Loading...
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