HomeMy WebLinkAboutCORRESPONDENCE - RFP - 9053 TIMBERLINE ROAD DESIGN - STETSON CREEK TO TRILBY ROAD (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
JUB ENGINEERS, INC.
WORK ORDER NUMBER: 2-400901760-20
PROJECT TITLE: Timberline Road Design, Stetson to Trilby
ORIGINAL BID/RFP NUMBER & NAME: 9053 Timberline Road Design, Stetson
Creek to Trilby Road
MASTER AGREEMENT EFFECTIVE DATE: January 14, 2020
WORK ORDER COMMENCEMENT DATE: August 13, 2020
WORK ORDER COMPLETION DATE: December 1, 2021
MAXIMUM FEE: (time and reimbursable direct costs): $425,455.00
PROJECT DESCRIPTION/SCOPE OF SERVICES: Final Design phase
Service Provider agrees to perform the services identified above and on the attached forms in
accordance with the terms and conditions contained herein and in the Master Agreement between
the parties. In the event of a conflict between or ambiguity in the terms of the Master Agreement
and this Work Order (including the attached forms) the Master Agreement shall control.
The attached forms consisting of ( ) 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:
Jeff Temple, PE - JUB
ACCEPTANCE: Date:
Nicole Hahn, Project Manager
REVIEWED: Date:
Elliot Dale, Senior Buyer
ACCEPTANCE: Date:
Gerry Paul, Purchasing Director
(if greater than $60,000)
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
9/8/2020
9/8/2020
9/8/2020
9/5/2020
J-U-B Engineers, Inc.
AGREEMENT FOR PROFESSIONAL SERVICES
FOR
9053 – Timberline Road Design – Stetson Creek to Trilby Road
City of Fort Collins, CO
Scope of Services, Schedule, and Basis of Fee
June 2020
PROJECT UNDERSTANDING
J-U-B Engineers provided the City with preliminary engineering design services (30% design – FIR), defining project
foot print, environmental review, drainage design, landscape design, and traffic analysis, for the Timberline Road
Improvements from Stetson Creek Drive to Trilby Road. The City has decided to retain J-U-B Engineers to provide
final design (90% design – FOR). The following scope outlines the tasks required to advance the FIR design and
deliverables to a final design level (FOR design).
Design of this project is being funded through local funds. Construction will be funded through a combination of
federal and local funds. Collaboration with various City departments, as well as Colorado Department of
Transportation, private utility and communication companies and adjacent land development owners will be
involved in the coordination / design process.
The Timberline Road design project involves widening Timberline road from the existing two lane roadway to four
lane arterial section with median islands, utility installations, sidewalks, bike facilities, landscaping, and street lights
from Stetson Creek to Trilby Road. The project will include interfacing with three traffic signals and the widening of
one structure.
This project will include coordination with a private development known as the Hansen Farms project, located on a
10-acre parcel north west of the Timberline Road and Zypher Road intersection. The development has fully
designed their frontage improvements and the signal at Timberline Road and Zypher Road. At this time, J-U-B has
provided preliminary design for this frontage, and plans to advance this design to a final design.
PROJECT STANDARDS, GUIDELINES AND SPECIFICATIONS:
The following is a list of technical references applicable to the work and are the basis for design criteria, details and
specifications for the project. The Consultant will be responsible for complying with the current editions of the listed
reference documents as of the Notice to Proceed date. The Consultant should anticipate regular updates to the
reference documents over the course of the design schedule. Major design revisions due to newly issued design guide
revisions will be reviewed and approved by the City’s project manager as additional work.
¾ AASHTO Roadside Design Guide (“Green Book”)
¾ Manual on Uniform Traffic Control Devices (MUTCD)
¾ Public Right-of-Way Accessibility Guidelines (PROWAG)
¾ City of Fort Collins
¾ Larimer County Urban Area Street Standards (LCUASS)
¾ CDOT Standard Specifications for Road and Bridge Construction
¾ CDOT M & S Standard Plans
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
PART 1 – SCOPE OF SERVICES (through Construction Drawings)
A. Basic Services – J-U-B’s Basic Services under this Agreement are limited to the following tasks. CLIENT reserves the
right to add subsequent phases or related work to the scope of services upon mutual agreement of scope, fees, and
schedule. The following abbreviations are used in this scope:
J-U-B – J-U-B Engineers, Inc.
City – City of Fort Collins
Interwest – Interwest Consulting Group
King – King Surveyors
FTH – Fox Tuttle Hernandez
RockSol – RockSol Consulting Group
Clark – Clark Land Surveying, Inc.
TLG – The Langdon Group
Ayres – Ayres Associates
BHA – BHA Design Incorporated
The design work for this project will consist of advancing the preliminary FIR (30%) design to final design (90%). This
includes: plans, Engineer’s estimates, specifications, and design report(s), as required.
J-U-B and/or its subconsultants shall perform or supply all necessary services as specified in this document with
regards to surveying, research, analysis, design and other associated engineering work. All engineering design work
shall be performed under the direction and supervision of a Licensed Professional Engineer registered with the
Colorado State Board of Registration for Professional Engineers and Professional Land Surveyors. All land surveying
work shall be performed by a Professional Land Surveyor registered with the Colorado State Board of Registration
for Professional Engineers and Professional Land Surveyors.
Some activities may require work on land not controlled by the City. In such cases, the City shall obtain the
necessary written permission to enter the premises. Included in this written permission will be the names and
telephone numbers of persons to contact should notification prior to entry be necessary. These written permissions
will apply to City of Fort Collins personnel as well as Consultant personnel. Signed copies of the written permission
will be submitted to the City’s Project Manager prior to entering private property for survey work.
TASK 1 – PROJECT MANAGEMENT - TASKS 1-4 REPRESENTS INITIAL PROJECT START-UP AND MANAGEMENT
Scope Task Scope of Services Deliverables
1. Weekly Progress Meetings & Coordination
Weekly progress meetings will be attended by the J-U-B project manager or
project engineer and other key staff members as needed. These meetings may
be a combination of phone conference meetings or in-person meetings, as
requested by the City of Fort Collins. Subconsultants will attend as required. J-U-
B will prepare an agenda and meeting minutes.
Meeting Agenda &
Minutes
2. Monthly Progress Reports & Invoicing
J-U-B’s project manager will prepare monthly progress reports that will be
submitted with the invoice. This item also includes time for J-U-B clerical staff to
assemble and prepare invoices.
Progress Report &
Invoice
3. Management & Administration
This item includes general coordination efforts by J-U-B’s project principal and
project manager. Scheduling and resource loading is included in this item.
N/A
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
Scope Task Scope of Services Deliverables
Coordination with sub-consultants is included in this task. Coordination with
other stakeholders will be included in this item.
4. Expenses
Expenses includes car mileage, and any client requested expenses. Small format
paper copying is included in J-U-B’s overhead and will not be charged.
Included in Invoice
TASK 2 – FINAL DESIGN (90% FOR PLANS) – TASKS 5-35 REPRESENTS THE TASKS NECESSARY TO ADVANCE THE
PRELIMINARY DESIGN (30% FIR) to FINAL DESIGN (90% FOR).
Scope Task Scope of Services Deliverables
5. FOR Drainage Report (Includes time for Interwest to attend meetings through FOR Design & Expenses)
A 70% Drainage Plan and Report will be produced. The report will include
hydrologic and hydraulic calculations for the proposed stormwater flow within
the project right-of-way areas and will include coordination with adjacent
subdivisions and properties. Interwest will use the 2018 Fort Collins Stormwater
Criteria Manual as the basis of design and report outline.
Refer to Interwest’s scope & fee for additional information.
FOR Drainage Memo
6. Storm Sewer and Swale Design
The 70% design will include minor and major storm street capacity calculations
and inlet and storm pipe sizing. Swale sizing along Kechter and Trilby Roads will
also be included in the design. These design calculations will be included in the
70% Drainage Report.
Refer to Interwest’s scope & fee for additional information.
FOR Drainage Memo
7. Water Quality Design at McClellands Channel
A water quality facility will be required to provide treatment for the right-of-way
water near Mc Clellands Channel. Design of this water quality facility will require
communication with City staff. Water quality information and calculations will be
included in the 70% Drainage Report.
Refer to Interwest’s scope & fee for additional information.
FOR Drainage Memo
8. Additional Topographic Survey & Assist with Easement Preparation
During the course of preliminary design, the City requested additional design
work outside the original limits of our topographic survey boundary. This
required additional topographic survey to be performed. Areas included: Trilby-
west of Timberline, and Kechter – East of Timberline. In addition, King Surveyors
had to obtain additional topographic survey on private properties where
permission to enter forms were not originally obtained at the time of the original
survey. King Surveyors will also assist with the preparation of legal descriptions
and exhibits through the course of the design.
Refer to King’s scope & fee for additional information.
Topographic Survey
9. Prepare Property Exhibits & Attend Meetings
Individual property exhibits will be prepared to help facilitate conversations
between City officials and adjacent property owners. Exhibits will help identify
necessary ROW/easements requirements, property impacts, proposed roadway
improvements, construction limits, etc.
Property Exhibits
10. Address & Respond to FIR Comments
J-U-B will compile and respond to all FIR comments. It is anticipated that these
comments will consist of internal City departments, CDOT, and utility owners.
Comment/Response
Form
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
Scope Task Scope of Services Deliverables
11. Utility coordination
J-U-B will work coordinate with 3rd party utilities through final design. This will
include submitting plans to utility companies, and documenting correspondence.
Utility coordination meetings are anticipated. Utility meetings will be attended
by J-U-B’s Project Manager and other staff, as necessary.
Utility Coordination Log
12. Traffic Engineering & Design (multi-modal, bike/peds, reviews, attendance at meetings)
FTH will provide traffic engineering design services as it relates to the following
scope items:
x Coordinate on potential multi-modal safety improvements.
x Coordinate on design of pedestrian and bicycle facility improvements.
x Provide signal design of 3 signalized intersections.
x Review and comment on functional design and signing/striping plans.
Refer to FTH’s scope & fee for additional information.
Signal Plans, memo(s)
and/or Exhibits
13. Plan Sheets (Includes necessary engineering design time)
The following list (Items 14 – 27) includes sheets that are anticipated for this
phase of the project. J-U-B will discuss any major change with the City of Fort
Collins before developing plan sheets. The plan sheets will be developed using
AutoCAD Civil 3D 2019 and will be setup at a 22”x34” format, and printed at half
size 11”x17”. All design sheets include time to research, investigate, and apply
engineering standards, guidelines, and judgement.
FOR Design Plans
14. General Sheets
J-U-B will prepare the following FOR design level plan sheets:
x Cover
x Standard Note(s)
x Legend and symbols
x Standard Plans List
x Survey Tabulations
x Typical sections
x Quantity Tabulations
x Earthwork Tabulation
x Summary of approximate quantities
FOR Design Plans
15. Geometric Sheets
These sheets will reference our design to the HARN systems for horizontal
location. Alignments for Timberline Road, and side streets will be referenced. All
horizontal geometry points will be identified on these plans.
FOR Design Plans
16. Removal Sheets
All removal, resets, adjustments, and relocation items will be shown on this plan.
Any required phasing of removal items will be clarified. Removal notes will be
added. Removal items will have hatching to ease in readability.
FOR Design Plans
17. Plan & Profile Sheets
The roadway plan and profile sheets will be advanced to a FOR design level, and
will include a plan view and corresponding profile view (if applicable) that will
include existing and proposed improvements. The plan views will callout all
proposed design elements and references to other sheets will be included. It is
FOR Design Plans
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
Scope Task Scope of Services Deliverables
anticipated that a 20 scale will be used. Matchlines and a key map will be utilized
to clearly identify the horizontal location.
18. Utility Plans
Develop plan sheets showing all existing and proposed utilities. Utility owner(s)
will be identified on plans. Any potential conflicts will be identified on plans.
Utility plans will include quality level A information.
FOR Design Plans
19. Grading Sheets
J-U-B will advance the preliminary plan sheets to include surface grading and
proposed contours. Elevations of Timberline Road, and other intersecting roads
will be detailed on these sheets. Additional detailed grading plans will be
included, where necessary. Matchlines will clearly be represented on these
sheets. Grades will be identified. A corridor model will be created in AutoCAD
Civil 3D with a proposed surface. Some detailed grading will be shown on these
sheets.
FOR Design Plans
20. Storm Drainage Sheets
Drainage sheets will include horizontal design information and vertical
information. Storm profiles will be developed at this phase. J-U-B will evaluate
the vertical depths of utilities, proposed storm pipes, and other constraints to
determine the feasibility of the drainage infrastructure. Level A testhole
information will be included in storm profiles.
FOR Design Plans
21. Structure Sheets
At this time, we anticipate full replacement of the Mail Creek ditch structure, based
on the recommendation from the Structure Selection memo. The following
structure components will be illustrated on the FOR plans:
- Notes and structure quantities
- Structure layout
- Typical section
- Wingwall Layout
- Structure Details
FOR Design Plans
22. SWMP Sheets
Proposed structure BMPs will be included at strategic locations and will be called
out on the plans. BMPs on plans sheets will be developed for three phases of
construction: initial condition, interim condition and final stabilization.
Prepare erosion control plans in accordance with the City of Fort Collins and
CDOT standards. The Stormwater Pollution Control Construction Drawings will be
used by the contractor to obtain a City of Fort Collins Stormwater Construction
Activity Permit (SCAP). SPC plans will include:
x Cover Sheet
x General Notes
x Before Grading Sheet (Initial)
x During Grading Sheet (Interim)
x During Construction Sheet
x Final Stabilization Sheet
x Detail Sheet
FOR Design Plans
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
Scope Task Scope of Services Deliverables
23. Landscape Plans
The following tasks will be included for the FOR design:
- Coordinate with JUB and City to confirm design from FIR design.
- Conduct site visit to review and discuss key tree issues and/or
adjacent property considerations
- Coordinate with public artist or APP staff to identify and integrate
APP design elements
- Prepare 90% level landscape and irrigation plans, plant lists, and
details based on final road design
- Prepare FOR level CDOT specifications for landscape and irrigation
items
- Prepare renderings, graphics for use in public meetings,
boards/commissions, advocacy groups
- Assist JUB with Tabular Data and Opinion of Cost for landscape/irr
items
- Attend 1 public open house meeting
- Attend design team coordination meetings
- Attend FOR comment review meeting
- Prepare revisions based on comments received, complete Final
Design level Plans
Refer to BHA’s scope & fee for additional information
FOR Design Plans
24. Irrigation Plans (BHA/Aqua Engineering)
Refer to BHA and Aqua Engineering’s scope & fee for additional information FOR Design Plans
25. Traffic Sheets (Signing/Striping, Signals, Phasing & Traffic Control)
Construction phasing plans will developed to show the proposed sequence of
construction. Each phase will show temporary access points, limits of work,
sequence of work, and any necessary details.
Traffic control plans will be included in this set of plans. J-U-B will include
advanced warning plan sheet with traffic control details and/or detour plans.
Signing and Striping Sheets will be added to the plans. These sheets will indicate
the signing and striping expected for the project.
FOR signal plans will be included in the plans. All signal improvements shall be
designed in accordance with City of Fort Collins Traffic Signal Specifications.
Refer to FTH’s scope & fee for additional information.
FOR Design Plans
26. Details
Detail sheets will include any pertinent construction details at the FOR design
level.
FOR Design Plans
27. Cross sections (25’ Intervals)
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
Scope Task Scope of Services Deliverables
Cross sections will be further developed along the horizontal control lines of
Timberline Road and side streets, if applicable. Cross sections will be displayed
at 25’ intervals. Cross sections will display additional labels at this phase.
FOR Design Plans
28. QA/QC
Prior to the FOR submittal, J-U-B will perform a QA/QC process which includes
sending drawings to other J-U-B staff members for review and comment. A
thorough QA/QC will be performed by both the Project Principal and Project
Manager. All comments will be reviewed with the design staff and incorporated
into the plans, if relevant.
QA/QC plans (if
requested)
29. Technical Specifications
Technical specifications will be provided with this submittal. That will include the
necessary project special provisions and standard special provisions. The
specifications will follow the 2019 CDOT Standard Specifications for Road and
Bridge Construction.
Technical Specifications
30. SUE Quality Level A utility locating needs
J-U-B has identified several locations where underground utility investigations
should be performed. J-U-B has added Ayres to perform this service.
Refer to Ayres’s scope & fee for additional information.
Testhole data
31. Prepare exhibits and attend one open house
J-U-B will provide public involvement assistance throughout design. J-U-B
anticipates the following tasks:
1. Coordinate and attend one public meeting during FOR Design by the
Project Manager
Public meeting materials & graphics (J-U-B & BHA)
Additional public engagement scope can be seen under Task 32.
Public meeting exhibits
& exhibits as needed
for one-on-one
meetings.
32. Public Engagement & Support
The City has requested additional help from JUB Engineers wholly owned
subsidiary The Langdon Group to perform some project public involvement
during the design phase in order to:
1. Provide a source for area stakeholders and motorists to get timely,
useful project information
2. Build public awareness about project benefits and project need
3. Reduce potential for frustration by setting accurate expectations about
project schedule, delivery and design
Refer to TLG’s scope & fee for additional information.
Refer to TLG’s scope for
deliverables.
33. Prepare an Engineers Opinion of probably construction cost (OPCC)
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
Scope Task Scope of Services Deliverables
The OPCC will include expected bid items developed during the FOR design.
Quantities will be developed from the design sheets. Items not on the tabulation
sheets will be documented in a computation book. Costs will be developed from
various sources including past bid tabs. The OPCC will have a reduced
contingency from the FIR OPCC at this point. The contingency will be
coordinated with the City of Fort Collins, prior to submittal. Standard CDOT pay
items will be used as a basis for the cost opinion.
OPCC
34. Complete submittal of necessary documents and plans to CDOT and City for review and comment
This item includes preparing all design drawings, reports, and design information
in preparation for submittal to the City of Fort Collins. This will include reviewing
sub-consultants deliverables (i.e. specifications, cost estimates, design drawings,
etc.) to ensure a cohesive and accurate submittal.
QA/QC plans (if
requested)
35. FOR Meeting (Includes attendance, meeting agenda and minutes.
The FOR meeting will be attended by J-U-B’s project manager, project engineer,
and EIT2. J-U-B will develop a meeting agenda and will compile meeting minutes.
Meeting agenda and
meeting minutes.
ASSUMPTIONS
The above Scope of Services is based on the following assumptions:
x General project expenses, which include mileage and out-serviced printing, are estimated to be $500 for this
project (The cost of general project in-house copying is included in J-U-B’s overhead cost).
x It is assumed that all aspects of the design will be funded through City funds, and will not include any state
or federal monies.
x Electronic CAD files will be supplied to the City in a format that is useable and acceptable by the City of Fort
Collins.
x It is assumed that the City will prepare legal descriptions and exhibits necessary for R.O.W. acquisition.
x It is assumed that the City will handle R.O.W. acquisition.
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
PART 2 – SCHEDULE OF SERVICES
A. The following table summarizes the anticipated schedule for the identified Basic Services predicated upon
timely receipt of CLIENT-provided information, typical review periods, and active direction during work.
CLIENT acknowledges that J-U-B will not be responsible for impacts to the schedule by events or actions of
others over which J-U-B has no control.
NTP December 2019
Kick-Off Meeting January, 2020
Conceptual Design January – February 2020
Environmental Services January – August 2020
FIR Submittal (30%) April 30, 2020
Public open house July 15, 2020
Complete top part of Form 128 September 2020
Prepare Legal Descriptions & Exhibits July 2020
Present R.O.W. to City Council August 2020
Prepare CDOT R.O.W. Plans July - August 2020
CDOT R.O.W. Review & Approval August – October 2020
Acquisition November 2020 – January 2021
FOR Submittal (Final) TBD
ROWPR Meeting October 1, 2020
Utility Relocation Complete January – February, 2021
CDOT Concurrence February 2021 (APPX/TBD)
Advertisement February 2021 (APPX/TBD)
Construction Begin June 2021
PART 4 – BASIS OF FEE
A. The hours and fees for each task are presented on the attached spreadsheet.
B. Rates and Period of Service: Rates will be in accordance with the on-call contract. If the period of service for
the task identified above is extended beyond 12 months, the compensation amount for J-U-B’s services may
be appropriately adjusted to account for inflation and salary adjustments.
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
$185 $150 $162 $135 $107 $98.00 $72
$0 $0
1 Weekly Progress Meetings & Coordination 60 30 $13,050 $13,050
2 Monthly Progress Reports & Invoicing 8 8 $1,776 $1,776
3 Management & Administration 440 $6,740 $6,740
4 Expenses $0 $500 $500
Totals 4 108 0 30 0 0 8 $21,566 $0 $22,066
5 FOR Drainage Report (Includes time for Interwest to attend meetings through FOR Design & Expenses) 2 2 2 $766 $18,720 $19,486
6 Storm Sewer and Swale Design 1 $150 $6,120 $6,270
7 Water Quality Design at McClellands Channel 1 $150 $6,360 $6,510
8 Additional Topographic Survey & Assist with Easement Preparation 1 4 $542 $18,904 $19,446
9 Prepare Property Exhibits & Attend Meetings 40 40 40 $14,200 $14,200
10 Address & Respond to FIR Comments 24 40 40 8 $14,064 $14,064
11 Utility coordination 40 40 $10,280 $10,280
12 Traffic Engineering & Design (multi-modal, bike/peds, reviews, attendance at meetings) 16 4 $2,792 $7,120 $9,912
13 Plan Sheets (Includes necessary engineering design time)
14 General Sheets (Including Tabulations) 4 40 40 8 $11,064 $11,064
15 Geometric Sheets 4 8 8 16 $4,104 $4,104
16 Removal Sheets 4 8 12 16 $4,532 $4,532
17 Plan & Profile Sheets 8 40 40 40 $14,800 $14,800
18 Utility Sheets (Including Level A Information) 4 40 40 16 $11,848 $11,848
19 Grading Sheets 4 40 40 8 $11,064 $11,064
20 Storm Drainage Sheets 6 40 8 $5,964 $5,964
21 Structure Sheets (Mail Creek Ditch Box Culvert) 2 24 40 24 $10,820 $10,820
22 SWMP Sheets 4 24 32 16 $8,832 $8,832
23 Landscape Plans (BHA's breakdown of preliminary tasks available upon request) 2 8 $1,084 $20,000 $21,084
24 Irrigation Plans (BHA/Aqua Engineering) 2 8 $1,084 $18,500 $19,584
25 Traffic Sheets (Tabulations, Signing/Striping, Phasing & Traffic Control) 4 80 40 40 $19,600 $19,600
26 Details 4 16 16 $3,880 $3,880
27 Cross Sections 4 40 40 8 $11,064 $11,064
28 QA/QC 16 16 8 $6,440 $6,440
29 Technical Specifications 40 16 $7,712 $7,712
30 SUE Quality Level A utility locating needs 8 8 4 $2,448 $89,442 $91,890
31 Prepare exhibits and attend one open house 4 16 $2,168 $2,168
32 Public Engagement & Support 8 $1,200 $26,707 $27,907 TASK 1 TASK 2 SUBTOTALS
33 Prepare an Engineers Opinion of Probable Construction Cost 16 8 8 $4,040 $4,040 TLG $0.00 $26,707.00 $26,707
34 Complete submittal of necessary documents and plans to CDOT and City for review and comment 8 8 $2,056 $2,056 Fox Tuttle $0.00 $7,120.00 $7,120
35 FOR Meeting (Includes attendance, meeting agenda and minutes) 12 4 4 $2,768 $2,768 Aqua Engineering $0.00 $18,500.00 $18,500
Totals 16 293 24 374 552 318 0 $191,516 $211,873 $403,389 Interwest $0.00 $31,200.00 $31,200
BHA $0.00 $20,000.00 $20,000
King $0.00 $18,904.00 $18,904
Ayres $0.00 $89,442.00 $89,442
20 401 24 404 552 318 8 $213,082 $211,873 $500.00 $425,455 TOTAL $211,873
Project Cost
City of Fort Collins
Design Total
Project Principal
($/HR)
Project Manager
($/HR)
Design Engineer
& CAD Tech
($/HR)
TASK 1 - Project Management
Task
Number
Task Description
TASK 2 - Final Design (90% FOR Plans)
TASK 3 - Final Construction Plans and Bid Administration Assistance
DETERMINED AFTER 90% (FOR)
920.498.1200 | 3376 Packerland Drive | De Pere, WI 54115-9586
www.AyresAssociates.com
File: c:\users\smiths\desktop\j-u-b timberline rd sue proposal_draft 6.24.20.docx
June 30, 2020
Dan Tuttle, P.E
Project Manager
J-U-B Engineers, Inc
4745 Boardwalk Drive Building D, Suite 200
Fort Collins, CO 80525
Re: Engineering Services Proposal
Subsurface Utility Engineering (SUE) services, and Surveying for Quality Level A (QLA) for J-U-B
at Timberline Road.
Mr. Tuttle:
Thank you for the opportunity to submit this proposal for professional services associated with the
Test Holes and Surveying for Timberline Road- Fort Collins Colorado project.
Project Description
J-U-B Engineers, Inc desire to retain a professional Subsurface Utility Engineering (SUE)
consultant to preform Test holes (QLA) on existing facilities to identify potential conflicts on
Timberline Road from Stetson Creek to Trilby Rd. Ayres will provide a SUE crew to Perform test
holes (QLA) on existing utilities within the scope as shown on the attached map. A Civil survey will
then be done to record all the findings.
Scope of Services
Task 1: Vacuum Excavation
Ayres will perform 71 vacuum excavations limited to a maximum depth of Twelve feet.
Excavated areas shall be restored with the existing soil and graded to the existing
condition. It is estimated that the vacuum excavation will take 25 working days.
The results of the investigation will be marked in the field and noted on SUE Data Sheets
which shall depict the utility type, size, material, and depth of cover.
.
Task 2: Survey
Ayres will acquire professional survey services from Ridgetop Engineering to perform all
required surveying and capture all field data for said test holes.
General Understandings and Excluded Services
The professional services that Ayres will provide under this Proposal/Agreement include, and are limited
to, those described in the Scope of Services. All other services, including those listed below, are specifically
excluded:
x Utility Design Services
x MOT
x Work outside normal business hours(6am-6pm)
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
6/30/20
Page 2 of 3
920.498.1200 | 3376 Packerland Drive | De Pere, WI 54115-9586
www.AyresAssociates.com
Time Schedule
Ayres Associates will commence its work upon receipt of a Notice to Proceed and a mutually agreed
upon start date and schedule. Ayres will provide experienced personnel to prosecute its work diligently
through completion.
Ayres proposes to perform the Scope of Services, tasks 1-2, above for the Lump Sum cost of $89,442.
In support of this Lump Sum Price, we have included, as Attachment C, a detailed fee estimate based on
our understanding of the project scope.
*Vacuum Excavations can be added at $850.00 per hole soft dig.
Contract Terms and Conditions
Attached are "Contract Terms and Conditions" which will apply to the services and which are incorporated
into this proposal by reference.
Acceptance
If this proposal and terms and conditions are acceptable to you, a signature on the enclosed copy of this
letter will serve as our authorization to proceed.
Please call Thomas Talaczynski at (210) 846-8520 for any questions regarding this proposal.
Thank you again for giving us the opportunity to propose on this project.
Sincerely,
Rex A. Bell
Vice President, Western Division
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
6/30/20
Page 3 of 3
920.498.1200 | 3376 Packerland Drive | De Pere, WI 54115-9586
www.AyresAssociates.com
Proposed by Consultant:
Accepted by JUB:
Ayres Associates Inc
Signature
Rex A. Bell
Vice President, Western Division Name
Title
Date
Attachments:
Contract Terms and Conditions
Attachment A: Provided Plans
Attachment B: Project Team Bios
Attachment C: Fee Details
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
Attachment A
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
Attachment B
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
YOUR SUE STAFF SERVING COLORADO
Ingenuity, Integrity, and Intelligence.
Thomas Talaczynski, SUE Supervisor
As supervisor of subsurface utility engineering (SUE) services, Thomas is responsible for project planning,
staffing, and client satisfaction. He oversees technical production and quality assurance/quality control for SUE
projects. Thomas coordinates and manages all deliverables for SUE at all four quality levels. He manages PPE
and all SUE field equipment. Thomas has experience designating all types of underground utilities, overseeing
field crews, securing right-of-way permits, coordinating with traffic management, providing pre-field walkouts,
reading and interpreting utility owners’ records, surveying, and working closely with CADD technicians to
achieve high accuracy.
James Hitchman, PE
James will be the professional engineer in charge of the SUE investigation and will stamp and seal the SUE plans.
James has performed SUE work, designating and locating utilities, and is certified in the use of electromagnetic
locating instruments. James has attended the American Council of Engineering Companies’ Subsurface Utility
Law (SB18-167) training along with a number of educational seminars about the new Colorado SUE law and
ASCE Standard 38 guidelines for subsurface utility engineering. James’ field experience and practical problem
solving abilities support his technical engineering expertise to ensure a thorough, high quality, and well
documented SUE investigation.
Dale Mathison, PE
Dale has more than 20 years of experience in project management, municipal utilities, pipeline design, and
hydraulic analysis. He brings public and private sector design and construction perspectives, having worked
for both Ayres and the Department of Utilities in Sacramento, California. Dale’s capital improvement project
experience, in both design and construction, has provided an excellent understanding of private utilities and
experience coordinating with utility companies to successfully deliver projects. Dale has attended the American
Council of Engineering Companies’ Subsurface Utility Law (SB18-167) training along with a number of educational
seminars about the new Colorado SUE law and ASCE Standard 38 guidelines for subsurface utility engineering.
As a project manager and registered Colorado PE, Dale provides the engineering oversight and experience needed to pursue and
complete subsurface utility investigations critical to successful design and safe construction of public infrastructure.
Ayres has provided various municipalities and agencies with utility locating services on stand-alone and continuing services
contracts since 1998. We understand the No. 1 priority is to accurately and efficiently locate utilities and prevent damage and/
or loss of service. Having worked for a broad array of both private and government agencies, Ayres has experience providing utility
locating services in a variety of flexible methods tailored to meet the customer’s needs. Ayres uses electromagnetic/multifrequency
locating devices along with ground-penetrating radar (GPR) and Schonstedt metal detection devices. Ayres has performed utility
locates on over 2,400 projects over the last 25 years. This total does not include the individual locates required under many of our
continuing services contacts.
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
COLORADO FLORIDA WISCONSIN WYOMING 800.666.3103
www.AyresAssociates.com
Ricky Rudd
Ricky brings 20+ years of SUE experience to his work. He specializes in vacuum excavations, where he works
diligently through the test hole process. His attention to detail delivers a quality product with accuracy that
allows our clients to execute construction projects with high confidence regarding utility locations. Ricky reads
and interprets utility and highway design plans and uses locating equipment to thoroughly search for and
designate complex underground layouts of electric, cable, telecommunication, gas, water, sewer, and/or other
underground utilities.
Ronald Ricks
Ron will be the CADD designer responsible for incorporating the survey data and working with James to
develop and accurately depict utility information in the SUE plans. Ron has worked on more than 60 Ayres SUE
projects. He worked extensively with SUE engineers on these projects. His responsibilities included the creation
of drawings that communicate utility conflicts between proposed designs of various civil infrastructure, such
as roads, sidewalks, storm drainage, and other utilities, with existing subsurface utilities. This work involved
importing Level B survey information of these utilities, interpreting Level D utility information, analyzing this
data, and then converting this information to drawing elements and adding annotation regarding type of utilities,
proper SUE quality level indicators, and potential conflicts. These drawings were then used to resolve conflicts
with the design. He also reviewed online digital GIS-based maps of existing utilities owned by our client to verify
accuracy and completeness.
Doug Nutt
Clients benefit from Doug’s approximately two decades of experience in cable installation and utility locating.
Doug has been in a management role during most of those years, installing underground utilities including fiber
optic, telephone, and cable TV. Doug is detail- and client-oriented and skilled in locating utilities and reading
plans. Doug is responsible for field engineering design, communications system analysis, design review, and
equipment installations and field inspections. Doug meets with engineers and property owners to make sure jobs
are completed smoothly and on time while being responsive to property owners’ concerns.
Kasey Hayes, SUE Technician
Kasey is a SUE technician who is responsible for outside plant (OSP) engineering design, engineering
mathematics, communications system analysis, and review of design and equipment installations. Kasey has
well over a decade of experience in designating underground utilities, including damage prevention and on-call.
Working primarily in northern Colorado, his utility experience includes gas/oil, telecom, electric, sanitary, and
water. His practical experience lies with Vivax Metrotech, Radio Detection, and Subsite.
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
Attachment C
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
7DVN 77DVN1DPH 7RWDO)HH 'LUHFW&RVWV 6XE
&RQVXOWDQW
7RWDO'LUHFW
&RVWV &RVWV0DUNXS
7RWDO/DERU
&RVWV $3& /DERU&RVWV 7RWDO+RXUV
6HQLRU3URMHFW
0DQDJHU 3URIHVVLRQDO,,,
68(
6XSHUYLVRU 68(7HFK $GPLQ
3URMHFW3ODQ )HH +RXUV
3URMHFW0DQDJHU 0DWKLVRQ
&OLHQW -8%
&OLHQW&RQWDFW 'DQ7XWWOH
5DWHV
7LPEHUOLQH5G68(
7DVN 7DVN1DPH
4/$ 6XUYH\
/DQH&ORVXUHSHUPLW
7UDIILF&RQWURO
9DF7UXFN
EODQN
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
dŝŵďĞƌůŝŶĞZŽĂĚĞƐŝŐŶͲ^ƚĞƚƐŽŶƌĞĞŬƚŽdƌŝůďLJZĚ
,ĞƐŝŐŶ͕/ŶĐ͘ dĂƐŬ dĂƐŬ
dĂƐŬĞƐĐƌŝƉƚŝŽŶ EĂŵĞ džƚĞŶƐŝŽŶ EĂŵĞ džƚĞŶƐŝŽŶ EĂŵĞ džƚĞŶƐŝŽŶ /ƌƌŝŐĂƚŝŽŶ ,ŽƵƌƐ ŵŽƵŶƚ
EĂŵĞ WƌŝŶĐŝƉĂů WD >
ZĂƚĞ Ψϭϱϱ͘ϬϬ ΨϭϮϱ͘ϬϬ ΨϭϬϬ͘ϬϬ
&ŝŶĂůŶŐŝŶĞĞƌŝŶŐWůĂŶƐ;ϵϬйĞƐŝŐŶͲ&KZͿ Ψϯϳ͕ϱϬϬ
ƚƚĞŶĚŬŝĐŬͲŽĨĨŵĞĞƚŝŶŐǁŝƚŚWƌŽũĞĐƚdĞĂŵĂŶĚͬŽƌŝƚLJ Ϯ ΨϯϭϬ͘ϬϬ Ϯ ΨϮϱϬ͘ϬϬ ΨϬ͘ϬϬ ϰ ΨϱϲϬ͘ϬϬ
ŽŽƌĚŝŶĂƚĞǁŝƚŚĐŝƚLJĚĞƉƚƐ͕ĐŽŶĨŝƌŵĚĞƐŝŐŶĚŝƌĞĐƚŝŽŶĨƌŽŵ&/ZƌĞǀŝĞǁ Ϯ ΨϯϭϬ͘ϬϬ ϰ ΨϱϬϬ͘ϬϬ ΨϬ͘ϬϬ ϲ ΨϴϭϬ͘ϬϬ
ŽŶĚƵĐƚƐŝƚĞǀŝƐŝƚƚŽƌĞǀŝĞǁĂŶĚĚŝƐĐƵƐƐŬĞLJƚƌĞĞŝƐƐƵĞƐĂŶĚͬŽƌĂĚũĂĐĞŶƚƉƌŽƉĞƌƚLJĐŽŶƐŝĚĞƌĂƚŝŽŶƐ ΨϬ͘ϬϬ ϰ ΨϱϬϬ͘ϬϬ ΨϬ͘ϬϬ ΨϱϬϬ͘ϬϬ
ŽŽƌĚŝŶĂƚĞǁŝƚŚƉƵďůŝĐĂƌƚŝƐƚŽƌWWƐƚĂĨĨƚŽŝĚĞŶƚŝĨLJĂŶĚŝŶƚĞŐƌĂƚĞWWĚĞƐŝŐŶĞůĞŵĞŶƚƐ ϭ Ψϭϱϱ͘ϬϬ ϰ ΨϱϬϬ͘ϬϬ ΨϬ͘ϬϬ ϱ Ψϲϱϱ͘ϬϬ
WƌĞƉĂƌĞϵϬйůĞǀĞůůĂŶĚƐĐĂƉĞĂŶĚŝƌƌŝŐĂƚŝŽŶƉůĂŶƐ͕ƉůĂŶƚůŝƐƚƐ͕ĂŶĚĚĞƚĂŝůƐďĂƐĞĚŽŶĨŝŶĂůƌŽĂĚĚĞƐŝŐŶ ϰ ΨϲϮϬ͘ϬϬ ϭϲ ΨϮ͕ϬϬϬ͘ϬϬ ϰϬ Ψϱ͕ϬϬϬ͘ϬϬ Ψϭϱ͕ϬϬϬ͘ϬϬ ϲϬ ΨϮϮ͕ϲϮϬ͘ϬϬ
WƌĞƉĂƌĞ&KZůĞǀĞůKdƐƉĞĐŝĨŝĐĂƚŝŽŶƐĨŽƌůĂŶĚƐĐĂƉĞĂŶĚŝƌƌŝŐĂƚŝŽŶŝƚĞŵƐ ϰ ΨϲϮϬ͘ϬϬ Ϯ ΨϮϱϬ͘ϬϬ ΨϬ͘ϬϬ ΨϴϳϬ͘ϬϬ
WƌĞƉĂƌĞƌĞŶĚĞƌŝŶŐƐ͕ŐƌĂƉŚŝĐƐĨŽƌƵƐĞŝŶƉƵďůŝĐŵĞĞƚŝŶŐƐ͕ďŽĂƌĚƐͬĐŽŵŵŝƐƐŝŽŶƐ͕ĂĚǀŽĐĂĐLJŐƌŽƵƉƐ Ϯ ΨϯϭϬ͘ϬϬ ϴ Ψϭ͕ϬϬϬ͘ϬϬ ϭϮ Ψϭ͕ϱϬϬ͘ϬϬ ϮϮ ΨϮ͕ϴϭϬ͘ϬϬ
ƐƐŝƐƚ:hǁŝƚŚdĂďƵůĂƌĂƚĂĂŶĚKƉŝŶŝŽŶŽĨŽƐƚĨŽƌůĂŶĚƐĐĂƉĞͬŝƌƌŝƚĞŵƐ ΨϬ͘ϬϬ Ϯ ΨϮϱϬ͘ϬϬ ϰ ΨϱϬϬ͘ϬϬ ΨϳϱϬ͘ϬϬ
ƚƚĞŶĚϭƉƵďůŝĐŽƉĞŶŚŽƵƐĞŵĞĞƚŝŶŐ ΨϬ͘ϬϬ ϯ Ψϯϳϱ͘ϬϬ ΨϬ͘ϬϬ ϯ Ψϯϳϱ͘ϬϬ
ƚƚĞŶĚĚĞƐŝŐŶƚĞĂŵĐŽŽƌĚŝŶĂƚŝŽŶŵĞĞƚŝŶŐƐ ϰ ΨϲϮϬ͘ϬϬ ϴ Ψϭ͕ϬϬϬ͘ϬϬ ΨϬ͘ϬϬ Ψϭ͕ϲϮϬ͘ϬϬ
ƚƚĞŶĚ&KZĐŽŵŵĞŶƚƌĞǀŝĞǁŵĞĞƚŝŶŐ ϰ ΨϲϮϬ͘ϬϬ ϰ ΨϱϬϬ͘ϬϬ ΨϬ͘ϬϬ Ψϭ͕ϭϮϬ͘ϬϬ
WƌĞƉĂƌĞƌĞǀŝƐŝŽŶƐďĂƐĞĚŽŶĐŽŵŵĞŶƚƐƌĞĐĞŝǀĞĚ͕ĐŽŵƉůĞƚĞ&ŝŶĂůĞƐŝŐŶůĞǀĞůWůĂŶƐ Ϯ ΨϯϭϬ͘ϬϬ ϰ ΨϱϬϬ͘ϬϬ ϰ ΨϱϬϬ͘ϬϬ Ψϯ͕ϱϬϬ͘ϬϬ ϭϬ Ψϰ͕ϴϭϬ͘ϬϬ
dŽƚĂů,ŽƵƌƐ Ϯϱ ϲϭ ϲϬ ϭϭϬ ΨϬ͘ϬϬ
dŽƚĂůŵŽƵŶƚ Ψϯ͕ϴϳϱ͘ϬϬ Ψϳ͕ϲϮϱ͘ϬϬ Ψϳ͕ϱϬϬ͘ϬϬ Ψϭϴ͕ϱϬϬ͘ϬϬ Ψϯϳ͕ϱϬϬ͘ϬϬ
ƐƚŝŵĂƚĞŽĨZĞŝŵďƵƌƐĂďůĞdžƉĞŶƐĞƐ Ψϭ͕ϬϬϬ͘ϬϬ
dŽƚĂů&ĞĞ Ψϯϴ͕ϱϬϬ͘ϬϬ
EŽƚĞƐ͗
ϭ͘^ƚƌƵĐƚƵƌĂůĚĞƐŝŐŶƐĞƌǀŝĐĞƐĂƌĞŶŽƚŝŶĐůƵĚĞĚŝŶ,ΖƐƐĐŽƉĞ;ƐƚƌƵĐƚƵƌĂůĞŶŐŝŶĞĞƌǁŝůůŶĞĞĚƚŽŝŶĐůƵĚĞƐƚƌƵĐƚƵƌĂůĚĞƐŝŐŶĨŽƌƉĞĚƌĂŝůƐ͕ĚĞĐŽƌĂƚŝǀĞďƌŝĚŐĞĐŽůƵŵŶƐ͕ĂƌƚĨŽƵŶĚĂƚŝŽŶƐ͕ĂŶĚŽƚŚĞƌƵƌďĂŶĚĞƐŝŐŶĞůĞŵĞŶƚƐͿ
Ϯ͘EŽƐĐŽƉĞŝƐĂŶƚŝĐŝƉĂƚĞĚĨŽƌĚĞƐŝŐŶŽĨĞŶŚĂŶĐĞĚďƌŝĚŐĞƌĂŝůŝŶŐƐ͕ĞƚĐĨŽƌĚŝƚĐŚĐƌŽƐƐŝŶŐ
ϯ͘ŝƚLJŝƐůĞĂĚŝŶŐĐŽŵŵƵŶŝĐĂƚŝŽŶƐǁŝƚŚĂĚũĂĐĞŶƚƉƌŽƉĞƌƚLJŽǁŶĞƌƐ͘,ǁŝůůƉƌŽǀŝĚĞĚĞƐŝŐŶƐƵƉƉŽƌƚďƵƚǁŝůůůĞĂĚĐŽŽƌĚŝŶĂƚŝŽŶŶŽƌĂƚƚĞŶĚƚŚĞƐĞŵĞĞƚŝŶŐƐŝŶďĂƐĞƐĐŽƉĞ͘
ϰ͘ŝĚĚŝŶŐƐƐŝƐƚĂŶĐĞĂŶĚŽŶƐƚƌƵĐƚŝŽŶKďƐĞƌǀĂƚŝŽŶĂƌĞŶŽƚŝŶĐůƵĚĞĚŝŶĂďŽǀĞƐĐŽƉĞ͘
ϲͬϮϮͬϮϬϮϬ
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
PhaseII
TimberlineRoadReconstructionDesign–StetsonCreektoTrilby
FoxTuttleAnticipatedPhaseIIScope:
A. ContinuedSupportonMultimodalDesignIssues
1. Respondtoquestionsandcommentsonmultimodaldesign.
2. Reviewandcommentonsigningandmarkingplans.
3. Attendupto2virtualand/orinͲpersonteamorreviewmeetings.
B. FinalDesignPhase–TrafficSignals
1. BuildonthepreliminarytrafficsignalplanspreparedinPhaseIandpreparefinaltraffic
signalplans(onbasesheetsprovidedbytheprojectteam).Threeintersectionsplusone
emergencysignalanticipated.
2. AttendoneF.O.R.meetingtoreviewfinalsignalplansandupdateplansasneeded.
SeeattachedScopeandFeeEstimate.
[NotethatthePhaseIprojectbudgetforFoxTuttleshouldhaveenoughfundslefttoaccommodatethe
finaldesignofthetrafficsignalsasreferencedabove.Asaresult,theonlyadditionalfeeestimatedfor
FoxTuttleinPhaseIIFinalDesignisforthetaskslistedaboveunderTaskA.]
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
Timberline Road Design - Stetson Creek to Trilby Road
Phase II Scope and Fee Estimate
Principal Engineer - Fox
Principal - Tuttle
Engineer II - Welker
FT SUBTOTALS
RATES $200 $160 $140
TaskA:Continuedsupportfortrafficengineeringandpedestrian/bicycledesignelements $5,200 $0 $1,120 $6,320
1.RespondtoquestionsandcommentsonmultiͲmodaldesignissues 12 4 16
2.Reviewandcommentonsigningandmarkingplans 84 12
3.Attendvirtualand/orinͲpersonteamorreviewmeetings 6 6
TaskATotalHours 26 0 8 34
TaskB:FinalizeTrafficSignalPlans
1.Coordinateonthedesignofupto3signalizedintersections *** *
2.AttendoneF.O.R.meeting *** *
HOURSBYSTAFFMEMBER 26 0 8 34
FEESBYSTAFFMEMBER $5,200 $0 $1,120 $6,320
EXPENSES $800
TOTALFEES $7,120
Fox Tuttle
DRAFT 6-1-20
*StafftimeandfeeincludedinPhase!Budget
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
650 East Garden Drive I Windsor, Colorado 80550 I p. 970.686.5011 I f. 970.686.5821
www.kingsurveyors.com
March 25, 2020
J-U-B Incorporated
Attn: Eva Rojas
4745 Boardwalk Dr, Bldg D, Ste 200
Fort Collins, CO 80525
Re: Timberline Road Design – Stetson Creek to Trilby Road
Eva:
Based on your emails dated March 25 and 26 King Surveyors is pleased to provide you with a proposal to perform
the following services:
Topographic Survey
Office prep- 6 hours PLS @ $114/hour = $684
Field work time-6 days = 6x10 @ $157/hour = $9,420
Office processing-40 hours @ $95/hour = $3,800
Subtotal = $13,904
If you have any questions regarding this proposal, please feel free to contact me at my office at (970) 686-5011.
Sincerely,
Vladislav Skrejev, PLS/Project Manager
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
City of Fort Collins
Public Engagement Scope – Design Phase
6/5/2020
Executive Summary
The City of Fort Collins and JUB Engineers are working together to design improvements to Timberline
Road. The City has requested additional help from JUB Engineers wholly owned subsidiary The Langdon
Group to perform some project public involvement during the design phase in order to:
1. Provide a source for area stakeholders and motorists to get timely, useful project information
2. Build public awareness about project benefits and project need
3. Reduce potential for frustration by setting accurate expectations about project schedule,
delivery and design
Project Unknowns: Level of public interest is currently unknown, as well as public reaction to the
planned outreach. Due to the unpredictable nature of public sentiment, a modification of this contract
may be appropriate if public interest is higher than expected.
Fee Type: Compensation for this work plan will be on a time and materials basis with a not-to-exceed
limit. The work required in this work plan will be variable. Compensation will be for actual work
performed plus expenses. Compensation will not exceed the not-to-exceed amount without prior
written approval from Town of Erie.
Schedule: The services are anticipated to begin in June 2020 and continue through the design phase,
concluding in October 2020. Construction outreach services will be handled as a separate contract or a
modification to this one.
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
Scope of Work
Task 001 – Public Outreach Plan Development
x Develop Positive Key Messaging for the Project – In coordination with the project team, develop
overall positive messaging that emphasizes successful projects and being good stewards of
taxpayer money.
Assumptions
x This plan will be a living document based in this scope, created within a few weeks of NTP but
remaining flexible as project details and issues arise.
x Up to 2 project team meetings to coordinate and create messaging.
x City staff to create initial stakeholder list and provide to Langdon Group.
Deliverables
x Project-specific public involvement plan listing outreach and engagement strategies, key
stakeholders, and planned activities for this effort.
x Up to 2 project team meetings.
_____________________________________________________________________________________
Task 002 – Stakeholder Outreach and Availability
x Web Content Development – Create messaging and assets to add to City-created project
website.
x Informational Video – In coordination with project team, develop content for an informational
video to communicate key project messaging. To be shot and edited by City staff, TLG staff to
storyboard and create content and messaging.
x Project Outreach Postcard/Flier – Create informational project outreach postcard or flier to
disperse to public. TLG will draft project-specific content and update as needed through the life
of the project.
x Social Media – In coordination with Ft. Collins staff, create and publish informative posts with
key messaging to existing Ft. Collins social media accounts.
x Project email and phone – create project specific email and phone, TLG to monitor and respond
to all stakeholder concerns, coordinating with City staff as needed.
x Project information Booths – Up to two project information booths during the design phase – at
local areas of interest.
Assumptions
x Use of existing Ft. Collins branding
x Creation of web content for the existing City-created website. If later discussions uncover the
need for a more robust site, additional hours and direct costs will need to be added to this
contract. (15 hours)
x Collaboration and oversight of content creation for informational video, to be shot and edited
by City staff (15 hours)
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
x Collaboration and creation of infographics (20 hours)
x City will provide a city email address, TLG will provide a local hotline number.
x Creation of project outreach postcard or flier with up to 2 updates throughout the first phase of
the project (2 hours for original postcard/flier; 2 hours per postcard/flier update). City will
coordinated and conduct all printing and mailing of the postcards.
x Social media plan and periodic posts (1 hour per week)
x Project information booths may be staffed in-person or done as a faux booth with meetings
made to follow up with those who express interest, in person, one-on-one depending on COVID
concerns and government guidelines (up to 30 hours of prep and staff time)
Deliverables
x Project website content
x Outline for informational video
x Infographics
x Project outreach postcard/flier
x Other informational resources
x Regular social media content
x Two booths
Task 003 – Team Coordination
x Media Support – Support Town of Erie staff with project details and write press releases and/or
OpEds as needed/requested.
x Project Team Coordination Meetings – Meetings held twice a month with the project team.
Assumptions
x Up to 1 press release and for this phase (4 hours)
x 10 project team coordination meetings, assuming two meetings per month beginning June 2020
through October 2020 (3 hours per meeting: 2 hours of preparation time and 1 hour of meeting
time). Some in person, some on the phone as needed.
Deliverables
x Up to 1 press release
x At least 10 project team meetings
_____________________________________________________________________________________
____________________________________________________________________________________
Task 004 – Project Management
x This task allows for all activities associated with contract management and invoicing.
Assumptions
x 5-month schedule
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
Deliverables
x Monthly invoices
Direct Costs
901 – Mileage/Travel
902 – Printing and Postage
90 – Graphics/Video Production
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
Fort Collins - Design Phase Public Outreach
DRAFT COSTS
Description/Scope of Services
Siobhan Jolley
(Project
Manager)
Jennifer Fowler
(Digital
Outreach)
Dianne Olson
(Public
Engagement)
Allison Adams
(Public
Engagement)
Michelle Hurst
(Public
Engagement
Coordinator)
Brooke Holm
(Project
Accountant)
Trista Holder
(Clerical) Total Hours Total Cost
001 - Public Outreach Plan Development 85 13 $ 2,070.00
002 - Stakeholder Outreach and Availability 15 40 6 20 30 111 $ 12,175.00
003 - Team Coordination 460 64 $ 7,820.00
004 – Project Management 5 52121,$ 542.00
Total Hours 32 105 6 20 30 5 2 200
Labor Costs $ 5,920.00 $ 12,390.00 $ 780.00 $ 1,560.00 $ 2,340.00 $ 515.00 $ 102.00 $ 23,607.00
Expenses
900 –Mileage/Travel (15 miles per trip/10 trips for local staff, 2 trips
to Ft. Collins for SLC staff @ $800 per trip) $ 1,750.00 $ 23,607.00
901 – Filer and Meeting Material Printing $ 750.00
902 - Project Dedicated Phone ($20/mo) $ 100.00
903 - Meeting/Booth Supplies $ 500.00
Total $ 3,100.00 GRAND TOTAL $ 26,707.00
Total Labor
TLG Staff
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969
SUB CONSULTANT DESIGN FEE TOTALS
JUB FEE Task Total Total
Project
Engineer
($/HR)
Structure
Engineer
($/HR)
Clerical ($/HR)
Expenses
Subconsult.
King
Interwest
FoxTuttle
AYRES
BHA/Aqua
TLG
EIT2
($/HR)
Project Number: 9053 - Work Order #2
Timberline Road Design - Stetson Creek to Trilby Rd. - 90% Design
Prepared By: J-U-B Engineers
August 6, 2020
DocuSign Envelope ID: 53B63537-8F72-4CC7-B721-EB1C6BB92969