, a Division of OTAK
100 Superior Plaza Way, Suite 220
Superior, CO 80027
RE: Additional Scope of Work for the Power Trail Grade-Separated Crossing Project
Dear Mr. Beltzer,
ERO Resources Corporation (ERO) has prepared this Scope of Work (SOW) letter for Loris, a
Division of OTAK (Loris), to complete additional environmental services for the proposed Power
Trail Grade-Separated Crossing Project in Fort Collins, Larimer County, Colorado (project area).
Previously, ERO assessed the environmental resources for the initial phase of this project. During
the initial phase, the project was separated into two parts – the Harmony Road Underpass
project with Federal funding administered by Colorado Department of Transportation (CDOT) and
Power Trail project with local agency funding. For this SOW, ERO will review FIR plans and
coordinate with CDOT to determine what environmental studies should be performed and when
they should be conducted. Two ERO staff will attend the CDOT FIR meeting and discuss the
environmental reports schedule. This SOW does not include time to do any changes to the
previously submitted reports. An additional SOW will be submitted after CDOT determines which
reports will be needed and the time frame. Additionally, this SOW does not include time to
coordinate with other agencies, including the U.S. Army Corps of Engineers, and State Historic
Preservation Office.
ERO will complete the work described above on a time-and-materials basis for a cost not to
exceed $3,000, including expenses billed at cost plus 6 percent. Please sign and return the
enclosed copy of this package (letter contract and Terms and Conditions) to signify your
acceptance of this proposal and all terms and conditions. Thank you.
Sincerely, ACCEPTED BY CLIENT:
Denise Larson
Senior Ecologist Signature Date
ACCEPTED BY ERO:
02/17/2020
Signature Date
Attachments: Terms and Conditions
DocuSign Envelope ID: B5D8818B-FA84-4B90-B0A0-300E8D556197
TERMS AND CONDITIONS
1. ERO shall perform all work under this Agreement as an independent contractor. Neither execution of
this Agreement nor performance by the parties under this Agreement shall create any partnership,
joint venture, or agency relationship between the parties.
2. ERO periodically shall submit invoices to CLIENT. CLIENT shall pay each invoice within thirty (30)
days of the date of the invoice. CLIENT shall pay an additional charge of one and one-half percent (1-
1/2%) of the amount of the invoice per month, or the maximum percentage allowed by law, whichever
is the lesser, for any payment received by ERO more than sixty (60) days from the receipt of an
invoice.
3. The CLIENT, at its expense, shall provide ERO with access to and egress from all property to which
ERO may require access to perform its services under this Agreement.
4. For Projects specifically involving the assessment, identification, confirmation, or removal of solid
wastes, hazardous substances, hazardous wastes, or toxic materials the CLIENT, at its expense, shall
provide full information regarding its knowledge of the Project; the identity, nature, quantity, and
location of all known solid wastes, hazardous substances, hazardous waste, or toxic materials at or on
the site; all reports, data, maps, diagrams, studies, specifications, and other documents or any
information relating to said substances, materials and wastes; surface or subsurface conditions at the
site; and names, addresses, and phone numbers of such persons that may possess such information,
which would assist ERO to perform its services hereunder, and any circumstances known to the
CLIENT that would hinder ERO’s performance or make performance by ERO more difficult or
expensive than would ordinarily be expected.
CLIENT agrees that ERO is not liable for any and all claims, losses, costs, damages, or expenses
caused by CLIENT’s failure to provide such information regarding the solid, hazardous or toxic
substances, wastes or materials. Such causes include, but are not limited to, negligence, professional
errors or omissions, strict liability, breach of contract or warrant. ERO shall be entitled to rely on all
client-provided documents and information regarding solid, hazardous or toxic substances, wastes or
materials in performing services under the Agreement; however, ERO assumes no responsibility or
liability for the accuracy or completeness of such documents or information.
5. In recognition of the relative risks, rewards, and benefits of the project to both the CLIENT and ERO,
the risks have been allocated such that the CLIENT agrees, to the fullest extent permitted by law, that
for any and all claims, losses, costs, damages, or expenses caused by professional negligence, ERO’s
liability, including that of its employees, agents, and subcontractors, in the aggregate under this
Agreement shall not exceed One Hundred Thousand Dollars ($100,000) or our fees, whichever is less.
In no event shall ERO be liable for consequential damages.
6. For any damage caused by negligence other than professional negligence, ERO’s liability, including
that of its employees, agents, and subcontractors, in the aggregate under this Agreement shall not
exceed the limits of ERO’s comprehensive general, automobile liability insurance coverage, or other
insurance policies (Commercial General Liability—$2 million each occurrence, $4 million aggregate;
Any Automobile—$1 million; and Workers’ Compensation—$1 million).
7. Subject to Paragraphs 4, 5, and 6 above and otherwise to the fullest extent permitted by law, CLIENT
and ERO shall indemnify, defend, and hold harmless each other and their subcontractors, consultants,
agents, officers, directors, and employees from and against all claims, damages, losses, and expenses,
whether direct, indirect, or consequential, including, but not limited to, fees and charges of attorneys
and court and arbitration costs arising from their own negligent acts or omissions.
8. Either party may terminate this Agreement for cause if the other commits a material, uncured breach
of this Agreement. Termination shall be effective ten (10) days from receipt of the Notice of
Termination. No later than thirty (30) days after termination, CLIENT shall pay ERO upon invoice for
services performed and charges prior to termination, plus termination charges. Termination charges
shall include, without limitation, charges for personnel, putting project documents and analyses in
1
DocuSign Envelope ID: B5D8818B-FA84-4B90-B0A0-300E8D556197
2
order, personnel and equipment rescheduling or reassignment adjustments, and all other related costs
and charges incurred that are directly attributable to termination.
9. ERO shall not specify work procedures, manage, or supervise work for which it is not responsible
under this Agreement, or implement or be responsible for health and safety procedures for persons
other than its own employees.
10. CLIENT shall compensate ERO for any and all costs, expenses, obligations, or damages arising out of
any litigation, investigations, or regulatory procedures in which ERO is compelled to participate, that
relate to this project. No such compensation shall be due or payable in the event that it resulted from
ERO’s negligent or intentional acts.
11. The provisions of this Agreement shall survive the completion of the services under this Agreement
and the termination of this Agreement for any cause.
12. ERO shall retain as confidential all information and data furnished to it by the CLIENT. This shall not
apply to information and data already known to the receiving party or already generally available to
the public.
13. CLIENT and ERO represent and warrant to the other that they have the full power and authority to
execute and deliver this Agreement, and perform their respective obligations hereunder.
14. This agreement shall be governed by the laws of the State of Colorado.
DocuSign Envelope ID: B5D8818B-FA84-4B90-B0A0-300E8D556197
Power Trail and Harmony West Underpass
BHA Design, Inc.
02.11.2020 Task Task
Task Description Name Extension Name Extension Name Extension Hours Amount
Name Principal LA-IT Irrigation Irrigation
Rate $155.00 $100.00
Preliminary Engineering (FIR) $27,670
Urban design plans and details 16 $2,480.00 30 $3,000.00 $0.00 46 $5,480
Assist with trail plans and details 4 $620.00 16 $1,600.00 $0.00 20 $2,220
Coordination with APP/public artist 8 $1,240.00 4 $400.00 $0.00 12 $1,640
Preliminary landscape plans and details 12 $1,860.00 30 $3,000.00 $0.00 42 $4,860
Preliminary irrigation plans and details (tap size/location, mainline, sleeving) 2 $310.00 4 $400.00 $5,000.00 6 $5,710
Update opinion of probable costs 4 $620.00 4 $400.00 $0.00 8 $1,020
Design coordination meetings 24 $3,720.00 12 $1,200.00 $0.00 36 $4,920
Assist city with updates to boards/commissions (revised graphic displays) 4 $620.00 12 $1,200.00 $0.00 16 $1,820
Total Hours 74 112 0 186
Total Amount $11,470.00 $11,200.00 $5,000.00 $27,670
Reimbursable Expenses $1,660
Total Fees $29,330
Optional Services
Attendance at meetings with stakeholders, boards/commissions 8 $1,240.00 0 $0.00 $0.00 8 $1,240
Total Total + + Optional Fees $30,570
DocuSign Envelope ID: B5D8818B-FA84-4B90-B0A0-300E8D556197
Interwest Consulting Group
Power Trail FIR Scope and Fee Estimate
Task 1 – Interwest will work with the City of Fort Collins and OTAK to continue coordination
with impacted utilities at the proposed underpass. Interwest will prepare exhibits / CAD
linework of new utility alignments for review, pricing and acceptance by the applicable utility
companies. Interwest cannot guarantee cooperation from the utilities and it is unlikely until
the project has construction funding that any utilities will be physically moved.
Task 2 – Interwest will work with OTAK to determine if any of the four structural options for the
underpass change the utility relocation needs. Interwest will also provide QC services
reviewing the OTAK designs for the underpass, approach trails, Harmony Road improvements,
and phasing.
Task 3 – Interwest will summarize the drainage research performed to date in a memo for
submittal and review. Interwest will work with OTAK regarding drainage crossing needs on the
Power Trail alignment and will determine the flowrate that will drain into the sump created by
the underpass for the purpose of future pump and pump station sizing.
Task 4 – Meetings and Coordination throughout 2020.
Interwest Power Trail FIR Cost Estimate
MPO SW ES
Task $ 130 $ 125 $ 115
1 Utility Relocation Exhibits and Coordination with City 60 40 0 $ 12,800
2 Structure Selection Utility Assessment and QC (4 Alternatives) 40 40 0 $ 10,200
3 30% Drainage Memo 24 16 80 $ 14,320
4 Meetings and Coordination 40 8 8 $ 7,120
Reimbursable Expenses (Allowance) $ 500
Total $ 44,940
DocuSign Envelope ID: B5D8818B-FA84-4B90-B0A0-300E8D556197
Hours per
Task
SUBCONSULTANTS and DIRECT COSTS
LABOR
SUMMARY
Total
$ - $ 3,530
$ -
DocuSign Envelope ID: B5D8818B-FA84-4B90-B0A0-300E8D556197
Typical Sections 26-TRA 2 4
$ 970 $ 970 $ - $ 970
Typical Details 26-TRA 2 4
$ 970 $ 970 $ - $ 970
General Notes 26-TRA 2 2
$ 690 $ 690 $ - $ 690
SAQ 26-TRA 2 2
$ 690 $ 690 $ - $ 690
Project Tabulations - NIC 26-TRA $ - $ - $ - $ -
Survey Tabulations - NIC 26-TRA $ - $ - $ - $ -
Geometry Control Plan - NIC 26-TRA $ - $ - $ - $ -
Stormwater Management Plan 26-TRA 2 8
$ 1,490 $ 1,490 $ - $ 1,490
Removal & Reset Plan 26-TRA 2 4
$ 970 $ 970 $ - $ 970
Erosion Control Plan 26-TRA 2 4
$ 950 $ 950 $ - $ 950
Grading and Drainage Plan 26-TRA 4 8
$ 1,940 $ 1,940 $ - $ 1,940
Roadway Phasing Plans 26-TRA 2 8
$ 1,490 $ 1,490 $ - $ 1,490
Path Plan & Profile 26-TRA 2 4
$ 970 $ 970 $ - $ 970
Cross Sections 26-TRA 2 4
$ 970 $ 970 $ - $ 970
Underpass General Information 26-TRA 1 2
$ 485 $ 485 $ - $ 485
Underpass General Layout 26-TRA 2 12
$ 2,090 $ 2,090 $ - $ 2,090
Underpass Sections and Details 26-TRA 2 8
$ 1,530 $ 1,530 $ - $ 1,530
Underpass Drainage Details 26-TRA 2 12
$ 2,090 $ 2,090 $ - $ 2,090
Underpass Wingwall Plan,
Elevation & Sections
26-TRA 4 16 $ 3,060 $ 3,060 $ - $ 3,060
Bridge Rail Details 26-TRA 1 2
$ 485 $ 485 $ - $ 485
Guardrail Layout & Details 26-TRA 2 4
$ 970 $ 970 $ - $ 970
Underpass Lighting Plans - NIC 26-TRA $ - $ - $ - $ -
Landscape Plans 26-TRA 2
$ 410 $ 410 $ - $ 410
Utility Relocation Plans 26-TRA 2
$ 410 $ 410 $ - $ 410
Specifications NIC 5-SPC $ - $ - $ - $ -
Cost Estimate 6-COS 4 4 12
$ 3,040 $ 3,040 $ - $ 3,040
i. FIR Review Meeting
Meeting Prepare for Meeting 2-MTG 2 2
$ 820 $ 820 $ - $ 820
Attend Meeting 2-MTG 5 5
$ 2,050 $ 75 $ 2,125 $ - $ 2,125
Minutes of Meeting 2-MTG 2 2
$ 820 $ 820 $ - $ 820
j. FIR Plan Revisions
Project Management 1-PMG 4
$ 820 $ 820 $ - $ 820
Power Trail Plans 26-TRA 2 4 8
8 $ 3,430 $ 3,430 $ - $ 3,430
Underpass Plans 30-UND 2 4 8
8 $ 3,430 $ 3,430 $ - $ 3,430
Cost Estimate 6-COS 1 2 2 2
$ 1,165 $ 1,165 $ - $ 1,165
100 130 0 154 0 0 344 0 728
$ 20,500 $ 26,650 $ - $ 20,790 $ - $ - $ 48,160 $ - $ 116,100 $ 600 $ 116,700 $ 44,940 $ 3,530 $ 3,000 $ - $ 30,570 $ 3,400 $ 85,440 $ 202,140
Deduct remaining budget from previous phase, transferred to FIR phase $ 48,899
Net FIR Fee Total $ 153,241
PHASE TOTALS
Project Kick-off
Alternative Analysis
FIR Design 100 130 0 154 0 0 344 0 $ 116,100 $ 600 $ 116,700 $ 44,940 $ 3,530 $ 3,000 $ - $ 30,570 $ 3,400 $ 85,440 $ 153,241
ROW Phase 0 0 0 0 0 0 0 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ -
FOR Design 0 0 0 0 0 0 0 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ -
Advertisement & Construction 0 0 0 0 0 0 0 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ -
TOTAL HOURS/FEE 100 130 0 154 0 0 344 0 $ 116,100 $ 600 $ 116,700 $ 44,940 $ 3,530 $ 3,000 $ - $ 30,570 $ 3,400 $ 85,440 $ 153,241
Total Hours
Total Amount
DocuSign Envelope ID: B5D8818B-FA84-4B90-B0A0-300E8D556197
are not anticipated to be
performed during the FIR phase.
12-ENV 2 $ 410 $ 410 $ 3,000 $ 3,000 $ 3,410
d. Traffic
Apex will evaluate the relative
delay times associated with
maintaining two versus three lanes
of traffic.
1-PMG 2 $ 410 $ 410 $ 3,400 $ 3,400 $ 3,810
e. Urban design
BHA will develop aesthetic
concepts in coordination with Otak
(Railings, form liners, etc), develop
FIR landscape sheets and
quantities, and update the
Sketchup Model.
1-PMG 4 $ 820 $ 820 $ 30,570 $ 30,570 $ 31,390
f. Utility Meetings and
Coordination
Compile Ex Information Interwest & Otak 1-PMG 2
2 $ 690 $ 690 $ - $ 690
Meetings Inerwest will coordinate and attend
utility meetings to develop
relocation requirements, as
necessary. Assume Otak will
attend up to 4 utility meetings.
Interwsest will also assist in
Selection Report & submit a 30%
drainage memo
1-PMG 12 $ 2,460 $ 300 $ 2,760 $ 44,940 $ 44,940 $ 47,700
g. Structure Selection
Report
Evaluate merits of 8.5 vs 10'
height; maintaining ex Harmony
grade vs raising grade; and
maintaining two vs three lanes of
traffic with respect to construction
cost and duration. Interwest to
assist & provide QC
Cut-and-cover Underpass 4 Alternate Underpass Plan &
Profiles; Raised grade with 10' &
8.5' clear; At-Grade with 10' & 8.5'
clear. All alternates to display
utility conflicts.
30-UND 4 8 40 $ 8,060 $ 8,060 $ - $ 8,060
Approach Trails Trail Plan & Profiles for the 4
underpass alternates
26-TRA 2 4 40 $ 6,830 $ 6,830 $ - $ 6,830
Phasing 4 Alts; 2-lanes maintained with
raised grade; 3-lanes maintained
with raised grade; 2 lanes
maintained at-grade; 3-lanes
maintained at-grade
25-ROA 4 4 80 $ 12,440 $ 12,440 $ - $ 12,440
Cost Comparison For alternates outlined above,
including anticipated construction
duration
6-COS 8 24 24 $ 8,240 $ 8,240 $ - $ 8,240
DocuSign Envelope ID: B5D8818B-FA84-4B90-B0A0-300E8D556197