Loading...
HomeMy WebLinkAboutWORK ORDER - RFP - 7618 DOWNTOWN RIVER DISTRICT ROADWAY & STREETSCAPE PROJECT (2)WORK ORDER PURSUANT TO AN AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND Interwest Consulting Group DATED: May 11, 2105 Work Order Number: 3-400901804-15 Purchase Order Number: Project Title: Willow Street — Feeder Supply Final Construction Documents Original Bid/RFP Project Number & Name: Downtown River District Improvements Project Commencement Date: March 1, 2015 Completion Date: November 1, 2015 Maximum Fee: (time and reimbursable direct costs): $47,400.00 Project Description: Develop final construction documents for Willow Street improvements adjacent to the Feeder Supply Development as well as perform geotechnical and environmental investigations for the entire project limits as per the attached proposal. Associated with the Downtown River District Improvements Project. Scope of Services: See attached 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 Professional Services Agreement between the parties. In the event of a conflict between or ambiguity in the terms of the Professional Services Agreement and this work order (including the attached forms) the Professional Services Agreement shall control. The attached forms consisting of one (1) page are hereby accepted and incorporated herein, by this reference, and Notice to Proceed is hereby given. Professional l Date: 5-11-15 City of F ollin� By: Project anager,I+ Date: ��(+ By: Gerry Paul Director of Purchasing and Risk Management (over $60,000.00) Date: Feeder Supply Frontage — Final Construction Documents Description: Interwest with assistance from the Team (BHA Design, Clanton & Associates and Hines Inc_) will coordinate with Engineering to complete Final Construction Documents for the right-of-way in front of the Feeder Supply Apartments which are currently being built. The Feeder Supply Frontage is along Willow Street near the intersection of Linden Street. The overall urban design feel for the Feeder Supply Frontage will be consistent with Linden Street which sets the tone from the River District. This work order will also be used to release CTL Thompson to drill and study the soils for the Willow Street project from Linden to the railroad. We want to include this task in whole as drilling for only the Feeder Supply frontage would not be cost effective. Tasks: 1. Base Map Preparation — Interwest will use a portion of the base map that was assembled for the Conceptual Design of Willow Street and include existing topographic survey, property information, utility existing information and master plans, and developer's as-builts to complete the base map needed for the Feeder Supply Frontage. 2. Coordination with Feeder Supply Design Team — Interwest will work with the Feeder Supply Design Team and Owner regarding the Willow frontage on this project since the Feeder Supply Apartments are currently being constructed. Decision made on this part of the project will carry through to other aspects of the overall design of Willow Street. 3. Feeder Supply Frontage Final Design — Interwest will work with BHA Design, Clanton & Associates and Hines Inc. to develop final design documents and final Opinion of Probable Costs for the right-of-way in front of the Feeder Supply Apartments. 4. Feeder Supply Construction Services — Interwest with the help of BHA Design, Clanton & Associates and Hines Inc. will assist the City during the Construction phase of the project. This will include assistance with contractor questions, clarifications on bid documents, review of shop drawings, and final walk-through with contractor once construction is complete. 5. Geotechnical and Environmental Study —See attached CTL Scope of Work. Anticipated Fees (with approximate hours per discipline) Task 1 Base Map Preparation — ICG (15), BHA (15) - $3,450 Task 2 Coordination with Feeder Supply Design Team — ICG (10), BHA (10) - $2,300 Task 3 Feeder Supply Final Design — ICG (75), BHA (45), Clanton (55), Hines (35) - $24,150 Task 4 Construction Services — ICG (20), BHA (20), Clanton (20), Hines (10) - $8,050 Task 5 Geotechnical and Environmental Study — CTL (See Attached) — $9,450 Total Estimated Fee — $47,400 CTLITHOMPSON March 24, 2015 (Revised May 11, 2015) Interwest Consulting Group 1218 W. Ash Street, Suite C Windsor, CO 80550 Attention: Mike Oberlander Subject: Revised Proposal for Geotechnical and Environmental Engineering Services Willow Street Project, Fort Collins, Colorado Proposal No. FC-15-01006 CTL I Thompson (CTL) understands that you will be making road improvements to Willow Street between the railroad tracks and Linden Street in Fort Collins, Colorado. We understand that you are in need of a geotechnical investigation for pavement and foundation design for the roadway and associated structures. We also understand that there is known petroleum hydrocarbon contamination that crosses the roadway project northwest of the intersection of Pine Street and Willow Street and that there is a need to assess the roadway project for evidence of petroleum hydrocarbons above the depths that excavation is expected to occur. ENVIRONMENTAL SCOPE OF WORK General CTL will prepare a health & safety (H&S) plan for our proposed field activities. CTL will perform a utility locate for the proposed boring locations. CTL will develop a site specific safety plan for use during field services. It is anticipated that Level D protection will be used (hard hats, safety glasses, gloves, and steel -toed boots) by personnel in the work area. If site conditions show that additional protection is required, CTL will upgrade to the required level at an additional cost. It is unclear whether traffic control will be required at this time. The proposal cost is based on traffic control being required, with a full lane closure for the duration of drilling and sampling. Drilling and Exploration CTL will contract with a subcontractor to install up to 15 borings in locations to be determined. We understand that boring locations will be determined after the final project design is completed and storm sewer excavation locations have been determined. The borings will be drilled to a depth of 10 feet or drilling refusal, whichever comes first_ A hollow stem auger with split spoon sampler or a geoprobe unit with acetate liners will be used for drilling and soil sampling. Non -dedicated equipment will be decontaminated between samples. The City of Fort Collins' Regulatory and Government Affairs team will be included in all coordinationlcommunication efforts. Soil samples will be screened visually and using a PID meter in the field every 5 feet for the depth of the boring. Upon completion of soil sampling, borings will be backfilled with cuttings and hydrated bentonite. 400 N. Link Lane I Fort Collins, CO 80524 1 Phone: 970-206-9455 1 Fax: 970-206-9441 1 www.ctlt.com One soil sample from each boring will be selected for laboratory analysis. Soil sample selection for laboratory analysis will be based on field observations, depth of soil/groundwater interface, significant changes in lithology, or other factors to be assessed by the field professional. Soil samples will be preserved on ice and sent to a qualified environmental laboratory under chain of custody protocol. Investigative derived wastes (IDW) including cuttings, groundwater, and decontamination water from soils with elevated PI D readings will be drummed or stored in 5-gallon buckets and stored onsite pending disposal. A budget of $2500 has been added to this proposal for disposal of IDW, based on the assumption that IDW will not be considered characteristically hazardous waste. Laboratory analyses will include: benzene, toluene, ethylbenzene, and xylenes (BTEX) and naphthalene by EPA Method 8260; total volatile petroleum hydrocarbons (TVPH) and total extractable petroleum hydrocarbons (TEPH). Report Shortly after receipt of laboratory analytical results, CTL will provide a verbal report of field and laboratory results. Within approximately 10 business days of receipt of laboratory results, CTL will provide a summary report identifying the sampling methodology, analytical procedures, and laboratory results along with providing conclusions and recommendations. Schedule Drilling typically takes 2 to 3 weeks for scheduling; drilling is expected to take no more than one day to complete. Laboratory pricing is based on a 1-week turnaround; accelerated turnaround is available for an additional fee. Cost The scope of work will be performed on a time & materials basis for an estimated fee of $9,450: Task Estimated Cost Drilling Subcontractor $1,800 Laboratory $2,250 CTL Labor and Expenses (including traffic control $2,900 IDW Disposal as non -hazardous waste $2,500 Billing rates will be in accordance with those agreed upon previously between Intermountain West Consulting Group and CTL. WILLOW STREET PROJECT 2 GEOTECHNICAL AND ENVIRONMENTAL ENGINEERING SERVICES PROPOSAL CTL PROPOSAL NO. FC-15-0100r3 Proposal GEOTECHNICAL SCOPE OF WORK To develop the required geotechnical design and construction criteria appropriate for the Geotechnical Investigation, we propose to drill three borings to depths of 10 feet, carry out a laboratory testing program and provide you a report summarizing our testing and presenting geotechnical recommendations. Borings will be drilled separate from that indicated by the Environmental Scope of Work. The City of Fort Collins' Regulatory and Government Affairs team will be included in all coordination/communication efforts. Testing and design for the pavement design will be based on the Larimer County Urban Area Street Standards (LCUASS). Geotechnical recommendations will include foundation design, ground improvement alternatives, minimum pavement sections, paving material requirements, pavement construction recommendations, and pavement maintenance recommendations. We propose to provide the Geotechnical Investigation described for a lump sum fee of $4,250. We appreciate the opportunity to provide this proposal and look forward to working with you on this project. If this proposal is accepted, please sign the acknowledgement below and return to a copy to us for our files. Please call if you have any questions. Sincerely, CTL I THOMPSON, INC. 044 Dana L. Harris Environmental Department Manager A04,L-- �•� 144L— Spencer A. Schram, P.E. Geotechnical Department Manager Attachments: Service Agreement and Fee Schedule WILLOW STREET PROJECT GEOTECHNICAL AND ENVIRONMENTAL ENGINEERING SERVICES PROPOSAL CTL PROPOSAL NO. FC-1"IDOr3