Loading...
HomeMy WebLinkAboutCORRESPONDENCE - RFP - 9082 ENGINEERING DESIGN & SUPPORT FOR COLLEGE & TRILBY INTERSECTION IMPROVEMENTSOfficial Purchasing Document Last updated 10/2017 9082 Engineering Design & Support – College & Trilby Intersection Improvements Page 8 of 33 Professional Services Agreement – Work Order Type EXHIBIT A WORK ORDER FORM PURSUANT TO A MASTER AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND WILSON & COMPANY INC., ENGINEERS & ARCHITECTS WORK ORDER NUMBER: PROJECT TITLE: 9082 Engineering Design & Support for College & Trilby Intersection Improvements ORIGINAL BID/RFP NUMBER & NAME: MASTER AGREEMENT EFFECTIVE DATE: May 15, 2020 WORK ORDER COMMENCEMENT DATE: WORK ORDER COMPLETION DATE: MAXIMUM FEE: (time and reimbursable direct costs): PROJECT DESCRIPTION/SCOPE OF SERVICES: Professional 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 ( ) 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. PROFESSIONAL: Date: Name, Title ACCEPTANCE: Date: Name, Project Manager REVIEWED: Date: Name, Buyer or Senior Buyer ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) EXHIBIT B DocuSign Envelope ID: DFC2A62C-A547-487C-A8E8-897188B421AE Elliot Dale, Senior Buyer Tracy Dyer, Project Manager Scott Waterman, Vice President thirty-six 36 See attached $412,783 March 31st, 2021 Upon execution Same as above # 1 DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB 5/21/2020 5/21/2020 5/26/2020 5/29/2020 Work Order 1 Scope of Work – Draft Preliminary Engineering Phase Wilson & Company, Inc. Engineers & Architects Page 1 of 7 PROJECT BACKGROUND The City recently completed an Arterial Intersection Prioritization Study (AIPS) which identified traffic safety and congestion problems. The study also identified suggested enhancements to mitigate problems. Safety concerns include high frequencies of approach turn and rear end crashes. Operational concerns include high volumes on north / south legs and increasing volumes on east / west approach legs, often exceeding the capacities of the single left turn lanes given the available green times. Bicycle and pedestrian safety and accessibility are also concerns at the intersection. The proposed improvements will follow a multi-modal approach to create a safer intersection for all users. The City has secured multiple funding sources for the design, right-of-way (ROW) acquisition and construction of the project. An approximate breakdown of the funding sources is shown in the table below and is the total project budget including design and ROW: SOURCE AMOUNT Highway Safety Improvement Program (HSIP) $2,250,000 Funding Advancement for Surface Transportation & Economic Recovery (FASTER) $1,500,000 Congestion, Mitigation, and Air Quality Improvements (CMAQ) $387,371 Local Match $80,525 Local Over-Match $1,319,475 TOTAL $5,537,371 WORK ORDER 1 SCOPE Work Order 1 will generally accomplish the Preliminary Engineering phase of the project to develop intersection improvement alternatives and select one design alternative, develop preliminary design of the selected alternative, identify the location of existing utilities within the project limits including preliminary impacts and utility relocation designs, provide support to the City for Public and Stakeholder communications, select a project delivery method for construction, and document the existence of and impacts to environmental resources to complete the front page of CDOT Form 128. Phase A - Engineering 1. Project Kick-Off and Project Management: A. Project Management i. General Project Management – provide general day-to-day management of the work including direction to all team members, communications with City staff, development and maintenance of a project schedule, development and maintenance of a Project Execution Plan and Quality Management Plan. (20 weeks assumed) ii. Weekly Project Management Meetings – attend and document weekly management meetings with the City Project Manager. This meeting will typically be documented by a meeting record/action item register maintained during the coordination meeting. (20 weeks assumed) iii. Monthly Project Coordination Meetings with City Staff – attend and DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB Work Order 1 Scope of Work – Draft Preliminary Engineering Phase Wilson & Company, Inc. Engineers & Architects Page 2 of 7 document project coordination meetings monthly with City staff to communicate and identify project issues, resolution, and project decisions. (4 meetings assumed) B. Review Survey and Develop Base Mapping – utilizing the provided survey data from City staff, develop base mapping files for the project including planimetric, DTM, and existing right-of-way and property boundaries. Perform a field review of base map created and request additional survey data if needed. C. Communicate and coordinate with private utility companies – scope and effort is depicted under Phase B – Subsurface Utility Engineering. D. Provide assistance with historic properties – scope and effort is depicted under Phase D – NEPA Special Requirements. Consultant Deliverables  Project Schedule  Meeting record / action item register for weekly project management meetings  Meeting minutes for monthly City staff coordination meetings  Electronic base mapping files City Tasks  Provide relevant data from Arterial Intersection Prioritization Study.  Provide aerial maps using 2019 aerial photography.  Provide existing topographic survey per the City of Fort Collins Groundmaster Coordinate System (Horizontal) and the City of Fort Collins Vertical Control Network (NAVD 1988 – Unadjusted Vertical).  Provide a digital copy (CAD format) of the existing surface and point files.  Provide property analysis map including ownership, property lines, relevant easements, and current tenants based on title commitments.  Provide any known preliminary historical data.  Capture horizontal and vertical survey of utilities. 2. Preliminary Engineering A. Alternative analysis i. Prepare three (3) alternative designs for intersection operations and capacity improvements. ii. Utilizing existing traffic data and new development data provided by City staff, forecast traffic volumes to a future design year, likely 2040. iii. Prepare a traffic operations analysis, comparing the alternatives. iv. Incorporate bicycle and pedestrian movements into the alternative design. v. Develop an overall alternative comparison matrix including: 1. Traffic operations 2. Construction cost 3. Impacts to adjacent properties including acquisitions and access 4. Impacts to known environmental resources vi. Assist the City with selecting one alternative B. Intersection Design i. Complete preliminary horizontal and vertical design of the selected intersection alternative, incorporating design decisions evaluated in the DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB Work Order 1 Scope of Work – Draft Preliminary Engineering Phase Wilson & Company, Inc. Engineers & Architects Page 3 of 7 development of alternatives. C. Traffic Signal Design – prepare a preliminary layout of the traffic signal system for the selected alternative. D. Property Impacts / Acquisition Needs i. During alternative development, assist the City in preparing exhibits to facilitate individual property owner meetings. (10 exhibits assumed) ii. Attend and assist City staff in holding property owner meetings (10 meetings assumed) iii. Based on geometric design of the intersection and incorporation of other design disciplines (drainage, utilities, urban design and landscape design), assist the City staff in developing parcel acquisition limits in advance of formal right-of-way plans. iv. Acquisition consultant will provide review of alternatives design to assess the acquisition needs in regards to partial acquisition, full acquisition, impacts to access, and high cost impact items. Acquisition consultant will also provide early guidance on cost valuations to be utilized in overall project cost estimates. E. Drainage and Water Quality – prepare a storm drainage analysis to City of Fort Collins requirements to incorporate drainage and water quality improvements into the improved intersection. It is assumed that a sub-surface storm drainage system will be designed to convey storm water through a conventional inlet and pipe system, with a goal of eliminating the concrete cross pans on College Avenue. The analysis will include options to incorporate water quality treatment, prior to releasing storm drainage to a project outfall. If required by the analysis and increased impervious area, peak flow mitigation design will be included. F. Multimodal Design – incorporate pedestrian and bicycle facilities into the intersection design. G. Geotechnical Analysis – perform field investigations, borings, sub-surface material samples, laboratory analysis, and pavement design to recommend pavement design sections to be utilized by the improvements. H. Urban Design, Landscape, and Irrigation i. Following the selection of one geometric alternative, develop two (2) urban design and landscape alternatives for the improvements for City review. Provide a comparative matrix for the two alternatives. Assist City staff in the selection of one alternative. ii. Complete preliminary design for the selected alternative to a detail level consistent with FIR design. iii. Prepare renderings for use in public meetings. iv. Coordination with the Art in Public Places is not included in this phase. I. Project Delivery Selection Analysis – assist the City in the selection of one construction procurement method for the project. i. Organize and facilitate a Project Delivery Selection Workshop with City and CDOT staff to facilitate development of the matrix. ii. Complete the Project Delivery Selection Matrix (PDSM) to identify the preferred method of construction procurement to utilize on the project. J. FIR Plans, Specifications and Engineer’s Estimate i. Prepare all FIR plans utilizing CDOT and LCUASS design guidelines, in CDOT plan format, including all notes, details, and tabulations to depict the improvements. ii. Prepare FIR specifications in CDOT format including index, Standard DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB Work Order 1 Scope of Work – Draft Preliminary Engineering Phase Wilson & Company, Inc. Engineers & Architects Page 4 of 7 Special Provisions, and Project Special Provisions. iii. Prepare an Engineer’s estimate for construction of the improvements utilizing CDOT pay item format. K. FIR Meeting i. Organize, prepare agenda for, and attend the FIR meeting with City staff, CDOT staff, and other third-party agencies such as utilities. ii. Prepare a comment resolution matrix documenting all plan and design comments received in the FIR review. iii. Prepare FIR meeting minutes. Consultant Deliverables  Alternatives Comparison Matrix  Traffic Analysis Report  Electronic CADD model of proposed property acquisitions and easements  Preliminary Drainage Report  Geotechnical and Pavement Design Report  (2) Urban Design / Landscape Concepts and Narrative  (2) Project renderings for public meeting use  Project Delivery Selection Matrix  FIR Plans, Specifications, Engineer’s Estimate  FIR Comment Resolution Matrix  FIR Meeting Minutes City Tasks  Provide legal descriptions and exhibits of right-of-way (ROW), temporary construction easements (TCE), and permanent easement acquisitions. Property acquisition tasks will take place after CDOT Right-of-Way Plan Review.  Provide 20-year and 30-year Equivalent Single Axle Loads (ESALs) Phase B – Subsurface Utility Engineering (SUE) Due to Colorado State Law SB 18-167 regarding utility investigation during design, the design team will provide a Subsurface Utility Engineering (SUE) plan in accordance with State law. This shall include a utility plan developed to Quality Level B per American Society of Civil Engineers (ASCE) standards for the FIR phase. Future phases of work will advance the Quality level to an appropriate level, as required by the law and certified by a Professional Engineer. The work shall include obtaining all applicable City, County and State permits and licenses required to perform utility locating activities, including but not limited to: City/County Contractor License, Traffic Control Permits, Excavation permits. Utility coordination and Subsurface Utility Engineering work includes the following for this phase of the work: 1. Task Management and Team Coordination – management of the utility team including utility designating consultant and coordination with the design team and City survey staff for utility map compilation, following utility designating. 2. Utility Coordination A. Utility coordination meetings and communications necessary to resolve existing utility location, size, material with all utility owners, public and private. DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB Work Order 1 Scope of Work – Draft Preliminary Engineering Phase Wilson & Company, Inc. Engineers & Architects Page 5 of 7 L. Prepare an engineer’s estimate for utility adjustments and relocations as depicted on the FIR plans. M. Prepare a Utility Project Special Provision for FIR. N. Attend the FIR meeting. 3. Subsurface Utility Engineering A. Utility Designating – coordinate and provide engineering utility designating locates for survey by City survey staff. B. Utility Survey Coordination – coordination with City survey staff and compilation of the existing utilities map. C. Prepare SUE plans – prepare SUE plans in accordance with the law identifying existing utility locations, location quality level, utility conflict matrix, and potential relocation plans. 5. Additional Optional Services A. Ground Penetrating Radar (GPR) – GPR is useful as a tool in designating subsurface utilities only in certain soil conditions. This scope includes GPR as an optional service that could be requested if geotechnical investigations determine that soils are suitable and GPR can increase the Quality Level confidence in the location of existing utilities. Consultant Deliverables  Utility coordination meeting notes  Existing utility electronic file – Quality Level B  Cost estimate for utility adjustments and relocations  Utility Project Special Provision for FIR  SUE plans for FIR City Tasks  Perform field survey of utilities based on designating performed by Consultant. Phase C – Public and Stakeholder Involvement The City will develop and implement a Communication Plan which shall address public involvement and stakeholder coordination. The process will include potentially affected interests such as City Council, multiple City departments, City’s Transportation Board, area property and business owners, and bicycle/pedestrian advocacy groups. The Consultant will provide the following for this phase of the work: 1. Graphics - Development of graphics and exhibits to support meetings below. 2. Property owner meetings – exhibits and attendance for an estimated ten (10) property owner meetings with City staff. 3. Public Open House – exhibits and attendance at one (1) Open House. 4. City Council Meetings – exhibits and attendance at one (1) City Council meeting. Project coordination meetings and utility coordination meetings are included in previous sections of this work. Consultant Deliverables DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB Work Order 1 Scope of Work – Draft Preliminary Engineering Phase Wilson & Company, Inc. Engineers & Architects Page 6 of 7  Graphics and exhibits to support public and stakeholder activities  Property owner meeting notes City Tasks  Communication Plan  Scheduling and coordination of property owner meetings Phase D – National Environmental Policy Act Special Requirements The Consultant will prepare environmental resource documentation, including field assessments and impacts analysis, for all resources required to obtain an environmental clearance through a Categorical Exclusion, in coordination with the City and CDOT. This phase of work will complete the front page of Form 128, based on the research and preliminary design depicted in the FIR plans. The following work is included in each resource necessary to accomplish this task: 1. Categorical Exclusion Task Management A. Coordinate all environmental resource efforts to produce all documentation for completion of the front page of Form 128. B. Coordination meetings – It is assumed that four (4) environmental coordination meetings will be required with the City, CDOT, and specific environmental resource agencies. 2. Hazardous Materials – (refer to backup documentation from Pinyon) A. Complete one (1) Initial Site Assessment B. Future work to be completed – Environmental site assessments, ESA, will be determined when the number of acquisitions is determined through the Alternative development process. This scope assumes two (2) ESA’s, but more may need to be added by the nature of the work. 3. Biological Resources A. Perform field investigations and survey, if necessary, to document the existence of wetlands, non-wetland waters, vegetation and noxious weeds, SB40 resources, migratory birds and raptors. B. Perform a wetlands/waters of the US delineation in accordance with the USACOE and CDOT requirements. For the purposes of this scope, it is assumed that no impacts to wetlands will be required. C. Prepare a biological resources technical memorandum. 4. Air Quality – prepare documentation to support the project being exempt from air quality analysis. If necessary prepare a hot-spot analysis and supporting level of service analysis for existing and future conditions to comply with air quality conformity requirements. 5. Noise – develop and provide a Type III project determination via a technical memorandum for the CatEx files. It is assumed that no technical noise analysis is included. 6. Historic Resources A. Perform a literature review to determine the potentially historic properties within the project study area. This information, along with the alternative design will be utilized to determine the Area of Potential Effect (APE), in consultation with the City and CDOT. B. Conduct a field survey and historic research to determine the potential for historic properties within the APE. DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB Work Order 1 Scope of Work – Draft Preliminary Engineering Phase Wilson & Company, Inc. Engineers & Architects Page 7 of 7 C. Prepare an estimated ten (10) OAHP site forms to document historic eligibility recommendations. Prepare an overall historic report summarizing the project, methodology, historic context, and results of the survey and historic eligibility recommendations. D. Prepare Section 106 correspondence and Section 4(f) de minimis evaluation. 7. CDPS Permit – if it is determined that more than one acre of disturbance is necessary for the improvements, prepare documentation for the CDPS permit. 8. City Ordinances – Coordinate with City staff and document compliance with City Ordinances. 9. Exclusions and potential for future work. A. Two ESA’s are included in the scope above. Additional ESA’s may be required based on the number of acquisitions required by the selected design. B. 404 Permit is not included at this time, but may become necessary if required by the selected design. C. Additional historic clearance scope may be required as the work progresses, dependent upon the selected design and determination of eligible historic properties. D. CDOT will provide the following resource documentation for the Categorical Exclusion: i. Archaeology ii. Paleontology iii. Threatened and Endangered Species DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB Project Number: RFP 9082 WO # 1 Description: College & Trilby Intersection Improvements Design City Project Manager: Tracy Dyer, PE Wilson Project Manager: Scott Waterman, PE DBE Subconsultant Pinyon Environmental Geocal TriUnity Total DBE Estimated Fee $ 81,860.00 Total Estimated Work Order 1 $ 412,783.00 DBE Percentage 19.8% Services Provided Estimated Fee Environmental Resource Documentation $ 16,482.00 Geotechnical Investigations Utility Coordination and S.U.E. $ 25,304.00 $ 40,074.00 DBE Goal 4/23/2020 DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB Project Number: RFP 9082 WO # 1 Description: College & Trilby Intersection Improvements Design E/TS-XXV E/TS-XIX E/TS-IX E/TS-VII E/TS-IV E/TS-XV E/TS-XV A/G/M-V A/G/M-IV City Project Manager: Tracy Dyer, PE Wilson Project Manager: Scott Waterman, PE A. Project Management (Schedule, Meetings, Coordination) (20 weeks assumed for Preliminary Design) i. General Project Management (4 hours / week 2 PM, 2 PE) 30 50 888 88 ii. Weekly Project Management Meetings with City PM 20 20 40 40 iii. Monthly Project Coordination Meetings with City Staff (4 Assumed) 16 32 4 4 56 19 20 56 151 B. Review Provided Survey and Develop Base Mapping 16 16 32 32 C. Communicate/Coordinate with Utility Companies and City Utilities (included in S.U.E.) D. Provide Assistance with Historic Properties (Included in NEPA) 66 118 16 4 4 8 216 19 20 56 311 A. Alternatives Analysis including Exhibits 16 4 100 60 40 220 80 44 344 B. Intersection Design and Transitions/Safety and Access Improvements 12 4 60 20 24 120 120 C. Traffic Signal Design 24 4 28 28 D. Property Impacts/Acquisition Needs (including TE/PE) 16 60 8 84 25 109 E. Drainage and Water Quality Analysis 220 220 F. Multi-Modal Design - Pedestrian and Bike Facilities 24 8 8 40 34 74 G. Geotechnical Investigation , Analysis and Pavement Recommendations Report 4 4 156 160 H. Urban Design, Landscaping and Irrigation 210 12 113 125 I. Proejct Delivery Selection Analysis 16 32 48 48 J. FIR Plans, Specs and Estimate 416804040 180 180 K. FIR Review Meeting 48 4 16 16 70 24 402 128 124 4 752 193 78 156 220 25 1424 136 24 520 128 140 8 4 8 968 212 98 156 276 1735 36 36 A-K. Utility Coordination Meetings 16 16 66 82 L. Engineer's estimate for utility relocations 12 12 M. Prepare Utility Project Special Provision 12 12 N. FIR Meeting 4 4 A. Utility Designating 24 24 B. Utility Survey Coordination 4 4 24 28 C. Prepare S.U.E. Plans for FIR 4 4 94 98 24 24 272 296 240 4082 82 24 24 24 44 4 12 6 44 26 44 8 8 10 72 4 40 126 6 4 4 140 18 20 38 A. Coordinate all environmental tasks to accomplish front page of Form 128 20 20 40 40 B. Coordination Meetings 88 8 44 8 63 71 22 4 26 30 436 40 40 22 12 14 10 10 20 336 356 88 8 44 8 8 54 84 138 354 121 613 Phase A Subtotal 136 24 520 128 140 8 4 8 968 212 98 156 276 0 0 0 1710 Phase B Subtotal 24 24000000272 296 Phase C Subtotal 10 72 4 40 1266404000 140 Phase D Subtotal 5484 13800003541210 613 146 24 616 128 140 66 88 40 8 1256 218 102 156 280 354 121 272 2759 Hourly Rate by Employee & Rate Classification $ 290 $ 240 $ 140 $ 130 $ 90 $ 200 $ 200 $ 125 $ 110 Employee Cost Subtotal $ 42,340 $ 5,760 $ 86,240 $ 16,640 $ 12,600 $ 13,200 $ 17,600 $ 5,000 $ 880 $200,260 $ 28,920 $ 19,560 $ 25,304 $ 38,160 $ 39,373 $ 16,482 $ 40,074 $ 2,650 Expenses $ 2,000.00 $202,260 $ 210,523 Work Order 1 Total $412,783 Trilby & College Intersection Improvements BHA Design, Inc. Task Task Task Description Name Extension Name Extension Name Extension Aqua Eng Extension Hours Amount Name Principal PM Designer Irrig Design Rate $155.00 $125.00 $100.00 $125.00 Conceptual Design Phase $13,725 Attend kick-off meeting with City, County and Project Team 2 $310.00 2 $250.00 $0.00 $0.00 4 $560.00 Conduct site visit, existing tree inventory, prepare photo inventory of existing conditions 1 $155.00 1 $125.00 6 $750.00 $0.00 8 $1,030.00 Prepare 2 urban design/landscape concepts for the project 2 $310.00 12 $1,500.00 16 $2,000.00 $0.00 30 $3,810.00 Prepare renderings, graphics for use in public meetings, and with boards/commissions 6 $930.00 12 $1,500.00 24 $3,000.00 $0.00 42 $5,430.00 Attend 1 public open house meeting 3 $465.00 3 $375.00 $0.00 $0.00 6 $840.00 Attend progress/coordination meetings (BHA - 3 meetings, Aqua - 1 meeting) 6 $930.00 6 $750.00 $0.00 3 $375.00 15 $2,055.00 Preliminary Engineering Plans (30% Design - FIR) $14,545 Coordinate with Team and City to determine preferred alternative from Conceptual Design Phase 2 $310.00 2 $250.00 $0.00 $0.00 4 $560.00 Preliminary coord with APP staff to select artist and identify opportunities for public art 1 $155.00 5 $625.00 $0.00 $0.00 6 $780.00 Prepare Preliminary Urban Design Plan, Landscape Plan and Irrig Plan for the preferred alternative 6 $930.00 12 $1,500.00 32 $4,000.00 16 $2,000.00 66 $8,430.00 Assist with Opinion of Cost for landscape/irr items $0.00 2 $250.00 6 $750.00 3 $375.00 11 $1,375.00 Prepare FIR level CDOT specifications for urban design/landscape/irrigation items 1 $155.00 2 $250.00 $0.00 2 $250.00 5 $655.00 Update renderings, graphics for use in public open house $0.00 2 $250.00 4 $500.00 $0.00 6 $750.00 Attend 1 public open house meeting $0.00 3 $375.00 $0.00 $0.00 3 $375.00 Attend 2 progress/coordination meetings (includes one FIR Meeting) 4 $620.00 8 $1,000.00 $0.00 $0.00 12 $1,620.00 Total Hours 34 72 88 24 218 Total Amount $5,270.00 $9,000.00 $11,000.00 $3,000.00 $28,270.00 Estimate of Reimbursable Expenses $650.00 Total Fee $28,920.00 Notes: 1 Our understanding of the project is based on the conceptual plan provided by Wilson & Co titled "200402_Trilby Acquisitions and Walls Draft_reduced" - emailed to BHA by Scott Waterman on 4/2/2020 2 BHA's scope includes urban design, landscape design and irrigation design services 3 Aqua Engineering, acting as a subconsultant to BHA, will provide irrigation design services 4 Structural design services are excluded (structural engineer will need to include structural design for retaining walls, ped rails, art foundations, ornamental light footings, and other urban design elements) 5 Electric/Lighting design services are excluded 6 Design services for areas outside of public ROW are excluded. Is this accurate? 7 BHA will design, detail and specify pedestrian hardscape in enhanced street corners at Trilby/College intersection 8 Sidewalk, cross-walks, splashblocks and median cover will be designed by others 9 Scope assumes the project meetings will take place in Fort Collins or be web based meetings This is accurate for this phase of work. DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB 1624 Market Street | Suite 202 | Denver, CO 80202 Phone: 303.652.3571 | www.FoxTuttle.com College and Trilby Intersection Improvement Project Proposal Fox Tuttle Staffing and Fee Estimate By Task (Billing Rate Sheet attached) Traffic Study Items to include:  Traffic Engineering  Data Compilation and Collection  Design Year Projections  Operational Modeling (Synchro/HCM) 36 Hours Steve Tuttle ‐ Principal I $7,200 8 Hours Alicia Zimmerman – Transportation Engineer II $1,240 Multimodal Design 16 Hours Bill Fox – Principal II $3,360 18 Hours Alicia Zimmerman – Transportation Engineer II $2,790 Meetings (attendance and preparation) to include:  4 Team meetings  1 Public Open House meeting 10 Hours Bill Fox – Principal II $2,100 10 Hours Steve Tuttle – Principal I $2,000 4 Hours Alicia Zimmerman – Transportation Engineer II $620 Total Staff Time, Expenses and Fee: 90 Hours $19,310 Travel Expenses: $250 Total Fee: $19,560 DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB 7290 South Fraser Street I Centennial, Colorado 80112-4286 I Phone: 303-337-0338 I website: geocal.us April 4, 2020 Scott Waterman, P.E. Vice President Wilson & Company, Inc. 1675 Broadway Suite 200 Denver, CO 80202 RE: Geotechnical Engineering Services Proposal College Avenue & Trilby Road Borings for Pavement Design City of Fort Collins, Colorado Dear Scott: This letter contains our scope of work and costs to provide geotechnical services for the College Avenue and Trilby Road Intersection Project for the City of Fort Collins, Colorado. We understand that new pavements are proposed for 2700 feet along College Avenue and 1800 feet along Trilby Road with distances centered on the intersection. Site Geology Published mapping indicates that the surficial soils near the project site consist of eolium/loess (Qe). These soils are deposits of reddish-brown to gray, windblown clay, silt, and sand with occasional lenses of coarse- grained sand and pebbles. This unit can be up to 15 feet thick but is more commonly found to be less than 3 feet thick. Not denoted on map but may be present. Area near project appears to have been graded for commercial development. Bedrock near the project site consists of Pierre Shale, specifically the upper shale member (Kpu). The upper shale member consists of gray, silty shale with some areas of friable, shaley sandstone. The west side of the project area sits near the base of the upper shale member which indicates that portions of the Richard Sandstone Member (Kprl) may be encountered during drilling. This sandstone unit consists of clayey, micaceous sandstone and siltstone. The depth to bedrock is estimated to be between 5 feet and 15 feet depending on the amount of surficial construction and regrading. Bedrock outcrops near the site. Groundwater is estimated to be within approximately 10 feet of the ground surface (on top of bedrock). The shale bedrock acts as a confining layer. Geotechnical Scope of Work The proposed geotechnical scope of work is summarized as follows. • A total of 14 borings are proposed for drilling: 8 along College Avenue and 6 along Trilby Road. The borings will be advanced to 5 feet to 10 feet deep or as needed to characterize the soil profile within DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB Scott Waterman, PE Geotechnical Engineering Services College Ave. & Trilby Rd. Borings for Pavement Design April 4, 2020 Page 2 of 3 the zone of planned construction. Geotechnical penetration samples and composite bulk samples will be collected from the borings. The borings will be drilled within 2 business days. • Right of Way (ROW) access permits will be obtained through the City of Fort Collins, and the permit application will contain a proposed traffic control plan. We should be notified of any additional permitting entities upon Notice-to-Proceed. • We will assist the drilling contractor with UNCC utility locates prior to drilling, and we have assumed that some utility site meets and boring location adjustments will be required prior to drilling, based on our previous work in the area and potential for utilities to be extensive. • The borings will be drilled using 6-inch diameter solid-stem augers and the thickness of the existing asphalt pavement and base material (if present) will be measured. We will also take measurements of groundwater level and depth to bedrock if encountered. • The borings will be backfilled using cuttings and make-up soils compacted with the weight of the drill rig. Pavement areas will be patched with compacted asphalt cold patch to 9 inches thick or to the thickness of the existing pavement section whichever is greater. • Soils (and bedrock if encountered) will be sampled with Modified California and split spoon samplers using procedures similar to ASTM D1586. Disturbed bulk samples will be collected from each of the pavement borings within about the upper 5 feet and possibly through the full depth. • A laboratory testing program will be conducted to evaluate the engineering classification, strength, compressibility or swell characteristics, and other engineering properties for the soils/bedrock encountered. Only uncontaminated soils will be laboratory tested for engineering properties, and our field personnel will rely on the environmental consultant to identify material suitable for laboratory testing. • An estimate of the type and number of tests anticipated is shown below. Laboratory Test Estimated Quantity Moisture Content/Unit Weight 8 Swell-Compression 4 R-value 4 Gradations 8 Liquid & Plastic Limits 8 Water Soluble Sulfate 4 • The results of the field and laboratory investigations will be used to develop an engineering report with the field and laboratory test results, and pavement design recommendations for College Avenue and Trilby Road using AASHTO M-E software following 2019 CDOT pavement design manual. Our geotechnical report will include geologic conditions, earthwork and excavation parameters, pavement design, and other geotechnical issues for design and construction of the proposed roadway improvements. • Our draft report will be submitted for review by the client and City of Fort Collings, and the final report will be submitted once comments have been received. Our field, laboratory, analyses, and report DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB Scott Waterman, PE Geotechnical Engineering Services College Ave. & Trilby Rd. Borings for Pavement Design April 4, 2020 Page 3 of 3 preparation activities will be done under the supervision of a Colorado Registered Professional Engineer. Proposed Schedule and Fee We will initiate field activity within 10 working days of notice-to-proceed, with the initial item being ROW permit application to the City to be on the corridor. After the permit is approved and received from the City, the borings will be staked, and utilities cleared. We estimate that our drilling program will require 2 days. Our proposed not-to-exceed fee to conduct the field work, laboratory testing, engineering analyses and report preparation is estimated at $25,303.60, as summarized on the attached Table 1. A draft report should be available within about 8 weeks after notice to proceed. Specific times may vary somewhat if weather conditions or permitting issues delay our work. In any case, we will keep you informed of our progress and any available information. We look forward to working with you on this project and thank you for the opportunity to provide this scope and fee. If you have any questions or if we can be of further service, please feel free to give me a call at (303) 337- 0338. Sincerely, Nur Hossain, Ph.D., P.E. Principal Engineer AG-NH/P20.1945.028 Attached: Table 1 - Cost Estimate for Geotechnical Engineering Services DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB Item Unit Quantity Unit Price Amount Field Geologist: Pre-Drill Activity Obtain City & County of Denver Access, Denver Parks and Recreation access, coordinate access with drilling and Denver Parks Hour 4 $ 100.00 $ 400.00 Stake boring locations & alternates; clear UNCC ticketing (arrange ticketing through drill contractor). RT travel + site stake & recon + UNCC ticketing Hour 8 $ 100.00 $ 800.00 General pre-drill coordination (drill planning, schedule & coordinate with drillers, arrange & coordinate hazmat handling and transport, arrange & coordinate surveyor. Hour 4 $ 100.00 $ 400.00 Mileage (160 mi RT) Mile 160 $ 0.57 $ 91.20 Pre-trip equipment & supply load, post-drill cleanup, nightly stage and review logs/samples, replenish supplies and equipment Hour 4 $ 100.00 $ 400.00 Drill site activities including logging, clean-up and site recon, mob/demob Hour 16 $ 100.00 $ 1,600.00 Project RT travel Hour 8 $ 100.00 $ 800.00 Mileage (320 miles RT) Mile 320 $ 0.57 $ 182.40 Laboratory Testing - estimated quantity needed Lab Technician Each 50 $ 80.00 $ 4,000.00 Lab Manager Each 10 $ 100.00 $ 1,000.00 Analysis & Report Preparation Field Geologist - draft logs and location map, import lab data, write up site conditions/geology and subsurface exploration report sections Hour 18 $ 100.00 $ 1,800.00 Project Engineer - data analysis, pavement design, draft/final report Hour 40 $ 120.00 $ 4,800.00 Project Manager - geotechnical drilling program, progress reports, coordinate field activity, meetings with City and Stakeholders, draft and final reports Hour 8 $ 188.00 $ 1,504.00 Principal In Charge - quality review Hour 2 $ 238.00 $ 476.00 . Geotechnical Total: $ 18,253.60 Other Direct Costs Mob/demob travel (included in hourly rate), 1 day Hour 6 $ 175.00 $ 1,050.00 Utility clearance Hour 4 $ 85.00 $ 340.00 Drill Operations including mob/demob: Hollow-stem auger drill 14 borings Hour 16 $ 175.00 $ 2,800.00 Asphalt Cold Patch Bag 10 $ 10.00 $ 100.00 Traffic control plans Each 2 $ 150.00 $ 300.00 Crew unit operations, (TCS, 2-Flaggers), mob/demob Hour 18 $ 130.00 $ 2,340.00 Equipment rental (signs & cones package average). Day 2 $ 60.00 $ 120.00 Geotechnical Engineering Total: $ 25,303.60 W:\Business Development\Proposals\Wilson & Co\2020 Proposals\College & Trilby Intersection Improvements\Pavement Borings Scope and Cost Table 1 - Cost Estimate for Geotechnical Engineering Services College Ave & Trilby Rd - Pavement Investigations Only City of Fort Collins, Colorado GEOCAL: (P20.1945.028) Drill 14 borings for geotechnical recommendations for pavement design. Borings will be drilled to 5 feet to 10 feet below grade. Geocal Field Engineering from Centennial, Traffic Control from Loveland, Drilling contractor from Denver. Field work to be completed within 2 days. Field Geologist: Drilling Supervision & Directly Related Sub-Contracted Drilling and Environmental Precautions (Billed at cost) Sub-Contracted Traffic Control (Billed at cost) ASSUMPTIONS: (1) City of Fort Collins is the only applicable permitting authority with no permit fees to be assessed. (2) Assume boring will require traffic control with flaggers. Work zone will be selected to avoid blocking intersection or influencing signals. (3) Boring to be backfilled with cuttings and makeup sand immediately after drilling, pavement patched using asphalt cold patch . (4) Geocal will not conduct pavement condition surveys (5) No wells will be placed in any boring; groundwater observations will be made at time of drilling, prior to backfill. DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB Trilby and College 30% Drainage Design Scope – Interwest The drainage facilities at Trilby and College will be upgraded with the roadway project. There are no storm sewer pipes or inlets within the intersection. Trilby slopes from west to east and College slopes from south to north with south to north crosspans at the intersection today. These crosspans will need to be removed to meet LCUASS standards and, as importantly, to provide a comfortable and safe ride for Trilby through traffic. Storm sewer pipes in the vicinity include:  A drainage crossing from south to north 300’ west of College (running through the church property and into the church detention and water quality pond).  Twin 24” pipes that cross west to east under College 500’ north of Trilby. This pipe ultimately drains to the Prairie Dog Meadow Natural Area (City of Fort Collins).  There is a storm sewer system in Rick Drive 500’ south of the intersection (and uphill of the intersection). This system discharges at the east end of Rick Drive into private property. It appears this system is relatively new, and the design plans will be reviewed with the City upon award of the project.  There are no storm pipes in Trilby east of the intersection. The intersection will ideally have standard inlets installed on College Avenue on the north and south side of the upgraded intersection so that the crosspans can be removed. The most likely outfall for these new inlets will be the twin pipes to the north. It may be possible to “buck grade” and take the south inlets to the system in Rick Drive to divert some of the flows away from the system to the north. This southerly option will be explored by the design team in coordination with the City Stormwater Department. It will be very difficult to provide any stormwater detention for the roadway widening – there are no apparent locations outside of the right of way to install a new detention pond or other facility. The project will widen the road but will also install landscape medians and tree lawns. The overall increase of impervious area for the intersection project will likely be negligible when one compares it to the overall drainage basin for the area. Water quality facilities will be required by both CDOT Region 4 and the City Stormwater Department. This will likely be provided with water quality vault structures, or minor rain gardens in the parkways. The design will focus on minimizing the number of locations where water quality facilities are located and frequency and difficulty of maintenance. The tasks and anticipated effort for Interwest are shown below. Interwest will design the storm sewers for the project (plan view layout in CAD, rims, inverts, pipe sizes and slopes), but we have found it easier for the prime consultant to draft the plan and profiles for consistency of the documents. DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB Interwest ‐ Trilby and College 30% Drainage Design MPO SW ES Task $ 145 $ 135 $ 130 Research Development Drainage Reports and Master Plan 16 32 $ 6,480 Develop Conceptual Drainage Map, Storm Sewer Plan, Water Quality Facilities 16 4 48 $ 9,100 30% Drainage Report for FIR 16 4 88 $ 14,300 Meetings Through 30% Design 32 4 20 $ 7,780 80 12 188 Reimbursable Expenses (Allowance) $ 500 Total $ 38,160 DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB College & Trilby Intersection Improvements City of Fort Collins, Public Works Historic Survey Section 106 Coordination Scope of Services and Fee Updated April 3, 2020 1. Mead & Hunt Information Mead & Hunt, Inc. 1743 Wazee Street, Suite 400 Denver, CO 80202 303-729-3777 Dianna Litvak, Senior Historian/Project Manager This scope of services will provide historical survey services to Wilson & Company and the City of Fort Collins for the above-referenced project. 2. Project Understanding The College & Trilby Intersection improvements project will require coordination with the City of Fort Collins (the City), Colorado Department of Transportation (CDOT), and the State Historic Preservation Office (SHPO) to comply with Section 106 of the National Historic Preservation Act (Section 106) and Section 4(f) of the US DOT Act (Section 4(f)). The project will take place at the intersection of College Avenue and Trilby Road and will include determining the eligibility of historic resources for listing on the National Register of Historic Places (National Register). The project will be funded using federal funds which requires CDOT oversight and approval. To assist in compliance with Section 106, historical coordination by Mead & Hunt for this project include the identification and survey of potential historic properties and documentation that meets the standards of the Office of Archaeology and Historic Preservation (OAHP) and the CDOT. Mead & Hunt’s understanding of this project is based on the following: • Conceptual drawing and preliminary plans (provided by Wilson April 3, 2020), which are subject to change; • Scoping discussion with Jon Chesser, Wilson on April 3, 2020. • Google Earth aerials and street view; • A search of the Compass database of the OAHP for previous surveys and historic properties recorded in or near the project area, which yielded no results; and • Larimer County Assessor data for build dates and subdivision plats for properties within the project area. Initial investigations of the Larimer County Assessor’s data and Office of Archaeology and Historic Preservation (OAHP) Compass database revealed numerous potential historic properties near the intersection. The construction date of 1975 and earlier provides the City with DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB historic survey for properties that are 45 years or older to allow for the programming and construction of the project as late as 2025. Current conceptual plans include partial or full acquisitions from sixteen properties on the four quadrants of the intersection. The build dates of these properties were researched to determine which were built in or before 1975. The results found six residential and commercial properties built in or before 1975, one residence built in 1975 in the Lynn Acres Subdivision, and four residences in the Trilby Heights Subdivision built between 1965 and 1975. Additionally, three linear properties (College Avenue/US 287, Trilby Road, and the Louden Ditch) are present within the project area. This scope assumes the following properties will be surveyed on the appropriate OAHP Form: Site Address/Name Property Type Year Built OAHP Form 1. 6530 S College Ave Residential Commercial 1945 1950 Architectural Inventory Form 2. 6540 S College Ave Residential Commercial Residential 1945 1987 1961 Architectural Inventory Form 3. 6605 S College Ave Residential 1902 Architectural Inventory Form 4. 6617 S College Ave Commercial 1956 Architectural Inventory Form 5. 125 W Trilby Rd Residential Commercial 1963 1990 Architectural Inventory Form 6. 128 W Trilby Rd Commercial 1935 Architectural Inventory Form 7. Trilby Heights Subdivision Subdivision 1965- 1970s Post World War II Subdivision Form 8. Lynn Acres Subdivision Subdivision 1970s Post World War II Subdivision Form 9. College Avenue/US 287 Historic Highway 1900s Management Data Form/Linear Component Form 10. Trilby Road County Road 1900s Management Data Form/Linear Component Form Louden Ditch will not be surveyed because road improvements tie back into the existing roadway before the ditch crosses West Trilby Road. Task 1: Literature review/Develop Area of Potential Effect/Coordinate with Project Team Conduct a literature review to gather historic research that pertains to the project area to inform the delineation of the Area of Potential Effect (APE) and field survey efforts. The APE is the geographic area within which the undertaking may cause indirect or direct alterations in the character or use of historic properties. Historic properties may include structures, bridges, linear resources such as irrigation ditches, roads, and transmission lines, and any man-made structures 50 years or more in age (built in 1975 or earlier). The APE will be provided as a graphic to be reviewed by CDOT and SHPO as part of the Section 106 consultation. Our assumption of the draft APE is based on the Project Understanding and current conceptual plans that indicate acquisitions and easements on the four quadrants of the intersection. These plans may change as the project gets underway, requiring a re-evaluation of the properties that should be surveyed within the APE. Mead & Hunt will coordinate any questions or concerns regarding the APE with Wilson, the City, and CDOT. Task 2: Field Survey—Conduct Site Visit and Historic Research Conduct site specific historic research including contacting local museums and libraries for resources within the APE. Complete an intensive-level field survey to photograph and document physical information on the potential historic properties within the APE. Physical information that will be collected includes property type and subtype classification, stylistic influences, construction date, integrity issues, and other data to complete the required OAHP Form as outlined in the Project Understanding depending on the property type. Task 3: Prepare 10 site forms with determinations of eligibility, including attachments and survey report Prepare OAHP site forms for potential historic properties within the APE with NRHP eligibility recommendations and the required attachments (photographs, USGS quad map, sketch map and GIS shape files). Prepare a survey report summarizing the project, survey methodology, historic context, and results of the survey. Submit electronic copy of the draft survey report and site forms in PDF format for review. Mead & Hunt will address comments and revise the report based on Wilson, City, and CDOT comments and provide a final version under Task 4. Task 4: Prepare Section 106 correspondence and Section 4(f) de minimis evaluation Mead & Hunt will summarize Section 106 eligibility and effect determinations in a letter for CDOT to submit to SHPO and Section 106 consulting parties for comment. The letter will include effect determinations for all properties, and assumes the need for a Section 4(f) de minimis evaluation. Task 5: Project Management Participate in up to three teleconferences with Wilson, the City, and CDOT. Prepare meeting minutes and submit monthly progress reports and invoices. 4. Responsibilities of Wilson Our Scope of Services and Compensation are based on Wilson performing or providing the following: • A designated representative with complete authority to transmit instructions and information, receive information, interpret policy, and define decisions. DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB • Access to the project site, including right of entry, if required. • Available data, drawings, and information related to the project. • Protection of Mead & Hunt-supplied digital information or data, if any, from contamination, misuse, or changes. • Delivery of draft and final project submittals to the City, CDOT, and SHPO and provide comments on draft submittals back to Mead & Hunt. 5. Work Not Included in the Scope of Services The following items are excluded from this agreement and will be provided by Wilson or provided by Mead & Hunt as an Additional Service only as authorized by Wilson: • Adverse effect coordination or mitigation, including Documentation of Adverse Effect and execution of a Memorandum of Agreement (MOA) by signatories and consulting parties. • Individual or programmatic Section 4(f) evaluations for historic properties. • Archaeological survey and evaluation. 6. Compensation The work described under the Scope of Services will be performed on a time-and-expense basis and a not to exceed amount of $39,373. Please refer to the attached cost estimate for more details on the fee and expenses. 7. Schedule The schedule will be determined after Notice to Proceed has been provided, and will consider project milestones to meet the deadlines established by Wilson, the City, and CDOT. DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB College Avenue and Trilby Road Historic Survey Fort Collins, Larimer County, Colorado City of Fort Collins/Wilson & Company, Inc EMPLOYEE HOURS ACTIVITY SENIOR HISTORIAN ARCHITECTURAL HISTORIAN TECHNICAL EDITOR II GIS TECH TOTAL Task 1: Database Search/Lit Review/delineate APE 8 12 2 22 Task 2: Field Survey, Conduct site visit and Historic Research 4 48 52 Task 3: Prepare 6 Individual Site Forms and attachments 8 48 8 12 76 Prepare 2 linear property forms (College and Trilby) 4 16 2 4 26 Prepare 2 subdivision forms (Lynn Acres and Trilby Heights) 4 40 4 4 52 Prepare Survey Report/Historic Context 4 60 4 0 68 Task 4: Section 106 correspondence and de minimis evaluation 12 24 2 2 40 Task 5: Project Management and Planning Meetings 8 8 2 18 Totals: 52 256 22 24 354 COMPUTATION OF FEES HOURS RATE SALARY *Direct Expenses SENIOR HISTORIAN 52 $172 $8,944 mileage $104 (200 @ .52/mile) ARCHITECTURAL HISTORIAN 256 $100 $25,600 OAHP file search/ scans $120 GIS TECHNICIAN 24 $100 $2,400 parking fees $15 TECHNICAL EDITOR II 22 $95 $2,090 research fees $100 354 Total $339 48,314 TOTAL SALARY $39,034 DIRECT EXPENSES* $339 TOTAL $39,373 College and Trilby Hours DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB April 3, 2020 Jon Chesser Wilson & Company, Inc. 1675 Broadway, Suite 200 Denver, CO 80202 Subject: Proposal for College and Trilby Intersection Improvements, College Avenue and Trilby Road, City of Fort Collins, Larimer County, Colorado Dear Mr. Chesser: Pinyon Environmental, Inc. (Pinyon), is pleased to present this proposal for environmental services for the completion of the College and Trilby Intersection Improvements project. Pinyon understands that the City of Fort Collins in coordination with Colorado Department of Transportation (CDOT) is planning to improve this intersection to improve safety and multimodal transportation. It has been determined that a National Environmental Policy Act (NEPA) study is required; the level of study required is assumed to be a Categorical Exclusion (CatEx). For this project, Pinyon will support the project by completing technical studies for noise, hazardous materials and biological resources as outlined in Attachment A. Pinyon assumes that each deliverable will have three rounds of review/revision/comment: the first by the Wilson & Company, Inc. (Wilson), second by City of Fort Collins, and the third by CDOT. Details regarding Pinyon’s estimated scope of work, assumptions, and deliverables are presented in Attachment A. The estimated cost to complete this project, in accordance with the outlined services, will be approximately $16,481.80 (Attachment B). Pinyon will invoice on a time and materials basis, in accordance with our Master Service Agreement CDOT rates. The authorized amount will not be exceeded without prior approval. The project duration is assumed to be 8 months or less; if the project duration is extended, a change order may be required. Should the project be delayed for six months or more, this scope will need to be reexamined in light of changing practices and the fee will need to be revised if Pinyon’s rates have changed in that time period. To authorize the outlined scope of services, please issue a subconsultant agreement for review and execution. Should you have any questions or require additional information, please do not hesitate to call. Thank you for considering Pinyon for your environmental consulting needs. Sincerely, PINYON ENVIRONMENTAL, INC Robyn A. Kullas NEPA and Planning Technical Group Manager File Location: Z:\Proposals\2020 Proposals\Transportation\Ft. Collins - Engineering Design & Support for College & Trilby Intersection Improvements-MULTIPLE\Wilson 120037800P.0001\College_Tribly_Proposal_033120.docx DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB Attachment A Proposal f or College and Trilby I n tersection Improvements Page | 2 Assumptions: Wilson will provide up to a scoping level of plans (e.g., 15% that encompasses the maximum project disturbance footprint) as well as a geospatially referenced file (i.e., Google Earth, shapefile, AutoCAD) of the study area so that Pinyon, Wilson, and City of Fort Collins can agree on the study area boundaries prior to any field work being completed. It is assumed that Pinyon will follow CDOT processes unless otherwise noted. Some deliverables are design dependent as an impact evaluation is required and may not be available until or after design plans have been significantly advanced. After field work is completed, Pinyon will provide geospatial data of the relevant features to Wilson for confirmation that all areas of impact are within the study area and ultimately for impact assessment. The following tasks and assumptions were developed using Pinyon’s professional judgement and Pinyon’s knowledge of the corridor and environmental context. This scope, and associated fee, are preliminary and are subject to final scoping with CDOT and the City of Fort Collins. Further, additional revision and/or refinement may be necessary as design advancement and design decisions are made. Task Scope of Work Summary Deliverables General Project Management General project management, contract administration, invoicing, etc. The kick-off meeting will be attended in person. Project duration is assumed to be 8 months. Kick-off meeting (1) Monthly invoices Progress reports Project Resources that Pinyon will Provide Noise Based on scope of project, no impacts or evaluations are required as the project does not meet the criteria for a Type I noise analysis. Pinyon will document the Type III project determination in a brief memo to file. Type III Memo to file Hazardous Materials Pinyon will complete an Initial Site Assessment (ISA), which will include a database review. The focus of the ISA will be areas where ground disturbances are anticipated. Up to two asbestos and 20 lead paint samples may be collected. No soil or water testing is anticipated at this time (if determined necessary, a change order would be required). Pinyon will complete up to two Phase I Environmental Site Assessments (ESA) in accordance with ASTM Standard E-1527-13 and meeting the United States Environmental Protection Agency All Appropriate Inquiry (AAI) rule. A site visit will be conducted by one resource specialist over a one-day period for the ISA and the two Phase I ESAs. Assumes 1 database report for both Phase I’s. ISA Asbestos/ Lead Based Paint Samples and Results documented in ISA Phase I ESA (2) Database Report (2) Biological Resources Field Work Pinyon, Wilson and City of Fort Collins will agree on the study area boundaries prior to any field work being completed—this will help focus the study areas and refine the work to avoid future change orders. GIS Shapefiles DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB Attachment A Proposal f or College and Trilby I n tersection Improvements Page | 3 Task Scope of Work Summary Deliverables The field survey will be completed by one Pinyon biologist in a one-day period. Field surveys for biological resources will be completed concurrently. For this project, Pinyon biologists will survey for: wetlands/non-wetland waters, vegetation and noxious weeds, SB 40 resources, migratory birds and raptors. Geographic Information System (GIS) data will be provided for incorporation into the project plans, and for impact analysis during advanced design. Pinyon assumes that Wilson will calculate impacts using the provided GIS data. Wetlands/ Waters of the US Pinyon will complete a wetlands/waters of the US delineation in accordance with US Army Corps of Engineers (USACE) and CDOT protocols, where disturbances are expected (e.g., within the project footprint, and along presumed access/haul roads and staging areas). Wilson will provide these study areas prior to field surveys. Fees for the survey are included with the field work task. GIS data will be provided for incorporation into the project plans, and for impact analysis during advanced design. Pinyon assumes that Wilson will calculate wetland impacts (if any) using the provided GIS data. Pinyon will document the existing conditions regarding wetlands in the Biological Technical Memorandum (BTM). Pinyon anticipates the project would result in no permanent impacts to wetlands. Pinyon assumes the project will not require a USACE Nationwide Permit (NWP) or an Individual Permit; therefore, a Pre-construction Notification (PCN) for submittal to the USACE will not be required. Documented in BTM GIS Shapefiles Vegetation and Noxious Weeds List A and B noxious weeds will be mapped, as applicable (i.e., if located in discrete locations); however, if the density of weeds is significant detailed mapping will be stopped, and recommendations regarding weed controls will be presented in the BTM. It is assumed that an Integrated Noxious Weed Management Plan (INWMP) will not be required for this project. If an INWMP is needed, additional scope and fee would be required. Documented in BTM SB 40 Resources Pinyon will evaluate SB 40 resources (if any) within the study area and will map SB 40 resources (riparian trees and shrubs) concurrently with the wetland field surveys. GIS shapefiles will be provided to Wilson for impact analysis/avoidance during advanced design. Pinyon assumes SB 40 resources will not be impacted by project improvements; therefore, an SB 40 Application will not be required. Documented in BTM GIS Shapefiles DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB Attachment A Proposal f or College and Trilby I n tersection Improvements Page | 4 Task Scope of Work Summary Deliverables Fish and Wildlife Pinyon will conduct a survey for raptors and other migratory birds within the prescribed buffer area/study area per Colorado Parks and Wildlife (CPW) guidelines. The results of the survey will be documented in the BTM. Pinyon assumes CDOT will evaluate habitat within the study area for federally and state-listed species. Therefore, a habitat survey and coordination with the US Fish and Wildlife Service (USFWS) is not included in this scope. Documented in BTM DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB Attachment B Proposal f or College and Trilby I n tersection Improvements Page | 5 Table 1. Estimated Fee Task Project Management Description Quantity Unit Rate Extension Labor Rates Project Manager I 14.0 hours $163.00 $2,282.00 Field Specialist / Project Assistant 6.0 hours $85.00 $510.00 Equipment/Material Unit Rates Truck/Van Mileage 120.0 $0.58 $69.60 Task Subtotal $2,861.60 Task Noise: Memo to File Description Quantity Unit Rate Extension Labor Rates Project Manager I 1.0 hour $163.00 $163.00 Scientist II 1.0 hour $150.00 $150.00 Scientist I 10.0 hours $125.00 $1,250.00 Task Subtotal $1,563.00 Task Hazardous Materials: Site Visit, ISA, Phase I ESA (2) Description Quantity Unit Rate Extension Labor Rates Project Manager I 4.0 hours $163.00 $652.00 Scientist II 6.0 hours $150.00 $900.00 Scientist 45.0 hours $115.00 $5,175.00 CAD/GIS Specialist I 8.0 hours $115.00 $920.00 Equipment/Material Unit Rates Truck/Van Mileage 120.0 each $0.58 $69.60 Laboratory Rates LBL Samples EMSL (3-day TAT) 10.0 samples $11.00 $110.00 Database Report 2.0 samples $330.00 $660.00 ACM Samples 10.0 samples $8.00 $80.00 Task Subtotal $8,566.60 Task Biological Resources: Site Visit and Biological Resources Technical Memorandum (excluding T&E) Description Quantity Unit Rate Extension Labor Rates Project Manager I 2.0 hours $163.00 $326.00 Scientist 18.0 hours $115.00 $2,070.00 Scientist II 2.0 hours $150.00 $300.00 CAD/GIS Specialist I 4.0 hours $115.00 $460.00 Equipment/Material Unit Rates Truck/Van Mileage 120.0 each $0.58 $69.60 Trimble GPS 1.0 each $225.00 $225.00 Field Visit 1.0 each $40.00 $40.00 DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB Attachment B Proposal f or College and Trilby I n tersection Improvements Page | 6 Task Subtotal $3,490.60 Project Total $16,481.80 DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB Page 1 of 2 College and Trilby Intersection Improvements City of Fort Collins Utility Coordination and Subsurface Utility Engineering Description of Scope April 8, 2020 Mr. Waterman: The following tasks outlined below are intended to summarize Triunity’s expectations of the scope of work necessary to support the Project Kickoff and Preliminary Engineering activities in Section III. A. 1 and 2 of the RFP documents. Project Management and Team Coordination - Fee Schedule Item 1 For this task Triunity anticipates a limited amount of effort in project startup/kickoff and coordination with the design team will be needed to align drafting standards and file sharing platforms. Triunity also anticipates 4 – 1-hour design development coordination meetings over the course of the Preliminary Engineering Phase. Utility Coordination - Fee Schedule Item 2 This task assumes one, 1-hour meeting per each utility owner plus meeting prep, travel time, minutes and brief follow up as needed to support the Preliminary Engineering phase of the project. Triunity anticipates scheduling meetings with several utility owners will be scheduled per trip to reduce travel and expenses. The need for additional on-site or in-person coordination meetings will be coordinated with the approval of the City Project Manager as needed. Subsurface Utility Engineering (SUE) – Fee Schedule Item 3 Triunity will utilize a separate private utility locating firm to designate existing public and private utilities. The attached scope and fee includes completion of the required Subsurface Utility Engineering notifications, collection and verification of available utility owner maps, oversight and management of the private utility locating effort, the City Utility department’s locating efforts, as well as coordination with the City’s survey crews to collect utility marks along with utility vault, manhole, and inlet data as required to prepare a complete set of subsurface utility engineering plans compliant with C.R.S 9-1.5. ASCE Quality Level B, C, and D subsurface utility data collected by the City’s survey staff will be compiled into a two-dimensional AutoCAD base file for use by the design team. Utility Designating (Kinetic) – Fee Schedule Item 4A Utility Designating will be performed by Kinetic per the attached scope and fee and billed as a direct cost. The fee includes designating all known utilities excluding City of Fort Collins owned utilities. City of Fort Collins utilities will not release mapping and only allows for self-performance of utility designating. Utility Designating will be limited to 1000’ in each direction of the College and Trilby intersection within public ROW. DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB College and Trilby Intersection Improvements Description of Scope April 8, 2020 Page 2 of 2 Exclusions Sanitary Service Laterals Quality Level B locations of sanitary service laterals are not included in the attached scope and fee. Where service lateral locations are impacted by the project, Quality Level B information can be collected using lateral launch cameras. This additional service is provided through subcontractors and billed as a direct cost. Irrigation Lines Quality Level B designation of commercial and residential irrigation systems in not included in the scope of work. Above ground features are assumed to have been collected as part of the initial design survey by the City. Potholes Utility Potholes (ASCE Quality Level A) are anticipated to be required at later stages of design development when pothole locations and quantities can be better defined and have not been included in the attached fee estimate. Rates associated with the potholing effort are available on request. Ground Penetrating Radar Ground Penetrating Radar is available through Kinetic if requested by the client, however it is not generally effective in most Colorado soil conditions and is currently not anticipated to be required for this project. 3D-Model 3D Modeling of existing utilities is not included in the scope of work. Tasks identified in Section III. A. 3, 4 & 5 Tasks listed in this section applicable to Utility Coordination, Potholing, Final Engineering Plans, and any other Utility related activity are anticipated to be addressed in a separate work order with the City. Please feel free to contact me with any questions regarding the above understanding of scope and exclusions. Kurt Snitker Utility Manager Triunity, Inc. Attachments: Triunity Fee dated 4-8-2020 (update Utility coordination hours, no fee change), Kinetic designating fee dated 4-2-2020, Kinetic GPR fee dated 4-3-2020 DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB City of Fort Collins - College and Trilby Intersection Improvements Triunity, Inc.: Fee Proposal - 4/8/2020 Base Scope Fee Code Notes/Assumptions Classification Sr. Project Manager Project Engineer II CAD Technician V Administrative Support Av Raw Rate $185.00 $120.00 $118.00 $85.00 1 Project Management & Coordination 1 A Project Startup 16 4 4 8 1 B Design Coordination Meetings Assumes 4 meetings 8 4 4 1 C Contract Administration 2 hr/month - 6 months 12 12 1 Project Management & Coordination Subtotal - Hours 36 8 8 8 12 0 2 Subtotal - Cost $4,404.00 $1,480 $960 $944 $1,020 $0 2 Utility Coordination Assumes 1 meeting each utility owner 2 A Utility Coordination - CenturyLink 6 2 4 2 B Utility Coordination - Comcast 6 2 4 2 C Utility Coordination - MCI 6 2 4 2 D Utility Coordination - PVREA 6 2 4 2 E Utiiltiy Coordination - Xcel 6 2 4 2 F Utility Coordination - Zayo 6 2 4 2 G Utility Coordination - CoFC Fiber 6 2 4 2 H Utility Coordination - CoFC Electric 6 2 4 2 I Utiiltiy Coordination - CoFC Water 6 2 4 2 J Utiiltiy Coordination - CoFC Sewer 6 2 4 2 K Utiiltiy Coordination - CoFC Traffic 6 2 4 2 L Cost Estimate 12 4 8 2 M Utility Spec 12 4 8 2 N FIR Meeting 4 4 1 Utility Coordination Subtotal - Hours 94 34 60 0 0 0 2 Subtotal - Cost $13,490.00 $6,290 $7,200 $0 $0 $0 3 Subsurface Utility Engineering 3 A Utility Designating Engineering Support only - See Direct Costs 24 24 3 B Utility Survey Engineering Support only - Survey by CoFC 24 24 3 C Prepare SUE Plans Excludes QL-A data 76 12 24 40 3 D QC Sue Plans 18 6 12 1 Subsurface Utility Engineering Subtotal - Hours 142 18 84 40 0 0 2 Subtotal - Cost $18,130.00 $3,330 $10,080 $4,720 $0 $0 4 Direct Costs 4 A Utility Designating See separate proposal from Kinetic 3,450 3,450 4 B Mileage Estimate 7 trips @ $0.575/mi 600 600 Direct Costs 0 0 0 0 0 5 Subtotal - Cost $4,050.00 $0 $0 $0 $0 $4,050 3 272 60 152 48 12 0 4 $40,074 $11,100 $18,240 $5,664 $1,020 $4,050 5 Additional Services Notes/Assumptions ODCs 5 A Ground Penetrating Radar See Kinetic Fee - 1000' ea direction 9,400 9,400 5 B Additional Services 0 0 0 0 0 5 Subtotal - Cost $9,400.00 $0 $0 $0 $0 $9,400 Notes/Assumptions: 1. Survey of Utilty Marks will be performed by the City of Fort Collins 2. Survey data will be processed by the City and provided in AutoCAD or Microstation with supporting survey data 3. Quality Level C field work, including MH measure downs, vault sizes, etc. will be completed by City survey staff in conjunction with Triunity field engineering support Kinetic Energy Services P.O. Box 530 Milliken, CO 80543 (720) 552-1221 Quote Valid Until: 05/01/2020 Quote Number : 2704193000004769008 BILL TO: Triunity 633 17th Street, Suite 1500 Denver, CO 80202 CLIENT:Triunity CONTACT: Ryan Stroh JOB NAME: College & Trilby SUE QL B Designation - Locates Kinetic Job Number: All Quantities are Estimated Actual Quantities To Be Invoiced S.No. Product Details Quantity List Price Total 1. Engineering Locates *Composite Rate* L101 1 $ 3,450.00 $ 3,450.00 Sub Total $ 3,450.00 Tax $ 0.00 Adjustment $ 0.00 Grand Total $ 3,450.00 Scope of Work: Locate entire Intersection to include 1000 feet in each direction Right of Way to Right of Way on all Streets. City of Fort Collins will not allow a 3rd party to locate their utilities. Kinetic will coordinate with them to locate their lines but cannot guarantee that they will respond and cannot guarantee the accuracy of their marks. City of Fort Collins will not release any utility mapping. All QL D mapping research will be delivered to client. EXCLUDES: Locates on Sanitary Sewer Service Lateral(s) due to their non-conductive nature, Marking with Chalk Paint and GPR Services. Terms & Conditions: Payment terms are Net 30. Past due invoices are subject to a late payment charge of 2.0% per month on any unpaid balances. Kinetic Industry is authorized to proceed with scope of work at above stated prices. Signature: Date: DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB Kinetic Energy Services P.O. Box 530 Milliken, CO 80543 (720) 552-1221 Quote Valid Until: 05/01/2020 Quote Number : 2704193000004769043 BILL TO: Triunity 633 17th Street, Suite 1500 Denver, CO 80202 CLIENT:Triunity CONTACT: Ryan Stroh JOB NAME: College & Trilby SUE QL B Designation GPR Only - Locates Kinetic Job Number: All Quantities are Estimated Actual Quantities To Be Invoiced S.No. Product Details Quantity List Price Total 1. Ground Penetrating Radar Scan Per Hour L111 20 $ 250.00 $ 5,000.00 2. Ground Penetrating Radar Post Process L111 7 $ 350.00 $ 2,450.00 3. Traffic Control L116 Required to safely complete job. 2 $ 975.00 $ 1,950.00 Sub Total $ 9,400.00 Tax $ 0.00 Adjustment $ 0.00 Grand Total $ 9,400.00 Scope of Work: Locate entire Intersection to include 1000 feet in each direction Right of Way to Right of Way on all Streets. City of Fort Collins will not allow a 3rd party to locate their utilities. This quote for GPR services only. Due to Colorado Soil Composition, GPR may be unsuccessful. EXCLUDES: Locates on Sanitary Sewer Service Lateral(s) due to their non-conductive nature, Marking with Chalk Paint Terms & Conditions: Payment terms are Net 30. Past due invoices are subject to a late payment charge of 2.0% per month on any unpaid balances. Kinetic Industry is authorized to proceed with scope of work at above stated prices. Signature: Date: DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB 4. Assume SUE plans on 6 sheets and General Notes 5. Potholes/Quality Level A information is not anticipated as part of the Preliminary Engineering phase ODCs Total Base Scope Hours Total Base Scope Cost DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB 3. Scope of Services After receipt of authorization to proceed, Mead & Hunt shall perform the following tasks: DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB Western States Wilson Expenses - Mileage and Miscellaneous Materials Wilson Subtotal Subconsultant Subtotal Work Order 1 Subtotals - Hours Phase D Subtotal - National Environmental Policy Act Special Requirements Phase B Subtotal - Subsurface Utility Engineering Task 4. Air Quality Phase C Subtotal - Public and Stakeholder Involvement Task 3. Biological Resources Phase D- National Environmental Policy Act Special Requirements Task 1. Task Management - CatEx Task 2. Hazardous Materials Task 5. Noise Task 6. Historic Resources Task 7. CDPS Permit Task 8. City Ordinances Phase C- Public and Stakeholder Involvement Task 1. Graphics Task 2. Property Owner Meetings (10) Task 3. Public Open House (1) Task 4. City Council Meetings (1) Eberhard Riddle Grabsztul Cook Wilson Hours Summary WORK ORDER 1 - ESTIMATED HOURS TO COMPLETE PRELIMINARY SCOPE OF SERVICES Total Hours TASK DESCRIPTION SUBCONSULTANTS Pinyon Triunity Mead and Hunt Interwest Geocal PRIME CONSULTANT - Wilson & Company Devos Zamarripa Hesse Fox Tuttle BHA Chesser Task 2. Utility Coordination Task 3. Subsurface Utility Engineering Task 2. Preliminary Engineering Waterman Task 1. Task Management and Team Coordination Phase B - Subsurface Utility Engineering Phase A Subtotal - Engineering Task 2 SUBTOTAL - Preliminary Engineering Task 1. Project Kick-off and Project Management Task 1 SUBTOTAL - Project Kick-off and Project Management Phase A - Engineering 4/23/2020 DocuSign Envelope ID: 9ABBA8E1-76DA-41C8-945F-AAB2DAC3DBBB