HomeMy WebLinkAboutRESPONSE - RFP - 8073 ENGINEERING SERVICES FOR WATER, WASTEWATER & STORMWATER FACILITIES CAPITAL IMPROVEMENTS PROJECTSMarch 9, 2015
Request for Proposal Response
8073 Engineering Services for Future Water, Wastewater and
Stormwater Facilities Capital Improvements
North Weld County Water District Waterline
Relocation at Shields Street
Sanitary Sewer Crossing of the Poudre River Near Shields Street
West Vine Outfall Structure at the Poudre River
XCOFC2015_Engineering Services RFP Response i Anderson Consulting Engineers, Inc.
TABLE OF CONTENTS
SECTION I Executive Summary ................................................................................................................ 1
SECTION II ACE Company Information and Capabilities .......................................................................... 2
2.1 Company Information .................................................................................................. 2
2.2 Services Provided by ACE ............................................................................................. 4
2.3 Capital Improvement Work Experience ....................................................................... 4
2.4 Subconsultants ............................................................................................................. 5
2.4.1 Structural Engineering, Potable Water and Waste Water Engineering
and Surveying .................................................................................................. 6
2.4.2 Landscape Architecture ................................................................................... 6
2.4.3 Tunneling Design and Geotechnical Investigations ......................................... 6
2.4.4 Environmental and Ecological Consulting ....................................................... 7
2.4.5 Archaeological and Historical Research .......................................................... 7
2.5 Similar Projects and Project References ...................................................................... 8
SECTION III Key Team Members ............................................................................................................. 11
3.1 ACE Key Personnel and Experience ............................................................................ 11
3.2 Subconsultants ........................................................................................................... 14
3.2.1 Structural Engineering, Potable Water and Waste Water Engineering
and Surveying ................................................................................................ 15
3.2.2 Landscape Architecture ................................................................................. 15
3.2.3 Tunneling Design and Geotechnical Investigations ....................................... 15
3.2.4 Environmental and Ecological Consulting ..................................................... 16
3.2.5 Archaeological and Historical Research ........................................................ 16
3.3 Individual References and Fee Schedule .................................................................... 16
SECTION IV Project Understanding and Scope of Work .......................................................................... 19
4.1 Project Related Services and Management ............................................................... 19
4.2 Alternative Product Delivery System (APDS).............................................................. 19
4.3 Mulberry/Myrtle Stormwater Outfall ........................................................................ 20
4.3.1 Problem Identification ................................................................................... 20
4.3.2 Mulberry/Myrtle Stormwater Outfall Project Approach ............................... 21
4.4 Howes Street Waterline Replacement ....................................................................... 25
4.4.1 Problem Identification ................................................................................... 25
4.4.2 Howes Street Waterline Replacement Project Approach .............................. 25
XCOFC2015_Engineering Services RFP Response ii Anderson Consulting Engineers, Inc.
TABLE OF CONTENTS (Continued)
4.5 Scope of Work ............................................................................................................ 29
4.5.1 Task 1 – Data Collection and Field Reconnaissance ...................................... 29
4.5.2 Task 2 – Base Map Preparation ..................................................................... 29
4.5.3 Task 3 – Utility Locates .................................................................................. 29
4.5.4 Task 4 – Geotechnical Investigation .............................................................. 30
4.5.5 Task 5 – Surveying ......................................................................................... 30
4.5.6 Task 6 – Alternative Formulation and Evaluation ......................................... 30
4.5.7 Task 7 – Preliminary Design .......................................................................... 31
4.5.8 Task 8 – Final Design and Construction Drawings......................................... 31
4.5.9 Task 9 – Permitting ........................................................................................ 31
4.5.10 Task 10 – Design Report and Documentation ............................................... 31
4.5.11 Task 11 – Design Coordination and Meetings ............................................... 31
4.5.12 Task 12 – Public Involvement, Council Workshop/Meetings ......................... 32
4.5.13 Task 13 – Construction Services .................................................................... 32
SECTION V Availability ............................................................................................................................ 34
SECTION VI Additional Information ......................................................................................................... 35
LIST OF FIGURES
Figure 2.1 ACE Company Organization Chart ............................................................................................. 3
Figure 3.1 ACE Project Team Organization Chart ..................................................................................... 12
Figure 4.1 Mulberry/Myrtle Vicinity Map ................................................................................................ 21
Figure 4.2 Mulberry/Myrtle Stormwater Outfall Plan View .................................................................... 24
Figure 4.3 Howes Street Waterline Replacement Plan View ................................................................... 28
LIST OF TABLES
Table 2.1 ACE Similar Project Experience Matrix .................................................................................... 10
Table 3.1 Individual Reference Contact Information .............................................................................. 17
Table 3.2 ACE Project Team Fee Schedules ............................................................................................ 18
Table 4.1 ACE Project Team APDS Experience ........................................................................................ 20
Table 4.2 Mulberry/Myrtle Stormwater Outfall Proposed Design Budget ............................................. 33
Table 4.3 Howes Street Waterline Replacement Proposed Design Budget ........................................... 33
Table 5.1 ACE Project Team Availability .................................................................................................. 34
LIST OF ATTACHMENTS
Attachment A Sustainability/TBL Methodology
Attachment B Proposal Acknowledgement Form
SECTION I – EXECUTIVE SUMMARY
XCOFC2015_Engineering Services RFP Response 1 Anderson Consulting Engineers, Inc.
In response to the City of Fort Collins’ Request for Proposal titled, “8073 Engineering Services for
Future Water, Wastewater and Stormwater Facilities Capital Improvements”, Anderson Consulting
Engineers, Inc. (ACE) has formed an experienced, highly qualified Project Team that can provide
exceptional service to the City of Fort Collins. All members of the Project Team are local or have a local
office and offer extensive experience in similar capital improvement projects for communities along the
Front Range. This provides the ACE Project Team with the flexibility to reallocate resources to meet the
requirements of a project as the need presents itself. In addition to ACE, the Project Team consists of:
• AVI, p.c. (structural engineering, surveying, and trenchless technology services)
• BHA Design (landscape architect services)
• Brierley Associates (tunneling and geotechnical investigations)
• CTL Thompson (geotechnical testing services)
• Wildland Consultants, Inc. (wetlands, Section 404 permitting services)
• Centennial Archaeology (cultural resources, SHPO permitting)
The ACE Project Team provides not only incomparable experience and technical expertise with
respect to the multiple facets of both the Myrtle/Mulberry Stormwater Outfall (MMSO) and Howes Street
Waterline Replacement (HWR) Projects, but also provides well established relationships within the project
team and with numerous members of the Fort Collins City Staff. Our previous experience working within
the framework of the Alternative Product Delivery System (APDS), working with numerous departments
within the City, our experience with outside entities (utility districts, irrigation companies, railroad
companies, CDOT), permitting experience (USACE 404 Permits, SHPO 106 Permits, Floodplain Use Permits,
CLOMRs/ESA Compliance, LOMRs) and our Team’s institutional knowledge (e.g., preparation of both the
Old Town Master Drainage Plan and Water Quality Master Plan) provides the ACE Project Team with a
unique skillset that we believe will be an invaluable resource for the City of Fort Collins in the successful
completion of any water, wastewater or stormwater project. Our experience with the APDS process
provides us the unique opportunity to avoid complacency by building upon the previous accomplishments
of the program.
Specifically related to the MMSO, HWR or any water, wastewater or stormwater project, a
primary consideration in the evaluation of potential alternatives is the identification and management of
risk. Through the APDS process these risk factors are identified early in the alternative evaluation and
design phase and assessed to develop solutions that not only address the infrastructure needs but also
promote sustainability in the form of economic, social and environmental values. With our previous
experience in the APDS process, there will be several design related considerations, including: (a) utility
conflicts; (b) surface constraints (i.e., busy intersections, railroads, irrigation ditches, etc.); (c) limiting
impacts to surrounding property owners; (d) communicating/involving property owners in the design
process; (e) easement and right-of-way acquisition; (f) ensuring a constructible, timely and cost-effective
construction project; and (g) permitting. The construction phase provides the means and methods to
ensure the goals of the project are obtained in a timely and cost-effective manner.
The City of Fort Collins is our most valued client. We pride ourselves in having the opportunity to
work within our community and find it rewarding both professionally and personally. In addition, with
our local presence, we are able to support the City of Fort Collins at a moment’s notice whether it is an
impromptu meeting or a construction related issue that needs immediate attention.
The ACE Project Team also prides itself in the fact that all of our key personnel are committed to
our respective companies. Simply put, this means that we anticipate having the same people that work
on the first project under this contract available to work on the last. In addition, the City of Fort Collins
can be assured that through our sustainability efforts, our team will continue to be a strong resource for
the foreseeable future.
SECTION II – ACE COMPANY INFORMATION AND CAPABILITIES
XCOFC2015_Engineering Services RFP Response 2 Anderson Consulting Engineers, Inc.
2.1 Company Information
Anderson Consulting Engineers, Inc.
(ACE) is an employee owned water resources
engineering and environmental consulting firm
providing a full range of water resources
services. ACE was founded in 1998 by Brad
Anderson, P.E., following a twelve year
partnership with Lidstone & Anderson, Inc. Mr.
Anderson has brought to ACE the same team of
engineers and scientists that have supported
him in the past and continues to provide a
practical approach to the evaluation and design
of water resources projects that has won the
confidence of our wide variety of clients.
All of our senior management level
staff members have been with the company for
at least 18 years and consist of the same staff
that have managed previous projects
supporting the City of Fort Collins. In addition,
most of the Senior Staff are registered in several
states and all have advanced degrees and/or
education in their fields. They are supported by
dedicated, experienced engineers and scientists,
most of whom also possess advanced degrees.
In addition, the staff includes a full complement of technical support personnel including GIS analysts and
CAD designers.
ACE currently has a staff of 21 people consisting of 15 engineers/scientists, of which thirteen are
Registered Professional Engineers in Colorado. Six of our engineers are also Certified Floodplain
Managers. We also offer outstanding expertise and the capacity to complete a high volume of complex
projects in both GIS and CAD design, with two GIS analysts (both are proficient in AutoCAD) and two
AutoCAD technicians (which are also proficient in GIS). A company organization chart is provided as
Figure 2.1.
Staff Member Total Years
Experience
Total Years
Experience
with ACE & LAa
Brad Anderson, P.E., CFM 34 29
Greg Koch, P.E., CFM 29 24
Chris Pauley, P.E., CFM 24 19
Aaron Hansen, P.E., CFM 18 18
Brian Van Zanten, P.E., CFM 21 16
Michelle Martin, P.E. 13 13
Brian Smith, P.E., CFM 12 12
Scott Parker, P.E. 13 12
Jamis Darrow, P.E. 11 11
Jason Albert, P.E. 10 10
Travis Rounsaville, P.E. 8 8
Matt Clark, P.E. 5 5
Michael Turner, P.E 3 3
Clark Kephart, EIT 2 2
Jay Schug, Scientist 26 21
Brian Thompson, GIS Specialist 18 8
Ben Ackert, GIS Specialist 10 7
Steven Lenz, CAD Specialist 21 1
Mark Colhour, CAD Specialist 16 16
Tami Witham, Office Manager 27 27
Patty Burger, Admin 4 4
XCOFC2015_Engineering Services RFP Response 3 Anderson Consulting Engineers, Inc.
Engineers
Matt Clark, P.E.
Michael Turner, P.E.
Clark Kephart, E.I.T.
GIS Analysts/
Technicians
Brian Thompson
Ben Ackert
AutoCAD
Designers
Steve Lenz
Mark Colhour
Administrative
Support
Tami Witham
Patty Burger
Project
Managers
Chris Pauley, P.E, CFM
Aaron Hansen, P.E., CFM
Brian Smith, P.E., CFM
Jay Schug
Senior
Engineers
Scott Parker, P.E.
Jamis Darrow, P.E.
Brian Van Zanten, P.E., CFM
Michelle Martin, P.E.
President /
Principal Engineer
Brad Anderson, P.E., CFM
Vice President /
Principal Engineer
Greg Koch, P.E., CFM
Project Engineers
Jason Albert, P.E.
Travis Rounsaville, P.E.
Figure 2.1 ACE Company Organization Chart.
XCOFC2015_Engineering Services RFP Response 4 Anderson Consulting Engineers, Inc.
2.2 Services Provided by ACE
Pertinent to utility capital improvement work, Anderson Consulting Engineers, Inc. (ACE)
specializes in the following engineering services:
Analysis and design of major stormwater, water and wastewater improvements;
Preparation of construction plans, specifications, permitting, and contract documents;
Providing resident engineering and construction administration/management services;
Hydrologic and hydraulic analyses, including the preparation of stormwater master plans;
Rehabilitation of natural stream channels including complex geomorphic and sediment transport
assessments;
Planning analyses and design of irrigation infrastructure;
Floodplain mapping and FEMA map revisions; and
Selection and design of stormwater quality BMPs and LID techniques.
A comprehensive list of services provided by ACE is identified below. It is noted that these services
are both expanded and enhanced through the support of our subconsultants, of which ACE has worked
successfully for many years.
• Design of Hydraulic Systems, Including
Stormwater, Wastewater, Potable
Water, and Irrigation
• Construction Administration/Resident
Engineering
• Hydrologic and Hydraulic Analyses
• Development and Updating of Master
Drainage Plans
• Permitting
• Irrigation Planning and Design
• Design of Channel Maintenance and
Stabilization Measures
• River Restoration and Natural Channel
Design
• Floodplain Studies
• Sediment Transport Analysis
• Geomorphic Investigations
• Water Supply and Water Rights
Engineering
• Water Quality Investigations, Master
Planning and Design
• Groundwater Engineering
• Stormwater Drainage and Management
• Public Outreach
• Land Acquisition/Easement Procurement
• Graphical Information Systems
• Mine Planning and Permitting
2.3 Capital Improvement Work Experience
ACE has made working with municipalities to improve their drainage infrastructure a focal point
of our company’s goals and corresponding experience. This is demonstrated through our many years of
capital improvement experience with municipalities including: (a) the City of Longmont; (b) City of
Loveland; (c) City of Greeley; (d) Town of Windsor; (e) Towns of Fredrick, Firestone and Dacono; and (f)
most notably the City of Fort Collins. With respect to capital improvement work in Fort Collins, ACE’s
capabilities are strengthened by their institutional knowledge of the City’s stormwater master drainage
plans, which are typically used as the launching point for the alternative evaluation and identification of
the City’s storm drainage improvement projects. This knowledge has been procured through ACE’s
preparation of many of these master plans coupled with our longstanding working relationship with the
City.
XCOFC2015_Engineering Services RFP Response 5 Anderson Consulting Engineers, Inc.
As part of our long
commitment to the City of Fort
Collins, ACE has had the
opportunity to engage with
numerous departments outside
of the Utilities Department
including the Engineering
Department, Park Planning and
Development Department,
Streets Department, Natural
Areas Department, and the
Stormwater Department. This
experience has enabled ACE to
build strong relationships with
the various Staff associated with
these departments and to better
understand each department’s
goals as well as their process in
completing these goals. This
experience has proven beneficial
to not only projects completed directly for these other departments but has also been shown to facilitate
and improve capital improvement projects being completed under the APDS process as these projects
typically involve multiple City Departments.
In addition, ACE’s experience with capital improvement work has afforded them the ability to
work with outside agencies including irrigation entities, water and sewer districts, CDOT and railroad
companies. In the past, this experience has proven invaluable to obtaining temporary easements and
permanent improvement/crossing agreements with these entities, which are typically critical path items
in the successful completion of a project.
2.4 Subconsultants
ACE’s abilities are strengthened by their long working relationship with subconsultants that have
supported them on several projects in the past. The following is a summary of the anticipated
subconsultants whose services may be enlisted depending on the needs of a particular project assigned
under this contract.
ACE has provided engineering services under the City of Fort
Collins Alternate Product Delivery System (APDS) for over 15
years giving our team the understanding, familiarity, and
experience required to continue providing these services to
the City. Select projects that have either been completed or
are currently ongoing under this system include:
Canal Importation Ponds and Outfall
West Vine Outfall
Rigden Storage Reservoir
Boxelder Creek Outfall
Prospect Road Bridge Replacement
Poudre River Sewer Crossing at Shields Street
Rolland Moore Detention Pond
Oxbow Levee
VTH Outfall Project
Drake Road Storm Sewer
“Anderson is a company that listens to the needs of their customer and provides engineering
services that are always of the highest quality. It is through my association with Anderson
that I feel they care about the product from inception to completion. Their response time to
changes has always been quick, concise and their attention to details has been excellent. It is
through the consistency of their product that I know that I can count on them to address my
needs.”
Jerry Garretson, Resource Manager, Poudre School District
XCOFC2015_Engineering Services RFP Response 6 Anderson Consulting Engineers, Inc.
2.4.1 Structural Engineering, Potable Water and Waste Water Engineering, and Surveying
AVI, p.c. provides the ACE Project Team with exceptional experience and depth in the
structural engineering and surveying disciplines. In addition, AVI strengthens ACE’s design
capabilities in the fields of potable water and wastewater. AVI and ACE have collaborated
on numerous successful design projects in the past including the following: (a) CIPO; (b) the 35th
Avenue/22nd Street Storm Sewer; (c) 4th Avenue Storm Sewer/Bestway Detention Pond; (d) Boxelder
Creek Outfall; and (e) Prospect Road Bridge Replacement. AVI Professional Corporation, with an office in
Fort Collins, CO and headquartered in Cheyenne, Wyoming, provides fully integrated professional services
in civil engineering, surveying, planning and environmental sciences. In support of this contract, AVI has
direct project experience with design/construction of storm drainage, potable water and wastewater
facilities, including trenchless projects, and has been providing structural engineering services on several
capital improvement projects completed by ACE in support of several municipalities in northern Colorado.
2.4.2 Landscape Architecture
BHA Design Inc. is a landscape architecture and planning firm established in January of
1993 with their office located in Fort Collins. BHA provides landscape architecture, master
planning, urban design, sign design, image development, public process, and entitlement
services to both public and private clients in a variety of settings.
BHA Design is guided by three design philosophies that influence all of their projects:
sustainability, therapeutic design, and fun. They are also committed to design excellence. Design plays a
strong role in the quality of public place and they are committed to creating lasting and durable places
that engage their users.
BHA and ACE have collaborated on several projects under the current City of Fort Collins’ capital
projects contract. Included in these efforts are the following representative projects: (a) CIPO; (b) West
Vine Outfall; (c) Rigden Reservoir; (d) Boxelder Creek Outfall; and (e) Prospect Road Bridge
Replacement. In addition, BHA and ACE have recently collaborated on the Downtown Poudre River
Project.
2.4.3 Tunneling Design and Geotechnical Investigations
Brierley Associates is a privately held national tunnel, trenchless, geotechnical, and geo-
structural design firm with offices strategically located in nine states. Brierley Associates
headquarters are located in Denver, Colorado with an office in Fort Collins. Brierley
Associates has a long history of delivering recognizable value to our clients and projects by providing cost
effective and constructible solutions. Brierley’s staff of more than 60 design professionals strive to
provide accurate and highly focused information in a timely and cost effective manner.
Brierley’s Colorado geotechnical, tunnel, trenchless, and geo-structural design practice in
Colorado is heavily focused on stormwater, water, and wastewater infrastructure projects. Brierley
Colorado staff has been involved in well over 100 stormwater, water, and wastewater projects along with
many stormwater projects in Colorado and neighboring states.
Brierley and ACE have collaborated on several projects under the current City of Fort Collins’
capital projects contract and APDS system. Included in these efforts are the following representative
projects: (a) West Vine Outfall; (b) Rigden Reservoir; (c) Boxelder Creek Outfall; and (d) Prospect Road
Bridge Replacement.
XCOFC2015_Engineering Services RFP Response 7 Anderson Consulting Engineers, Inc.
CTL|Thompson, Inc. is a consulting engineering firm offering geotechnical,
materials, environmental and structural engineering services, construction
observation, soil and materials testing, and forensic engineering. The Fort Collins branch has a team of 28
employees, including professionals in Geotechnical Engineering, Structural Engineering, and
Environmental Sciences, all of whom have provided consultation services to the City of Fort Collins and
the greater community. In addition, the Field Department of CTL|Thompson has worked closely for and
with the City of Fort Collins for over a decade performing construction observation services and material
testing.
CTL|Thompson and ACE have collaborated on several projects under the current City of Fort
Collins’ capital projects contract. Included in these efforts are the following representative projects: (a)
Oxbow Levee Recertification; (c) West Vine Pedestrian Trail Design; and (d) Big Thompson River Bank
Repair at Dragonfly Pond.
2.4.4 Environmental and Ecological Consulting
Wildland Consultants, Inc. (WCI) was established in Larimer County in 1994 to provide high
quality environmental and ecological consulting services to private industry, cities,
counties, and government agencies. WCI offers the following services: (a) Preparation of
Environmental Impact Statements and Environmental Assessments according to the requirements of
NEPA; (b) Wetland delineations, wetland mitigation planning, 404 Permitting with the Army Corps of
Engineers; (c) Stormwater Pollution Prevention Planning, drainage way restoration and planning; (d)
Endangered Species Act compliance including rare species inventories, Section 7 Consultation with the
USFWS, and preparation of Biological Assessments; (e) Mitigation, Revegetation and Restoration
Planning; and (f) Baseline ecological studies.
WCI and ACE have collaborated on several projects under the current City of Fort Collins’ capital
projects contract including: (a) Wetland Monitoring and Mitigation for CIPO; (b) West Vine Outfall; (c)
Rigden Reservoir; (d) Boxelder Creek Outfall; and (e) the Prospect Road Bridge Replacement.
2.4.5 Archaeological and Historical Research
Centennial Archaeology was founded in 1984 and is headquartered in Fort Collins,
Colorado. For three decades Centennial has conducted contract-based
archaeological and historical research throughout the Southern Rocky Mountains,
western Great Plains, eastern Great Basin, and Southwest. As a company Centennial has made a long-
term commitment to the archaeology and history of Colorado, with an emphasis on the Front Range
region, and has conducted archaeological and historical surveys and excavations throughout the region.
Centennial has been actively involved in recovery efforts associated with the September 2013 floods. The
company as well as individual staff members have conducted multiple projects associated with recovery
endeavors including road and utility line reconstruction, trail relocation, building relocation, and
reconstruction and documentation of numerous ditches and historic buildings.
Centennial Archaeology and ACE have collaborated on several projects under the current City of
Fort Collins’ capital projects contract including: (a) West Vine Outfall; (b) Rigden Reservoir; (c) Poudre
River Sewer Crossing; (d) West Vine Pedestrian Trail Design; (e) Boxelder Creek Outfall; and (f) Prospect
Road Bridge Replacement.
XCOFC2015_Engineering Services RFP Response 8 Anderson Consulting Engineers, Inc.
2.5 Similar Projects and Project References
The capabilities of the ACE Project team is demonstrated through the successful completion of
numerous projects involving the design and construction of stormwater facilities, water distribution
facilities, and wastewater facilities. In direct response to the RFP, detailed project descriptions and
references of five select projects that have been completed in the last 5 years, and that illustrate the ACE
Project Team’s expertise in this field, are presented below. A more comprehensive list of the projects
completed by the ACE Project Team over the last five years that are directly related to work anticipated
as part of this contract has been provided in the project matrix presented as Table 2.1.
Canal Importation Ponds and Outfall Project (CIPO), Fort Collins, CO
Client: Mr. Dean Saye (970) 221-6212
Mr. Matt Fater (970) 416-2146
City of Fort Collins Utilities
700 Wood Street
Fort Collins, CO 80522
The Canal Importation Ponds and
Outfall (CIPO) Project addressed
two of the thirteen drainage
improvement projects identified in
the Master Drainage Plan, with an estimated
construction cost of $21 million. The purpose of
the CIPO Project was to develop an outfall for the
Canal Importation Basin, that would collect,
detain, and convey storm water runoff generated
within the basin, and discharge to Spring Creek.
This project was a collaborative effort between
ACE and Ayres Associates, and was conducted as
part of the City of Fort Collins’ APDS process. Key
elements of this ACE’s portion of the project included the following: (a) design of three regional detention
ponds, providing nearly 140 acre-feet of detention capacity; (b) numerous large storm sewers including
two siphons underneath a major roadway and irrigation ditch; (c) over 2 miles of subsurface drains; (d)
relocation of a 12” water line, three 8” sewer lines, and a 16” sewer trunk line; (e) the procurement of an
Individual 404 Permit for construction within existing wetlands; (f) full time resident engineering and
construction management services; (g) development of as-built construction drawings; and (h) on-going
wetland monitoring to fulfill the special conditions of the 404 permit. Mr. Brad Anderson served as the
project manager for this project, while Mr. Aaron Hansen and Mr. Brian Smith were the engineers
responsible for the design and development of construction drawings. BHA Design Inc. and AVI, p.c. were
an integral part of the design team, providing landscape architecture and structural engineering services,
respectively. Initial consultant fees for the design, development of construction documents, construction
management, development of as-built construction drawings, and the wetland monitoring totaled
$1,025,000. Total to-date invoice fees for this project, which was substantially completed in 2012 but still
requires the close out the Individual 404 permit, are $1,025,000, with no change orders required or
anticipated. It is noted that the initial consultant fees reflect the total of several task orders and changes
in scope of work as requested by the client during the completion of this project.
Completed CIPO
Detention Ponds
XCOFC2015_Engineering Services RFP Response 9 Anderson Consulting Engineers, Inc.
35th Avenue/22nd Street Storm Sewer Project, Greeley, CO
Client: Mr. Bert Leautaud (970) 336-4121
City of Greeley Stormwater Division
1001 9th Ave.
Greeley, Colorado 80631
This project was identified as a major capital
improvement in the City of Greeley Master Drainage
Plan (completed by ACE in 2006), includes the capture
and conveyance of stormwater flows from the
intersection of 35th Avenue and 22nd Street in a
complex inlet and storm sewer system to the Sanborn Park Channel
northeast of this intersection. The purpose of the project is to capture
stormwater on the west side of 35th Avenue in an inlet gallery and
convey the flows to the Sanborn Park Channel via a 4'H x 7'W RCBC and
a small drainage channel. This project consisted of the following
components: (a) hydrologic investigation of the tributary drainage basin to define design discharges for the infiltration gallery; (b)
hydraulic design of the infiltration gallery, 4'H x 7'W RCBC, outlet structure, and downstream channel restoration measures using
Haested’s StormCAD™ and HEC-RAS; (c) final design of the 35th Avenue/22nd Street storm sewer system including the design of
the infiltration gallery, storm sewer box culverts and pipes, manholes, utility conflict resolution (including the relocation of a 12”
sanitary sewer and 12”), street infrastructure replacement, channel grading and erosion protection measures; (d) preparation of
final construction plans, technical specifications, and contract documents; and (e) bidding and construction services including
shop drawing review and construction observation. Mr. Aaron Hansen served as the project manager and senior engineer
responsible for the design and development of construction drawings. Mr. Greg Koch provided technical guidance and quality
control for this project and AVI, p.c. served as the structural engineer. Initial consultant fees for the hydrologic investigation, final
design, and development of construction documents, and construction management totaled $106,876. Total invoice fees to the
project were $106,873, with no change orders required. It is noted that the initial consultant fees reflect the total of several task
orders and changes in scope of work as requested by the client during the completion of this project.
Norris Avenue Project, Cheyenne WY
Client: Mr. Nathan Beauheim, P.E.
(307) 637.6268
Assistant City Engineer
2101 O’Neil Avenue,
Cheyenne, WY 82001
Although many consider the Norris Viaduct a
bridge replacement project, it is important to note
that a large component included the design and
installation of a major storm sewer system. A significant portion of
the project involved upgrading the storm sewer systems (orange)
and water distribution mains (blue) covering 40 acres of city
residential/industrial blocks. The majority of the utility upgrades
included 9,100 ft of storm sewer and 9,300 ft of water transmission mains, and the demolition of the existing storm sewer that
traversed through Frontier Refinery. A 300-foot bore of the 54-inch storm sewer (pictured above), and a 200-foot bore of a 24-
inch casing under UPRR mainline was also accomplished. The storm sewer was modeled by ACE and designed by AVI, with Mr.
Tom Kent serving as a project manager. The design team included Olsson Associates, AVI and ACE with surveying, design fees,
and construction management fees at 1.1 million (excluding Olsson Associates). There were change orders due to the change in
scope as the project grew in size to include storm sewer upgrades to other side streets, the acquisition of additional right of way,
and issues with the Union Pacific Railroad. Total invoices (excluding Olsson Associates) for the project were 1.25 million with
construction costs at 19.75 million. The project was awarded ‘Project of the Year’ by the Wyoming Engineering Society for 2010.
West Vine Water Transmission Line Relocation, Fort Collins, CO
Client: Mr. Eric Larson (970) 356-3020
North Weld County Water District
32825 County Road 39, P.O. Box 56
Lucerne, CO 80646
Originally constructed as North Weld County Water
District’s (NWCWD) main water transmission line in 1963,
approximately a 400-foot long portion of the existing 24-
inch reinforced concrete cylinder pipe (RCCP) transmission
line was identified for lowering and relocation as part of
the West Vine Outfall Project northwest of the intersection of Shields
XCOFC2015_Engineering Services RFP Response 10 Anderson Consulting Engineers, Inc.
Table 2.1 ACE Similar Project Experience Matrix.
Client/Contact Information
(Engineering Firm) Project Description/Scope
Consultant
Fees
Change
Orders Subconsultants
Name: 4th Street Storm Sewer System and
Bestway Detention Pond Project
Owner Name: City of Greeley – Public Works
(Anderson Consulting Engineers, Inc)
The 4th Street Storm Sewer and Bestway Detention Pond project consisted of the design and construction of a complex system of inlets, storm sewers, and a regional
detention pond to reduce flood hazards in north central Greeley. Design components included: (a) six large inlet galleries; (b) over 1,700 feet of storm sewer, ranging in size
from 8’Wx2’ RCBC to 18-inch RCP; (c) relocation of a water distribution line; and (d) the crossing of an irrigation ditch with the pond outlet pipe. The design/construction of
this project was highly complex due to the required depth of the storm sewer and the need to keep two lanes of traffic open during construction.
Initial: $174,413*
Final: $174,413
No AVI, p.c.
Name: US Highway 287 Waterline Relocation
Owner Name: West Fort Collins Water Line
(Anderson Consulting Engineers, Inc)
As part of the Highway 287 widening project currently under way by CDOT just north of Fort Collins, ACE has been providing the West Fort Collins Water District design plans
to relocate their existing waterline out from under the ultimate roadway width. The Phase I design involved (a) installing over 500 linear feet of 12-inch C-900, of which 90
linear feet was located under Dry Creek in a 24-inch steel casing; (b) boring over 150 linear feet of 8-inch C-900 under Highway 287 to supply services to the south; and (c) the
connection of several services.
Initial: $35,000
Final: $35,000
No N/A
Name: Robert Benson Reservoir Dam
Owner Name: City of Fort Collins – Natural Areas
(Anderson Consulting Engineers, Inc)
Anderson Consulting Engineers, Inc. was contracted by the City of Fort Collins Natural Resources Department to design, develop, and provide final construction drawings for
the rehabilitation of the Robert Benson Reservoir Dam in southeast Fort Collins. The dam was purchased as part of the Pelican Marsh Natural Area, and was placed under a
drain order by the State of Colorado Dam Safety Office due to the condition of the principal outlet and the undersized spillway. The project included the geotechnical analysis
of the existing dam, hydrologic analyses to route flows through the dam, the design of the principal outlet and a new emergency spillway, and the incorporation of a new
irrigation intake structure. Anderson Consulting Engineers also provided dam break inundation mapping for the dam as it is classified as a minor high hazard dam by the State
of Colorado’s Dam Safety regulations.
Initial: 151,539*
Final: 151,539
No N/A
Name: West Vine Basin Outfall Project
Owner Name: City of Fort Collins – Utilities
(Anderson Consulting Engineers, Inc)
This project included the alternative analysis and final design of a stormwater outfall channel for the approximately 2,350 acre West Vine Drainage Basin located in
northwestern Fort Collins, Colorado. The purpose of the project was to provide flood mitigation, improve water quality, and enhance habitat to the lower portion of the
drainage basin as identified in the Master Drainage Plan. Approximately 50,000 cubic yards of material were excavated to create approximately 3,300 feet of stream corridor
that restored the drainage basin’s historic outfall connection to the Cache la Poudre River and also removed approximately 25 existing structures from the floodplain.
Construction of the project was completed in November 2014. However, ACE is currently finalizing the development of as-built construction drawings and the as-built
hydraulic analysis/floodplain mapping. Change orders to complete the as-built documentation are not anticipated.
Initial: $490,031*
To Date: $463,398
No BHA Design;
Brierley;
Wildland;
Centennial
Name: Logan River & Blacksmith Fork Flood
Control Project
Owner Name: Logan City, UT
(Anderson Consulting Engineers, Inc)
SECTION III – KEY TEAM MEMBERS
XCOFC2015_Engineering Services RFP Response 11 Anderson Consulting Engineers, Inc.
Anderson Consulting Engineers Inc. (ACE) has assembled a project team that we believe is
unsurpassed with respect to providing the experience, expertise and attention-to-detail necessary to
support the City of Fort Collins on all future water, wastewater and stormwater facilities capital
improvements and master planning. ACE’s expertise is derived primarily from previous project
experience, backed by our technical education that is supported by additional training and continuing
education. This expertise is manifested in the outstanding capabilities of the ACE Staff and our team
members. The goal of the ACE Project Team is to work together with the City of Fort Collins and the
APDS Construction Contractor to provide engineering designs that are economical and constructible,
and that provide economic, environmental, and social benefits to the citizens and property owners of
Fort Collins. Figure 3.1 is provided as an ACE Project Team organization chart, with detailed information
of several key team members provided below.
3.1 ACE Key Personnel and Experience
The ACE Contract Manager and primary point of contact for the consulting engineering services
for future water, wastewater and stormwater facilities capital improvements will be Mr. Bradley
Anderson, P.E., CFM, and President of ACE. Bringing his experience of over 34 years in the field of water
resources engineering and his extensive experience in managing past projects under the APDS, Mr.
Anderson will be responsible for project management and coordination, staff assignment and general
QA/QC supervision.
In support of Mr. Anderson, additional ACE Project Managers will be assigned to specific projects
according to their past experience/current expertise and availability. The Project managers will direct and
oversee all aspects of the engineering, design, and permitting efforts. In addition to Mr. Anderson, the
role of Project Manager under this contract, will be fulfilled by Mr. Gregory Koch, P.E., CFM, Mr. Aaron
Hansen, P.E., CFM and Mr. Brian Smith, P.E., CFM. These senior staff are all Project Managers and Owners
of Anderson Consulting Engineers, Inc. with over 29 years, 18 years and 12 years of experience in the field
of water resources engineering, respectively. These Project Managers have been instrumental in the on-
going efforts and successful completion of the projects conducted under the City’s Alternative Product
Delivery System (APDS) process including the Canal Importation Ponds and Outfall Project (CIPO), the
West Vine Outfall Project, Boxelder Creek Outfall Project, the Prospect Road Bridge Replacement
Project, the Rigden Reservoir Project, the Sanitary Sewer Crossing of the Cache la Poudre River; the
Rolland Moore Park Pond Project, the Oxbow Levee Project, the Veterinary Teaching Hospital (VTH)
Outfall Project, and the Clearview Channel Design Project, just to name a few.
To ensure the successful completion of work invoked by this contract, and to ensure continuity
throughout the duration of the contract, we intend to optimize the utilization of the breadth and depth
of experience that our members bring to the project team. However, we understand that there will be
circumstances in which we need to adjust staffing to meet specific workloads and to be able to quickly
respond to unanticipated requests. Consequently, although we intend to utilize the same personnel
throughout the City of Fort Collins’ engineering services contract, ACE is committed to meeting the
dynamic nature of manpower associated with this contract. To accommodate the requisite adjustments
to manpower, ACE maintains additional engineering staff who would be fully capable of stepping in and
providing the required engineering services on a moment’s notice. This ability has been strengthened
with our staff’s long-term commitment to the company, which in turn strengthens their familiarity with
the process.
Resumes of the primary project team members of ACE are provided below. In addition, resumes
of the key members of our subconsultants are provided in Section 3.2.
XCOFC2015_Engineering Services RFP Response 12 Anderson Consulting Engineers, Inc.
Kristin Gensmer
Centennial
Archaeological and
Historic Research
Brian Thompson
Ben Ackert
Steven Lenz
Mark Colhour
ACE GIS and AutoCAD
Scott Parker, P.E.
Jamis Darrow, P.E.
Travis Rounsaville, P.E.
Matt Clark, P.E.
ACE Support Staff
Roger Sherman
Jason Messaros
BHA
Landscape Architecture
Eric Berg
Wildland
Environmental and
Ecological Consulting
CITY OF FORT COLLINS
CONSULTING ENGINEERING SERVICES FOR FUTURE WATER,
WASTEWATER, AND STORMWATER FACILITIES CAPITAL IMPROVEMENTS
Robin Dornfest, PG
Lance Heyer, P.E.
Brierley
Tunneling Design and
Geotechnical Investigations
Wayne Thompson, P.E.
Spencer Schram. P.E.
CTL
Geotechnical Evaluation
and Testing
Tom Kent, P.E.
Daryl Johnson, P.E.
Adam Deschler, P.L.S.
AVI
Structural Engineering,
Potable Water/
Wastewater Engineering
Support and Surveying
Figure 3.1 ACE Project Team Organization Chart.
Brad Anderson, P.E., CFM
ACE
Contract/Project Manager
Greg Koch, P.E., CFM
Aaron Hansen, P.E., CFM
Brian Smith, P.E., CFM
ACE
Project Managers
XCOFC2015_Engineering Services RFP Response 13 Anderson Consulting Engineers, Inc.
Brad Anderson, P.E., CFM – Anderson Consulting Engineers, Inc.
Mr. Anderson is President and Principal Engineer with Anderson Consulting Engineers, Inc.
Mr. Anderson has over 34 years of consulting experience in the field of water resources
engineering. Mr. Anderson has been specifically involved in managing contracts and projects
conducted as part of the City of Fort Collins’ Alternative Product Delivery System. He is a
registered professional engineer in Colorado, Wyoming, Nevada, and Oregon, as well as a Certified
Floodplain Manager.
Mr. Anderson has been the project manager for projects involving: (a) preliminary and final
design of flood control channels, detention ponds, hydraulic structures, irrigation canal structures, storm
sewers, water distribution and storage systems, utility relocations, and dam outlet works; (b) stormwater
master planning; (c) channel rehabilitation and stabilization; (d) Digital Flood Insurance Rate Map (DFIRM)
Conversion Projects through local and state Cooperating Technical Partners; and (e) hydrologic, hydraulic
and sediment transport analyses of natural and improved river systems. Projects that demonstrate Mr.
Anderson’s experience as it relates to this contract are listed below.
• Canal Importation Ponds and Outfall Channel (CIPO), Fort Collins, CO
• Boxelder Creek Outfall Project, Fort Collins, CO
• Prospect Road Bridge Replacement Project, Fort Collins, CO
• West Vine Outfall Project, Fort Collins, CO
• Rigden Storage Reservoir Project, Fort Collins, CO
• Oxbow Levee Project Design, Construction and LOMR, Fort Collins, CO
• VTH Outfall Project, Fort Collins, CO
Gregory J. Koch, P.E., CFM – Anderson Consulting Engineers, Inc.
Mr. Koch is Vice President and Principal Engineer with Anderson Consulting Engineers, Inc.
He has over 29 years of experience managing and/or conducting hydrologic, hydraulic,
sediment transport, and channel stability studies, floodplain and flood mitigation studies,
designing channel stabilization/restoration and flood mitigation improvements, flood control
and urban drainage systems, as well as preparing master drainage plans for public agencies and private
sector clients. Mr. Koch has been a member of the Larimer County Flood Review Board for 13 years, and
has served as chairman of that board over the last 10 years. He is a registered professional engineer in
Colorado, Iowa and Utah, as well as a Certified Floodplain Manager.
Mr. Koch has been the project manager for studies involving: (a) floodplain and floodway
delineations in both natural and urban riverine settings, in support of applications to the FEMA, (b)
preliminary and final design of flood control channels, detention ponds, hydraulic structures, irrigation
canal structures, channel erosion protection measures, storm sewers, and dam outlet works; (c)
preparation of master drainage plans; and (d) hydrologic/hydraulic modeling of urban drainage systems.
Projects that demonstrate Mr. Koch’s experience as it relates to this contract are listed below.
• Downtown Poudre River Stream Restoration Project, Fort Collins, CO
• Drake Road Bridge/Spring Creek Channel Restoration, Fort Collins, CO
• Clearview Channel Design and Construction Project, Fort Collins, CO
• Logan River and Blacksmith Fork River Stabilization Plan, Logan, UT
• Poudre River Stability Study, Fort Collins, CO
• Boxelder Creek Stability Study, Fort Collins, CO
XCOFC2015_Engineering Services RFP Response 14 Anderson Consulting Engineers, Inc.
Aaron M. Hansen, P.E., CFM – Anderson Consulting Engineers, Inc.
Mr. Hansen is a Project Manager/Senior Engineer with Anderson Consulting Engineers, Inc.
He has a B.S. in Civil Engineering (Colorado State University, 1996), and over 18 years of
experience conducting hydrologic, hydraulic and channel stability studies, as well as designing
flood control and urban drainage systems, and preparing master drainage plans for public
agencies and private sector clients. He is a registered professional engineer in Colorado and a Certified
Floodplain Manager.
Mr. Hansen has been the project manager or senior engineer for studies involving: (a) conceptual,
preliminary and final design of flood control channels, detention ponds, hydraulic structures, channel
erosion protection measures, storm sewers, and general site development; (b) preparation of Master
Drainage Plans; (c) hydrologic and hydraulic evaluations of natural and improved river systems and
irrigation delivery systems; and (d) floodplain and floodway delineations in both natural and urban
riverine settings in support of CLOMR/LOMR applications to FEMA. Projects that demonstrate Mr.
Hansen’s experience as it relates to this contract are listed below.
• Canal Importation Ponds and Outfall Channel (CIPO), Fort Collins, CO
• Boxelder Creek Outfall Project, Fort Collins, CO
• Prospect Road Bridge Replacement Project, Fort Collins, CO
• West Fort Collins Water District Highway 287 Waterline Relocation, Fort Collins, CO
• Welch Street Bridge Replacement, Spring Creek, Fort Collins, CO
• 4th Street Storm Sewer and Bestway Detention Pond Project, Greeley, CO
• 35th Avenue/22nd Street Stormwater Box Culvert Design Project, Greeley, CO
Brian A. Smith, P.E., CFM – Anderson Consulting Engineers, Inc.
Mr. Smith is a Senior Engineer with Anderson Consulting Engineers, Inc. He has a B.S. in Civil
Engineering (Colorado State University, 2001), an M.S. in Hydraulic Engineering (Colorado
State University, 2003), and over 12 years of experience conducting hydrologic and hydraulic
studies, as well as designing flood control drainage systems. He is a registered professional
engineer in Colorado and a Certified Floodplain Manager.
Mr. Smith has been the engineer on studies involving: (a) preliminary and final design of flood
control channels, storm sewers and channel stability measures; (b) hydrologic and hydraulic analyses of
natural and improved watercourses; and (c) floodplain and floodway delineations in both natural and
urban riverine settings in support of CLOMR/LOMR applications to FEMA. Projects that demonstrate Mr.
Smith’s experience as it relates to this contract are listed below.
• Canal Importation Ponds and Outfall Channel (CIPO), Fort Collins, CO
• West Vine Outfall Design, Fort Collins, CO
• Rigden Reservoir Storage Project, Fort Collins, CO
• Oxbow Levee Project Design, Construction and LOMR, Fort Collins, CO
• Shields Street Sanitary Sewer Crossing of the Poudre River, Fort Collins, CO
• Terry Lake Neighborhood Regional Detention Pond Design, Longmont, CO
• West Vine Outfall NWCWD Water Transmission Line Relocation, Fort Collins, CO
3.2 Subconsultants
ACE’s abilities are strengthened by their long working relationship with subconsultants that have
provided support on several projects in the past. The following is a summary of the subconsultants and
key personnel whose services may be enlisted for a particular project assigned under this contract.
XCOFC2015_Engineering Services RFP Response 15 Anderson Consulting Engineers, Inc.
3.2.1 Structural Engineering, Potable Water and Waste Water Engineering, and Surveying
Tom Kent, P.E. – AVI, p.c.
Mr. Kent, P.E. is a principal and vice president with AVI, p.c. He has 18 years of experience
specializing in Project Management, Design and Construction Engineering projects along
the Front Range. Tom is a Registered Professional Engineer in Colorado, Wyoming, and
North Dakota and will provide design support for potable water and sanitary sewer improvements
including trenchless projects, and rehabilitation or relocation of underground utilities. Mr. Kent’s project
management skills and construction background will prove to be great assets throughout the project. Mr.
Kent has been a part of the ACE Project Team on the following projects: (a) Prospect Road Bridge
Replacement; and (b) Snyder Avenue Reconstruction; and (c) Soapstone Ranch Access Ranch.
Daryl Johnson, P.E. – AVI, p.c.
Mr. Johnson is a vice president and senior design engineer with AVI, p.c. He has 43 years
of Civil Engineering experience and has been with AVI for over 30 years. Mr. Johnson’s
project experience will provide insight to the project’s overall continuity for drainage,
bridge structures, roadway features, utilities and amenities; and he will oversee the structural design
elements for this contract. He has collaborated frequently with ACE staff in the successful completion of
municipal projects that included structural design elements for drainage, water and wastewater
improvements. Mr. Johnson has been a part of the ACE Project Team on the following
projects: (a) CIPO; (b) 45th Street/22nd Avenue Outfall; (c) 4th Street Storm Sewer; and (d)
Boxelder Creek Outfall Project.
3.2.2 Landscape Architecture
Roger Sherman, Landscape Architect
Mr. Sherman is a principal with BHA Design, and licensed landscape architect and has over 24 years of
experience. During this time he has managed numerous projects involving both natural areas and urban
landscapes. He has extensive experience in designing and coordinating complex projects, preparing all
phases of design and construction documents, and in observing and reporting on construction activities
related to landscape architecture. Mr. Sherman has been a part of the ACE Project Team on the following
projects: (a) CIPO; (b) Prospect Road Bridge Replacement; and (c) Downtown Poudre River Project.
3.2.3 Tunneling Design and Geotechnical Investigations
Robin Dornfest, PG
Mr. Dornfest is a Regional Manager with Brierley Associates for the Central United States
and oversees the Colorado and Texas offices. He specializes in engineering geology related
to water and wastewater, oil and gas, transportation, aggregate producers, mining, and
water supply and irrigation. With over 16 years of experience, his technical expertise specific to this
contract includes engineering geology, geotechnical engineering, slope stability, expansive soils, ground
modification, earth retention systems, dewatering well systems, and tunneling and trenchless projects.
Mr. Dornfest has been a part of the ACE Project Team on the following projects: (a) West Vine Outfall; (b)
Rigden Reservoir; (c) Boxelder Creek Outfall; and (d) Prospect Road Bridge Replacement.
XCOFC2015_Engineering Services RFP Response 16 Anderson Consulting Engineers, Inc.
Wayne G. Thompson, P.E., LEED AP
Mr. Thompson is a Structural Engineer who oversees CTL|Thompson’s Fort Collins
office. His background includes projects in both the public and private sectors,
including new and remodel design work. Mr. Thompson’s specific role on each project includes making
design recommendations, and performing design analysis for foundations, columns, beams, floor systems,
roof systems, retaining walls and multi-story structures. He will also direct the geotechnical services
provided by CTL|Thompson in support of this contract. Mr. Thompson has been a part of
the ACE Project Team on the following projects: (a) Oxbow Levee Recertification; (b) West
Vine Pedestrian Trail Design; and (c) Big Thompson River Bank Repair at Dragonfly Pond.
3.2.4 Environmental and Ecological Consulting
Eric Berg – Wildland Consultants, Inc.
Mr. Berg is the Principal of Wildland Consultants, Inc. and is their Senior Project Manager/Ecologist. He
has a B.S. in Wildlife Biology (Colorado State University) and a M.S. in Range/Wildlife Management
(Washington State University), with over 20 years of experience. His experience includes: (a) preparation
of Environmental Impact Statements/Environmental Assessments; (b) Threatened and Endangered Species
studies, Section 7 Consultation with the USFWS, preparation of Biological Assessments, Habitat Conservation
Plans; (c) baseline wildlife and vegetation studies; (d) revegetation and Restoration and Mitigation Planning,
Restoration of Riparian Zones and Drainages; and (e) wetland delineations and wetland mitigation planning.
Mr. Berg has been a part of the ACE Project Team on the following projects: (a) West Vine Outfall; (b)
Rigden Reservoir; (c) Boxelder Creek Outfall; and (d) Prospect Road Bridge Replacement.
3.2.5 Archaeological and Historical Research
Kristin A. Gensmer
Ms. Gensmer holds a B.A. in anthropology from Colorado State University and an
M.A. in anthropology with a historical archaeology emphasis from that same
institution. She is co-owner and President of Centennial Archaeology LLC. Ms.
Gensmer’s prior work has included cultural resource inventories of prehistoric and historical resources,
documentation of numerous ditch and railroad segments, standing structure documentation, Level II and
Historical American Engineering Record (HAER) documentations, National Register assessments, and
archival research. Ms. Gensmer has been a part of the ACE Project Team on the following projects: (a)
West Vine Outfall; (b) Rigden Reservoir; (c) Boxelder Creek Outfall; and (d) Prospect Road Bridge
Replacement.
3.3 Individual References and Fee Schedule
The ACE Project Team is proud of our abilities and welcomes the opportunity for City of Fort
Collins Staff to discuss our skill set and past project related successes with people that have firsthand
knowledge of these experiences. To facilitate the City of Fort Collins in this endeavor, an individual
reference contact information matrix is provided as Table 3.1.
Not only do we believe that our team provides unmatched expertise in addressing the needs of
the City of Fort Collins in the fields of Water, Wastewater and Stormwater Engineering Services; we
believe that we are able to provide these services at billing rates that are very competitive to other teams.
To demonstrate this claim, Table 3.2 provides the current fee schedules of the ACE Project Team. It is
noted that reimbursables will be billed at cost and will not exceed the City of Fort Collins expense
guidelines.
XCOFC2015_Engineering Services RFP Response 17 Anderson Consulting Engineers, Inc.
Table 3.1 Individual Reference Contact Information.
Individual Reference
Contact Information
ACE Team Key Personnel
Brad Anderson, P.E, CFM
Greg Koch, P.E., CFM
Aaron Hansen, P.E., CFM
Brian Smith, P.E., CFM
Tom Kent, P.E.
Daryl Johnson, P.E.
Roger Sherman
Robin Dornfest, PG
Wayne G. Thompson, P.E.
Eric Berg
Kristin Gensmer
Bert Leautaud, City of Greeley Public Works
970-336-4121, bert.leautaud@greeleygov.com
X X X X
Dean Saye, City of Fort Collins Utilities
970-221-6212, dsaye@fcgov.com
X X X
Matt Fater, City of Fort Collins Utilities
970-416-2146, mfater@fcgov.com
X X X X X X
Doug Bigge, West Fort Collins Water District
970-484-4881, doug@wfcwdist.com
X X
Eric Larson, North Weld County Water District
970-356-3020, ericl@nwcwd.org
X
Rusty McDaniel, Larimer County Engineering
970-498-5730, rmcdaniel@larimer.org
X X X X
Brad Brooks, Cheyenne Board of Public Utilities
307-637-6416, bbrooks@cheyennebopu.org
X X
Sam Berta, City of Cheyenne
307-638-4315, sberta@cheyennecity.org
X X
Nathan Beauheim, City of Cheyenne
307-637-6268, nbeauheim@cheyennecity.org
X
John Stokes, City of Fort Collins Natural Areas
970-221-6263, jstokes@fcgov.com
X X X X
Mike Lamb, City of Boulder Parks and Recreation
303-413-7225, lambm@bouldercolorado.gov
X
Link Mueller, City of Fort Collins Utilities
970-222-0465. lmueller@fcgov.com
X X X X
John Batka, Colorado Div. of Water Resources
970-352-8712, john.batka@state.co.us
X X X
Jeff Valloric, Fort Collins Housing Authority
970-416-2093, jvalloric@fcgov.com
X
Marc Dewey, Construction Concepts
970-535-0600, marc@constructionconceptsinc.com
XCOFC2015_Engineering Services RFP Response 18 Anderson Consulting Engineers, Inc.
LABOR CATEGORY HOURLY RATE
ANDERSON CONSULTING ENGINEERS
SENIOR PRINCIPAL ENGINEER $180
PRINCIPAL ENGINEER $175
SENIOR PROJECT MANAGER $140
PROJECT MANAGER $125
SENIOR ENGINEER/SCIENTIST II $110
SENIOR ENGINEER I $105
PROJECT ENGINEER II $96
PROJECT ENGINEER I $87
SENIOR GIS/CAD TECHNICIAN $85
GIS/CAD TECHNICIAN II $80
ADMINISTRATIVE $65
AVI, P.C.
SENIOR PRINCIPAL $132
PRINCIPAL $115
REGISTERED ENGINEER $95
ENGINEER (NON-REGISTERED) $74
RESIDENT ENGINEER/CONSTRUCTION MANAGER $90
TECHNICIAN I $80
INSPECTOR I $78
BOOKKEEPING/CLERICAL $42
REGISTERED SURVEYOR $89
PARTY CHIEF $85
CREW MEMBER $35
PARTY CHIEF/RLS $105
BHA Design
PRINCIPAL $140 - $155
SENIOR PROJECT MANAGER/PROJECT MANAGER $98 - $120
LANDSCAPE ARCHITECT $70 - $95
ADMINISTRATIVE $55 - $85
LABOR CATEGORY HOURLY RATE
BRIERLEY ASSOCIATES CORPORATION
PRINCIPAL/SENIOR CONSULTANT II $242
SENIOR ASSOCIATE/SENIOR CONSULTANT I $193
ASSOCIATE/SENIOR PROJECT MANAGER $185
SENIOR PROFESSIONAL II $145
SENIOR PROFESSIONAL I $129
PROFESSIONAL II $110
PROFESSIONAL I $98
STAFF PROFESSIONAL II $91
STAFF PROFESSIONAL I $79
ENGINEERING TECHNICIAN II $93
ADMIN/ENGINEERING TECHNICIAN I $65
CTL|THOMPSON
SENIOR PRINCIPAL $220
PRINCIPAL $160
ASSOCIATE $130
PROJECT MANAGER $115
PROJECT ENGINEER/GEOLOGIST/SCIENTIST $100
STAFF ENGINEER/GEOLOGIST/SCIENTIST $90
SENIOR INDUSTRIAL HYGIENIST TECH/SENIOR ENGINEER TECH $85
INDUSTRIAL HYGIENIST TECHNICIAN $70
ENVIRONMENTAL TECHNICIAN $65
ENGINEERING TECHNICIAN III/CADD/DRAFTS PERSON $60
ENGINEERING TECHNICIAN II/SECRETARIAL $55
WILDLAND CONSULTANTS
PRINCIPAL $85
TECHNICAL STAFF $80
SECTION IV – PROJECT UNDERSTANDING AND SCOPE OF WORK
XCOFC2015_Engineering Services RFP Response 19 Anderson Consulting Engineers, Inc.
Based on this Request for Proposal “8073 Engineering Services for Future Water, Wastewater
anStormwater Facilities Capital Improvements”, discussions with City of Fort Collins Staff, previous
experience in the project area, and additional research in the salient issues surrounding this RFP, it is our
understanding that this proposal will address the approach, design and construction considerations of the
following projects:
1. Construction of a stormwater system to address flooding and aging drainage infrastructure in the
area of Mulberry Street and Myrtle Street between Cowan Street and Riverside Avenue
(Mulberry/Myrtle Stormwater Outfall); and
2. Construction of a waterline to replace aging potable water distribution infrastructure within
Howes Street from Laurel Street north to Laporte Avenue (Howes Street Waterline Replacement).
Detailed discussion and information concerning each of the components of these projects are
presented in the following sections.
4.1 Project Related Services and Management
The ACE Project Team will provide the following services for either the Mulberry/Myrtle
Stormwater Outfall or the Howes Street Waterline Replacement projects:
Alternative formulation and evaluation;
Preliminary design (including initiation of easements, ROWs, and agreements) ;
Design related permitting (404, SHPO/106 permit, City/FEMA floodplain, CDPHE);
Final design (including legal documents for easements, ROWs and agreements);
Public Outreach; and
Construction services and construction permitting support (construction dewatering/SWMP).
Monthly progress and invoice reports will be provided as a review of project performance related
to the planned schedule and budget goals.
A detailed discussion of the services that will be provided by the ACE Project Team are provided
in the Scope of Work presented in Section 4.5. These projects will be managed by the assigned ACE Project
Project Manager who will ultimately be responsible for its timely and professional completion. ACE is
committed to providing several project managers in support of the City’s capital improvements contract.
Selection of the ACE Project Manager will depend on nature and knowledge of the project, along with
specific experience and availability. For the two projects identified above, the project managers that can
be assigned include Mr. Brad Anderson, Mr. Brian Smith, Mr. Aaron Hansen and Mr. Greg Koch depending
on the timing of the projects and the needs of the City of Fort Collins. As the ACE Contract Manager, Mr.
Brad Anderson will have primary responsibility for the timely and professional completion of all projects.
4.2 Alternative Product Delivery System (APDS)
Both the Mulberry/Myrtle Stormwater Outfall and Howes Street Waterline Replacement Projects
will be conducted under the City of Fort Collins’ Alternative Product Delivery System (APDS). The
members of the ACE Project Team have considerable experience with the City of Fort Collins’ APDS
process, as well as experience in formal partnering processes for the design and construction of
XCOFC2015_Engineering Services RFP Response 20 Anderson Consulting Engineers, Inc.
projects. The value provided by the APDS process can be measured directly in dollars, but can also be
quantified through additional benefits, similar to the environmental and water quality benefits realized
by combining the Red Fox Natural Area and stormwater detention functions of the CIPO Project. The
process, which is built upon the commitment and participation of the City’s Project Managers, the
construction general contractor,
and the design team, has
resulted in “value added”
benefits that greatly improve the
final design drawings, reduce
potential construction problems,
significantly reduce change
orders by having the owner and
contractor share/minimize risk,
and produce a quality
construction product that meets
and/or exceeds the expectations
of the citizens of Fort Collins
through the completion of
projects on schedule and within
budget. Past experience of the
ACE Project Team with the APDS
process and other formal
partnering processes is
summarized in Table 4.1. It is
further noted that the ACE
Project Team has been involved
in numerous public open houses
and City Council workshops and
meetings.
The APDS management structure will afford the ACE Project Manager the benefit of regular input,
direction, suggestions, and institutional knowledge from both the City of Fort Collins Project Manager and
the APDS general construction contractor. On previous projects this has typically been accommodated
through weekly to bi-weekly meetings related to the subject project. It is our opinion that these meetings
have been, and will continue to be, the key component of the APDS process. In addition, the tracking of
progress through meeting minutes, decision logs, and project assignments has been embraced by all
members of the APDS team. This management approach facilitates timely communication and
achievement of project milestones. Management is further enhanced by sharing of digital files through
establishment of a Share Point link with access provided to all APDS members.
4.3 Mulberry/Myrtle Stormwater Outfall
4.3.1 Problem Identification
Flooding within the Old Town Basin is primarily the result of encroachment and urbanization of
natural drainage corridors east of the Larimer County Canal No. 2. Flood hazards throughout the Old
Town Basin are generally caused by the inability of the existing system of streets and storm sewers to
adequately convey storm runoff from moderate to large storm events. This situation is exacerbated by
the basin’s heavy reliance on the street system to convey storm flows on a widespread basis. In addition,
Table 4.1 ACE Project Team APDS Experience
Project Name Location
Canal Importation Ponds and Outfall Project Fort Collins, CO
West Vine Outfall Project Fort Collins, CO
Rigden Storage Reservoir Fort Collins, CO
Poudre River Sanitary Sewer Crossing at Shields Street Fort Collins, CO
Boxelder Creek Outfall Project Fort Collins, CO
Prospect Road Bridge Replacement Project Fort Collins, CO
Oxbow Levee Project Fort Collins, CO
Drake Road Storm Sewer/VTH Pond Outfall Project Fort Collins, CO
Taft Hill/Rolland Moore Detention Pond Project Fort Collins, CO
Riverside/ Jefferson and Mulberry/ Riverside Inlet Fort Collins, CO
Bobcat Ridge Access Road Drainage Improvements Masonville, CO
Spring Creek Utility Line Protection Fort Collins, CO
XCOFC2015_Engineering Services RFP Response 21 Anderson Consulting Engineers, Inc.
few detention ponds have been constructed in the basin, and the few actual detention ponds that do exist
serve only small, local areas.
In the Old Town Basin, storm runoff is generally conveyed along the east-west streets resulting in
flooding to adjacent properties. Two of these major drainage corridors are Mulberry Street and Myrtle
Street. For the western half of the Old Town Basin, flooding along these drainage corridors will be
addressed with the construction of the Magnolia Street Outfall, which has not yet been constructed. At
the eastern edge of the Old Town Basin, additional flooding along these drainage corridors will be
addressed with the construction of the Mulberry/Myrtle Stormwater Outfall. A floodplain map of the
subject area, assuming that the Magnolia Street Outfall has been constructed, is included as Figure 4.1.
4.3.2 Mulberry/Myrtle Stormwater Outfall Project Approach
The information provided in this document for the Mulberry/Myrtle Stormwater Outfall assumes
that all upstream drainage improvements have been constructed per the Old Town Basin Master Drainage
Plan (namely the Magnolia Street Outfall System). As part of the design process for the Mulberry/Myrtle
Stormwater Outfall, this assumption will be evaluated with the team as part of the APDS process to make
any requisite adjustments to design flows.
Currently, the area of Mulberry and Myrtle Streets near Riverside Avenue are serviced by a small
storm sewer (24-inch or less) in Mulberry Street and a larger system (18-inch to 48-inch) in Myrtle Street.
Based on the conveyance capacity of the existing Myrtle Street storm sewer system, (up to approximately
115 cfs, which should be able to convey the majority of the 100-year flows in Myrtle Street) it can be
concluded that the flooding potential identified in Figure 4.1 is largely the result of flows conveyed in
Mulberry Street (approximately 240 cfs in a 100-year storm event). Consequently, the Master Plan
identified a new/enlarged outfall for this area that will collect stormwater at the intersection of Mulberry
Street and Cowan Street and convey these flows south along Cowan Street to Myrtle Street, east along
Myrtle Street to Riverside Avenue and ultimately to the northeast across Riverside Avenue and the
Figure 4.1 Mulberry/Myrtle Vicinity Map.
XCOFC2015_Engineering Services RFP Response 22 Anderson Consulting Engineers, Inc.
Railroad where it will outlet to the Poudre River. Assuming this alignment will be utilized for the project,
the potential outfall alternatives can be broken down based on three distinctive reaches, as follows: (1)
along Cowan Street from Mulberry Street to Myrtle Street; (2) along Myrtle Street from Cowan Street to
the west side of Riverside Avenue; and (3) across both Riverside Avenue and the Railroad into the existing
Locust Street Outfall water quality pond, which discharges directly into the Poudre River. These reach
extents have been identified on Figure 4.1.
As identified in the Master Plan, Reach 1 will begin with a surface flow collection system at the
intersection of Mulberry Street and Cowan Street to pick up approximately 150 cfs of the 240 cfs (100-
year flow) conveyed from the west in Mulberry Street. The remaining 90 cfs will be left in the street to
either be collected by the existing storm sewer system (current maximum capacity of approximately 40
cfs) or conveyed in Mulberry Street itself to the east. The collected flows will then be conveyed to the
south in Cowan Street to Myrtle Street via a 54-inch RCP or equivalent. Utilities are not anticipated to be
a major concern in this reach as the only known utility appears to be a waterline located along the west
side of the street. Given the lack of utilities and limited traffic volume on Cowan Street, it is anticipated
that open cut construction techniques will be utilized for the construction of Reach 1.
Reach 2 will involve surface flow collection systems at the following cross streets along Myrtle
Street: (a) Cowan Street to collect approximately 35 cfs; (b) Endicott Street to collect approximately 50
cfs; and (c) between Lesser Drive and Riverside Avenue to collect approximately 40 cfs. Initial alternatives
identified for conveying the 150 cfs collected from Mulberry Street and the additional 125 cfs collected
along Myrtle Street, between Cowan Street and Riverside Avenue include: (a) keeping the existing 48-inch
RCP in service and installing a parallel 54-inch RCP, or equivalent, on the north side of the existing storm
sewer; or (b) remove and replace the existing 48-inch RCP with a single 72-inch RCP, or equivalent, storm
sewer along the existing storm sewer’s alignment. Selection of the conveyance system for Reach 2 will
depend significantly on potential utility conflicts on the north side of Myrtle Street (waterline and other
unknown utilities) and the condition of the existing storm sewer. It is noted that due to the age and
assumed poor condition of the existing storm sewer, it is likely that in-situ augmentation (e.g., slip lining
or cured-in-place lining) will be required if it is decided to keep this pipe in service. Given the lack of
utilities and limited traffic volume on Myrtle Street, it is anticipated that the open cut construction
techniques will be utilized for the construction of Reach 2.
Reach 3 will involve conveying the entire 275 cfs collected in both Mulberry Street and Myrtle
Street from the west side of Riverside Avenue to the northeast, perpendicular to both Riverside Avenue
and the Railroad, to an outfall location at the existing Locust Street Outfall Water Quality Pond. Initial
alternatives identified for this reach include: (a) keeping the existing 48-inch RCP in service and adding a
54-inch parallel pipe, or equivalent (it is likely that utility conflicts will not accommodate a 54-inch pipe
and that the installation of two 36-inch pipes may be required); or (b) replacing the existing 48-inch RCP
with a single 72-inch RCP, or equivalent. It is again noted that if the existing 48-inch RCP is to be kept in
service it will likely need to be augmented in-situ using trenchless technologies (e.g., slip lining or cured-
in-place lining) due its age and presumed poor condition. With the number of potential utility conflicts
(sanitary sewer, fiber optic trunk line, water lines, electric and other unknown utilities) coupled with the
potential disruption to Riverside Avenue traffic and the Railroad it is anticipated that this reach will be
constructed using trenchless technologies (e.g., tunneled with a shield and hand dug, auger boring or pipe
jacking/ramming).
It is noted that an alternative analysis will be conducted to identify and evaluate all possible
configurations and alignments for the new/enlarged outfall system. The APDS project team will then
utilize triple bottom line criteria to evaluate the alternatives and select a preferred configuration and
alignment for preliminary and final design. However, for the purposes of this proposal, it is recognized
that a preferred alternative be identified for scoping and budgeting purposes. Therefore, the ACE Project
Team has identified the following as the preferred alternative for the design and construction of the
XCOFC2015_Engineering Services RFP Response 23 Anderson Consulting Engineers, Inc.
Mulberry/Myrtle Stormwater Outfall: (a) Reach 1 will consist of new surface inlets and the open cut
installation of new 54-inch RCP storm sewer in Cowan Street; (b) Reach 2 will consist of the open cut
removal of the existing 48-inch storm sewer, the installation of a new 54-inch to 72-inch RCP along the
same horizontal and vertical alignment (crowns will be matched) to minimize potential utility conflicts,
and the addition of new surface inlets, as necessary; (c) Reach 3 will consist of the abandonment of the
existing 48-inch RCP in place with flash fill, the trenchless installation (likely a tunnel or auger bore based
on geotechnical/groundwater conditions) of a 60-inch to 72-inch pipe (likely reinforced fiberglass to
reduce the tunnel/bore size) underneath the existing sanitary sewers and fiber optic lines running parallel
to the Railroad and Riverside Avenue, the installation of a drop manhole/structure to both horizontally
re-align the system to the north of the existing storm sewer crossing and to vertically drop the system
underneath existing utilities, and the installation of an energy dissipation/outfall structure in the existing
Locust Street Outfall water quality pond. Figure 4.2 provides a plan view of the proposed horizontal
alignment of the recommended outfall system.
The recommendation to abandon/remove
the existing storm sewer in Myrtle and install a
new, larger system is based on the following
considerations: (a) the existing system is
undersized for 100-year flow and is assumed to be
nearing the end of its service life; (b) the current
outfall for the existing system is a public safety
hazard as it consists of an undermined pipe
projecting from the embankment, with a steep
slope to the bottom of the Locust Street Outfall
water quality pond (see Photo 4.1); (c) the installation of a parallel system to convey the 100-year flow
could be complicated and costly due to vertical and horizontal constraints and would require additional
maintenance when compared to a single, larger system.
A significant consideration when evaluating alternatives for a project of this type is the
identification and management of risk. The installation of large storm sewer systems at considerable
depths is not unprecedented in the City of Fort Collins and the APDS process has proven to be invaluable
with the identification and assessment of risk factors for projects of this type. The lessons learned from
the construction of the nearby Locust Street and Oak Street outfall projects will be instrumental in the
identification of risk and the selection of preferred construction techniques to be utilized for the
Mulberry/Myrtle stormwater project. The following risk factors/considerations that have been identified
for this project include, but are not limited to, the following: (a) possibility of encountering high
groundwater and split face conditions within the tunnel/bore (i.e., bedrock and alluvium), which will likely
determine the type of trenchless technology that will be utilized for the tunneling/boring of Reach 3; (b)
potential to encounter adverse or contaminated soil conditions; (c) scheduling impacts related to
easement/right-of-way/permit procurement from numerous agencies including CDOT, the Railroad, U.S.
Army Corps of Engineers (404), Fish and Wildlife (ESA compliance), SHPO (Section 106), and CDPHE
(construction dewatering); (d) floodplain use permits for work within the local Old Town Basin floodplain
and the FEMA regulated Cache la Poudre River floodplain/floodway; and (e) impacts to local businesses
(Houska Automotive) and residents, including traffic control.
With respect to water quality, information provided in the Water Quality Master Plan for the Old
Town Basin [ACE, 2012] indicates that the existing Locust Street Outfall water quality pond, which is
located at the downstream end of the proposed outfall, currently provides 11.5 acre-feet of the requisite
19.6 acre-feet of extended detention capture volume based on tributary area. With this pond being
optimized during design/construction of the Locust Street Outfall Project to utilize all available space
between Riverside Avenue and the Poudre River, it is not likely that this pond can be expanded. However,
Photo 4.1 Existing Myrtle Street Outfall
XCOFC2015_Engineering Services RFP Response 24 Anderson Consulting Engineers, Inc.
Civil ƒ Water Resources ƒ Environmental
375 East Horsetooth Road, Building 5, Fort Collins, CO 80525
Phone (970) 226-0120 / Fax (970) 226-0121
www.acewater.com
XCOFC2015_Engineering Services RFP 25 Anderson Consulting Engineers, Inc.
research conducted by CSU indicates that only 40 percent of the contributing drainage area requires
treatment in order to provide adequate water quality. Given that the existing water quality pond already
treats 59 percent of the tributary area, exceeding the criteria established by CSU, it is anticipated that no
additional water quality improvements may be needed to treat the proposed Mulberry/Myrtle
Stormwater Outfall.
4.4 Howes Street Waterline Replacement
4.4.1 Problem Identification
As part of the water and sewer master plan currently being developed by the City of Fort Collins,
over 50 linear miles of waterline replacement has been identified. Included in this, and identified by the
City of Fort Collins as the next waterline replacement project, is the Howes Street Waterline Replacement
project. This project extends from Laurel Street to Laporte Avenue and involves the replacement of 4,000
lineal feet of 4-inch cast iron and 3,300 lineal feet of 6-inch cast iron water lines that are reportedly almost
100-years old.
4.4.2 Howes Street Waterline Replacement Project Approach
The goal of the ACE Project Team with respect to the Howes Street Waterline Replacement project
is to provide a solid design that will the improve reliability, water quality, and fire protection in a cost
effective manner that minimizes risk and impacts to the public. The first step in the approach to this
project would be to obtain and review the existing water distribution model. The ACE Project Team will
become familiar with the model and evaluate the adequacy of the existing water mains to determine if
they need to be increased in size to provide adequate fire protection and supply to the existing businesses
and residences along the corridor. If possible, consolidation from the existing two mains to one main
would be preferred as it will reduce construction costs, impacts, risk, and long-term maintenance efforts.
Special consideration will also be given to valve locations to provide redundancy in the system and allow
for isolating sections of main in the case of a disruption in the service during normal operating conditions.
Valve locations will also be critical in the development of a temporary water system during the shutdown
of the existing main(s) for construction.
Geotechnical and utility investigations will then be performed. The geotechnical investigation will
determine soil types, corrosivity, groundwater depths, and other important characteristics of the
subsurface. This will be critical information that will help determine the preferred construction technique
for the waterline replacement. Utility investigations will also be completed to determine the locations of
all underground utilities along the corridor and will be invaluable. This information will be used to
determine the best location for access pits, boring alignment (if necessary), conflict resolution, and
evaluation of construction options.
Once the geotechnical and utility investigations have been completed, an alternative analysis will
be conducted to evaluate the best option and construction techniques for rehabilitation. The following is
a list of alternatives that are typically evaluated for a waterline rehabilitation project such as the Howes
Street Project: (a) conventional open trench replacement; (b) lining of the existing water line; (c) pipe
bursting the existing water line with an equal or larger size; and (d) boring a new water main and
abandoning the existing. Further discussion on the advantages and risk associated with each alternative
with respect to the Howes Street project are provided below.
Open trench water main installation is a common option to upgrade the system, but comes with
great impacts to the public including lane closures, detours, construction traffic, and additional expenses
associated with surfacing replacement. There are also significant impacts associated with installing the
XCOFC2015_Engineering Services RFP Response 26 Anderson Consulting Engineers, Inc.
services, fire lines and fire hydrants as these are installed with an open trench as well. This option will be
evaluated, but is probably not the preferred option for this project.
Installation of a new water main using a bore machine is another trenchless option that will be
considered. Boring a new water main offers advantages above other options since the existing water
mains can remain in service while the new main is bored the entire length of Howes Street reducing
impacts and risk. Similar to pipe busting, access pits would have to be excavated, services would have to
be bored for connection to the new main, and a temporary water system would have to be utilized for
supplying water. A pitfall of this scenario is that it adds (doesn’t replace) another underground utility to
a corridor that is already crowded with two water mains, a sanitary sewer main, storm sewer main and
laterals, and numerous dry utilities such as gas, electric, and communication cables.
Lining is a trenchless rehabilitation alternative and typically includes cleaning the existing main,
and lining the pipe with a synthetic fiber tube that hardens through a curing process. The existing water
services are typically not replaced and the lining is cut on the inside of the water main for each service
after curing. This method has minimal impacts to the existing water supply during the lining process and
requires a temporary water service for supply. The impacts to traveling public are very minimal because
services are not replaced but still require access pits at designated locations to install the liner. Pipe lining
may increase the capacity of the water main by removing deposits that have built up over time but difficult
to determine how much the capacity will increase until the process is completed. If increasing the capacity
of the water main is essential, this method doesn’t allow to increase the size of the existing main like other
options. The lining process may increase the life of the pipe if it hasn’t been corroded significantly over
the years and sample tests can be performed to check the integrity of the main prior to beginning the
process. Given the age of the existing Howes Street water lines, it is likely that lining is not a viable option.
Pipe bursting is another trenchless rehabilitation option that includes replacing the existing water
main with a new pipe by pulling it through the existing main and bursting it in place. The pipe size can
usually be increased, which provides the option of consolidating existing dual mains into one larger water
main. Pipe bursting generally has more impacts to the public than lining since the services, fire lines, and
fire hydrants have to be reconnected with access pits from the surface. The number of access pits and
impacts to the public can be reduced by consolidating multiple services into one access pit and boring
them under the road to the new main. Howes Street is lined with mature trees and access pits should be
located to avoid and preserve these locations. Another access pit would have to be excavated at the main
for connection purposes but since Howes Street is mostly concrete surfacing, an early strength concrete
mix could be used to patch the roadway and open to traffic in two days after concrete placement.
Disruption to fire mains and services will occur but risk is usually minimal with the implementation of a
temporary water system for supply.
It is noted that an alternative analysis will be conducted to evaluate all possible configurations
and construction techniques for the waterline replacement. The APDS project team will then utilize triple
bottom line criteria to evaluate the alternatives and select a preferred configuration and construction
technique for preliminary and final design. However, for the purposes of this proposal, it is recognized
that a preferred configuration and construction method be identified for scoping and budgeting purposes.
Therefore, the ACE Project Team assumes that the 4-inch water line on the west side of the road (between
Laurel Street and Mountain Avenue) can be abandoned and pipe bursting techniques will be utilized to
replace the existing 6-inch main (between Laurel Street and Mountain Avenue) and the 4-inch main north
of Mountain Avenue. Upsizing of the existing 6-inch and 4-inch on the east side of Howes Street can be
conducted, as necessary, based on the evaluation of the water distribution model and future demands.
XCOFC2015_Engineering Services RFP Response 27 Anderson Consulting Engineers, Inc.
The recommended project approach is based on the following considerations: (a) pipe bursting
will reduce impacts to the public and is cost competitive when compared to other construction
techniques; (b) pipe bursting will utilize the existing pipe alignment, which should reduce the possibility
of utility conflicts compared to other alternatives; (c) replacing the larger 6-inch main (between Laurel
Street and Mountain Avenue) will provide the most flexibility should the line need to be upsized when the
4-inch is abandoned; (d) the majority of the
existing services and fire service lines are
already tapped to the existing 6” line which
will limit the number of services that will need
to be directionally drilled underneath Howes
Street; and (e) due to the current width of
Howes Street and the minimal construction
footprint required for pipe bursting, it is likely
that two lanes of traffic could remain open
during construction. A picture of Howes
Street near the intersection of Myrtle Strreet
is provided as Photo 4.2.
Other significant considerations include the identification and management of risk. The lessons
learned from the recent construction of College Avenue Water Line Replacement Project will be invaluable
in the identification of risk and the selection of preferred construction techniques. The following risk
factors/considerations that have been identified for this project include, but are not limited to the
following: (a) possibility of encountering high groundwater and adverse soil conditions, which will
determine the type of trenchless technology that best fits the situation; (b) potential to encounter
contaminated soil conditions, especially on the north side of the project near LaPorte Avenue; (c) potential
to encounter unmarked utilities; (d) impacts to local businesses and residents, including traffic control,
parking and temporary interruptions in service; and (e) other scheduling impacts related to permitting or
easement procurement.
Phasing will be a critical component of the project to minimize impacts to traffic and adjacent
businesses and residences. Traffic patterns should be evaluated to keep public buildings and businesses
as accessible as possible. Consideration should also be given to the time of year in which construction will
occur. Given the proximity to Colorado State University on the south end and the Saint Joseph School on
the north end, it would be ideal to conduct the majority of the construction during the summer months.
Phasing of the project will also be critical for the design of temporary water systems. Keeping the 4-inch
main along the west side of Howes in service while the 6-inch line on the east side is replaced should
eliminate the need for temporary water systems on the west side of the road. Consideration will also
need to be given on the best method of dealing with fire services lines during construction. The phased
approach will also enable the design team to identify the best location of receiving and insertion pits, as
well as pits for the directional drilling of new service lines. If possible, it is ideal to locate access pits
outside of intersections and gutter flow lines, as well as away from existing utilities such as gas or
communication lines. Is it noted that the majority of the existing street surface in Howes is concrete.
Therefore, minimizing the number of street cuts and utilizing high-early strength concrete to re-open
closed street sections as soon as possible will be critical in reducing impacts to the public.
Due to the impact that these types of projects have on local residents and business, as well as the
traveling public, it is recognized that public outreach and coordination is one of the critical components
of the project. The City Staff will likely be responsible for the majority of the public outreach, but the ACE
Project Team will help supplement the efforts of City Staff by assisting in the preparation of public notices,
exhibits, and the attendance at public open-houses or City Council Work Sessions/Meetings. Figure 4.3
provides a plan view of the critical considerations of the Howes Street Water Line Replacement Project.
Photo 4.2 Howes Street at Myrtle Street
XCOFC2015_Engineering Services RFP Response 28 Anderson Consulting Engineers, Inc.
Civil ƒ Water Resources ƒ Environmental
375 East Horsetooth Road, Building 5, Fort Collins, CO 80525
Phone (970) 226-0120 / Fax (970) 226-0121
www.acewater.com
XCOFC2015_Engineering Services RFP Response 29 Anderson Consulting Engineers, Inc.
4.5 Scope of Work
ACE proposes to provide the following scope of work for both the Mulberry/Myrtle Stormwater Outfall and
Howes Street Waterline Replacement Projects. In general, the scope of work for both projects includes six major
activities: (1) initial project site investigation, base map preparation, utility location, geotechnical investigation, and
surveying; (2) alternative formulation and evaluation; (3) preliminary design; (4) final design, preparation of
construction drawings, technical specifications and easements/ROWs/agreements; (5) public involvement/council
workshops and team meetings and (6) construction services and as-built documentation. Detailed tasks that define
the anticipated work effort for each of the two projects are provided below. Project specific tasks have been
identified as follows: (a) Mulberry/Myrtle Stormwater Outfall (MMSO); and (b) Howes Street Waterline Replacement
(HWR). If a task is not designated as either MMSO or HWR, the task is assumed to apply to both projects.
4.5.1 Task 1 – Data Collection and Field Reconnaissance
This task will include the collection, review and evaluation of all available data and information necessary
to complete the hydrologic (MMSO), water distribution modeling (HWR), and hydraulic analyses; alternative
formulation and evaluation; and preparation of preliminary and final construction drawings. This information
includes but is not limited to: (a) the City of Fort Collins’ 2013, 1-foot topographic mapping and associated aerial
imagery; (b) City of Fort Collins utility inventory maps; (c) ownership/right-of-way information from the County’s GIS
database; (d) the design/as-built drawings, design reports, and geotechnical reports for all previous roadway, water,
sanitary sewer, storm sewer, other utility and development projects within the project area; (e) hydrologic and
hydraulic models prepared for the Old Town Drainage Basin (MMSO); (f) the Old Town Master Drainage Plan
(MMSO); (g) information pertaining to the Old Town water and wastewater distribution network or master plan
(HWR); and (h) hydraulic models (i.e., Infowater or Infosewer) of the Old Town water and wastewater distribution
networks. It is acknowledged that easement information is not readily available in the GIS database; consequently,
pertinent information related to existing easements will be researched through the City and County records.
During this task, a detailed field reconnaissance effort will also be completed. This work will familiarize ACE
Project Team members with specific site conditions, identify physical design constraints, and clarify additional design
issues identified by City Staff. Field survey requirements will also be identified.
4.5.2 Task 2 – Base Map Preparation
The base map for the project will be prepared using a two-step process. The first step will involve the
preparation of a preliminary base map that will be suitable for the alternative evaluation, including the identification
of key issues and potentially affected interests. The preliminary base map will utilize the City’s 2013, 1-foot
topographic mapping and associated aerial photography of the subject area. Available utilities will be obtained from
the City of Fort Collins’ GIS utility maps, database, other construction documents, or from drawings obtained from
the respective utilities.
Current ownership, right-of-way, and easement information will be researched and incorporated into the
preliminary base map. A separate property ownership map will be prepared to assist in the identification of
stakeholders and potentially affected property owners.
After selection of the preferred alternative, a final base map will be prepared. This will include, but is not
limited to: (a) utility location for sanitary sewer, storm sewer, water, gas, electric, communication
(fiber/phone/cable), etc.; (b) location of geotechnical bore holes; (c) topographic survey data along the proposed
alignment corridor; (d) tree information (location and drip line); and (e) other notable physical features. If necessary,
survey control for construction will also be established and included on the final base map. For construction
drawings, all base mapping will be projected to the City of Fort Collins Ground Master horizontal coordinate system.
The vertical datum for the base map will be NAVD 88.
4.5.3 Task 3 – Utility Locates
With the highly urbanized nature of the proposed projects, existing utilities will be a significant factor in the
overall design. Utilities that could cause potential construction constraints include, but are not limited to: (a) sanitary
sewers; (b) storm sewers; (c) water; (d) electric; (e) gas; and (f) communication lines (fiber/phone/cable). For utilities
located along the project’s alignment corridor, the following procedure will be applied: (1) obtain available utility
maps or GIS database information from the City of Fort Collins or the appropriate utility office; (2) discuss the known
XCOFC2015_Engineering Services RFP Response 30 Anderson Consulting Engineers, Inc.
utilities with the appropriate City Staff/Department or outside entities (i.e., Excel) to identify any inconsistencies; (3)
have the utilities identified by a utility locating service; and (4) identify select utilities for potholing and survey.
Potholing efforts will be conducted in order to ascertain horizontal and vertical information on select
utilities along the project’s alignment. This may include potholing sanitary sewers to identify vertical or horizontal
alignment changes that may occur between manholes.
4.5.4 Task 4 – Geotechnical Investigation
Similar to the Base Map Preparation Task, the geotechnical investigation will be conducted using a two-step
process. An initial subsurface geotechnical investigation will be conducted to identify the geologic and geotechnical
information (soil material, groundwater levels, etc.) in support of the Alternative Formulation and Evaluation. At
the completion of this investigation, a preliminary geologic and geotechnical report will be prepared discussing the
geologic and geotechnical conditions and potential effects on the proposed design alternatives.
Following the completion of Task 6, a detailed geotechnical investigation will be conducted to characterize
the subsurface and provide geotechnical and construction recommendations for the project. In addition to
supporting the project construction, the geotechnical investigation will also be critical for any trenchless technology
construction options.
4.5.5 Task 5 – Surveying
Surveying will be conducted to support of the City’s 2013 1-foot topography along the project corridor.
Supplemental spot elevations will be collected, as necessary, to define gutter flow lines, street crown profiles, etc.
Additional items that will be collected through surveying efforts, along the preferred alignment corridor,
include the following: (a) utilities located and potholed as part of Task 3 (both vertical and horizontal data will be
collected); (b) upstream and downstream invert elevations of existing sanitary and storm sewers; (c) borehole
location/data; (d) tree location and drip line, as necessary; and (e) other notable features.
This task also includes the development of survey control for construction. All control will be established
using the City of Fort Collins’ Ground Master for the horizontal datum and NAVD88 for the vertical datum.
4.5.6 Task 6 – Alternative Formulation and Evaluation
This task will identify alternatives that take into account many of the construction-related obstacles typically
encountered during the construction of a large capacity stormwater pipe (MMSO) or waterline (HWR) in a highly
urbanized area. Included in this task is the formulation and evaluation of a maximum of three alternative design
configurations. The three design configurations will be determined based on review of the preliminary base map
(Task 1) and discussions with the City of Fort Collins Utilities Staff. The alternative formulation and evaluation will
include, but not be limited to, consideration of the following issues:
Utility constraints/conflicts and relocation/replacement feasibility;
Geotechnical investigation results - groundwater levels, split face soil identification, corrosive sulfate levels,
constructability of soil;
Impacts to crossing existing roads/intersections/railroads and adjacent property owners;
Orienting the outfall as shallow as is feasible to limit the depth of open cut (MMSO);
Identifying efficient ways to maintain temporary water while the lines are replaced (HWR); and
Consideration of fire flow when providing temporary services (HWR).
For the MMSO, hydrology for the alternative evaluation will be obtained from the Old Town Master
Drainage Plan ModSWMM models and modified, as necessary, to ascertain discharges at key design points along the
alternative outfall alignments. Hydraulic analysis of each alternative outfall alignment will be conducted using HEC-
RAS for surface flows and StormCAD for closed conduits.
For the HWR, hydraulic modeling of the existing system and potential alternatives will be conducted using
InfoWater in conjunction with the City’s existing database. With this model the potential of using a single water line
to service both sides of the street will be investigated.
A summary report will be provided to document the results of the alternative evaluation.
XCOFC2015_Engineering Services RFP Response 31 Anderson Consulting Engineers, Inc.
4.5.7 Task 7 – Preliminary Design
The hydraulic design efforts for the selected stormsewer/waterline configuration, conducted as part of the
Alternative Formulation and Evaluation Task, will be refined as part of this task. This effort will be based on the
collection of additional data or other information that presents itself as the design moves forward.
A preliminary design plan set of construction drawings containing the detailed plan and profile of the
stormsewer/waterline will be prepared. Any details available when the plan and profile sheet are completed will
also be included in the preliminary design plan set. Digital (AutoCAD 2015/PDF) and hard copy plan sets will be
provided to the City of Fort Collins as requested. A meeting is included as part of this task to go over any comments
generated by the City/APDS Construction Contractor pertaining to the preliminary design plan set. Concurrent with
the preliminary design effort, development of all easements, ROWs, and legal agreements will be initiated.
It is noted that this task identifies a complete submittal of the preliminary design plan set. However, as
progress is made on this task, sheets will be presented at the bi-weekly coordination meetings to ensure all project
goals are being satisfied.
4.5.8 Task 8 – Final Design and Construction Drawings
In preparation of the Final Design Drawings, all comments generated by the City of Fort Collins/APDS
Construction Contractor as part of the preliminary design plan set review will be addressed as either modifications
to the design or by communication/clarification.
Specifications will be prepared using the City of Fort Collins Utilities’ Standard Technical Specifications in
CSI format and City of Fort Collins modified EJCDC General Conditions and standard front end documents. This task
also includes finalizing and preparing legal descriptions and exhibits for permanent and temporary construction
easements, drainage/floodplain easements, and agreements. In addition, through the APDS process ACE will provide
support in the development of quantities and costs through coordination with the APDS contractor and City Project
Manager.
The deliverables for this task will consist of a final design construction drawing set and technical
specifications to be provided to both the City of Fort Collins and the active APDS Construction Contractor. Digital
(AutoCAD 2015/PDF) and hard copy plan sets will be provided to the City of Fort Collins as requested.
4.5.9 Task 9 – Permitting
It is anticipated that several permits will be required for successful completion of these projects. This task
includes the preparation and submittal of the following anticipated permits: (a) CDOT permits (MMSO); (b) Railroad
permits (MMSO); (c) U.S. Army Corp of Engineers 404 permit (MMSO); (d) Section 106 Permitting for SHPO; (e) Fish
and Wildlife ESA clearance (MMSO); (e) floodplain use permit; (f) construction dewatering permit; (g) street
excavation permits; and (f) SWMP Permit. ACE will utilize the team identified in this RFP to assist in the preparation
of the required permits; however, with the exception of the construction dewatering and SWMP Permit, ACE will
ultimately be responsible for the final permit application and submittal.
4.5.10 Task 10 – Design Report and Documentation
A design report will be prepared documenting the following: (a) hydrologic modeling of the study area,
including backup information and a summary of results (MMSO); (b) hydraulic evaluation and design of all
improvements; (c) a copy of all meeting minutes; and (d) copy of the construction documents. Digital copies of the
design report will be provided to the City of Fort Collins Utilities Department.
4.5.11 Task 11 – Design Coordination and Meetings
As part of the APDS process, there is significant interaction between the City of Fort Collins Staff, the APDS
Construction Contractor, and the Engineer. It has been shown on previous projects that this interaction results in
less confusion, better achievement of project goals, and most importantly, a superior project at the conclusion. To
facilitate this interaction between parties, bi-weekly coordination meetings have been a key component.
To continue this method of success, bi-weekly meetings have been included in this task beginning from the
initial kickoff meeting through the final design efforts. Additional meetings have also been included should the need
for weekly progress meetings arise. It is anticipated that the Program Manager and/or Project Manager and the
Design Engineer will be present at all bi-weekly meetings. ACE will be responsible for conducting all progress status
XCOFC2015_Engineering Services RFP Response 32 Anderson Consulting Engineers, Inc.
meetings during the design process. This responsibility will include preparation of meeting agenda, compilation of
meeting minutes, documenting design modifications, providing a decision log and documenting assignments.
In addition to the bi-weekly coordination meetings, it is anticipated that several other meetings will be
conducted throughout the design. Coordination meetings with other City Departments and entities may involve the
other City departments, CDOT, U.S. Corps of Engineers (MMSO), and railroad companies (MMSO), etc. For budgeting
purposes associated with this proposal, a total of thirty (30) status/coordination meetings have been assumed for
each of the two referenced projects.
4.5.12 Task 12 – Public Involvement, Council Workshop/Meetings
At certain points during the design phase, it is anticipated that there may be a need to present the project
to the public and to the City Council. Consequently, this task assumes time to prepare materials in support of one
(1) open house presentation and two (2) City Council workshops/meetings for each of the two referenced projects.
In addition to the preparation of materials, the Project Manager and the Design Engineer will be present at all open
house presentation/meetings. For the City Council workshops/meetings it is anticipated that the Program Manager
and/or Project Manager will be present.
4.5.13 Task 13 – Construction Services
Construction services were not specifically requested as part of the Scope of Work and Engineering Fee in
the RFP; however, construction services have proven to be a critical component of a successful project completion.
Consequently, the following has been provided as an indication of construction services we intend to provide.
ACE is committed to providing resident engineering services for these projects. The Resident Engineer will
be responsible for conducting inspections, coordination (utilities, residents, business, City Departments, etc.),
collecting and organizing construction documentation, attending weekly construction meetings, collecting as-built
information, and resolving questions/issues that arise during construction. Support for the Resident Engineer is also
readily available through our local presence.
All construction submittals will be reviewed by the Resident Engineer and by the Project Manager. In
addition, this task includes time for the ACE Program/Project Manager(s) and representatives of the ACE project
team to conduct site visits on an as-needed basis.
Following substantial completion of the project, ACE’s Resident Engineer will be on-site for the final
inspection of the as-built facilities. Problems and issues arising from the inspection will be utilized to generate punch
list items for the contractor.
The final construction drawings will be updated to reflect as-built information, as necessary. It is anticipated
digital and hard copies of the draft as-built construction drawings will be distributed to the City of Fort Collins/APDS
Construction Contractor for review and comment. Comments generated from the review will be addressed as either
modification to the as-built drawings or by communication/clarification with the City /APDS Construction Contractor.
With all comments addressed, the digital and hard copies of the final as-built construction drawing set will be
prepared. This will include the preparation of one full-size set, stamped mylar set for the City’s archives. A digital
copy, in AutoCAD 2015 and PDF format, of the as-built construction drawings will also be provided on CD/DVD, as
requested.
Following the completion of the MMSO project, an as-built hydrologic/hydraulic evaluation will be
completed to illustrate the final operating characteristics of the drainage project. An as-built design report will be
prepared documenting all hydrologic and hydraulic evaluations completed as part of this task. This report will also
include the following documentation: (a) a copy of all meeting minutes conducted after the final design report; and
(b) a copy of the as-built drawings. Two (2) copies of the as-built design report will be provided to the City of Fort
Collins Utilities Department.
Following the completion of the HWR project, an as-built hydraulic evaluation will be completed to ensure
proper operating characteristics of the waterline replacement project. An as-built design report will be prepared
documenting all hydraulic evaluations completed as part of this task. This report will also include the following
documentation: (a) a copy of all meeting minutes conducted after the final design report; and (b) a copy of the as-
built drawings. Two (2) copies of the as-built design report will be provided to the City of Fort Collins Utilities
Department. A detailed engineering fee for both the MMSO and HWR projects is presented in Table 4.2 and 4.3,
respectively.
XCOFC2015_Engineering Services RFP Response 33 Anderson Consulting Engineers, Inc.
Table 4.2 - Proposed Budget for the Mulberry/Myrtle Stormwater Outfall Project Design Effort
PROJECT: Mulberry/Myrtle Stormwater Outfall Project
CLIENT: City of Fort Collins Utilities Department ODC's Totals
Senior Project Senior Project Senior Admin Principal Engineer Technician I Survey Clerical
ACE PROJECT NO.: XCOFC2015 Principal Manager Engineer I Engineer I GIS/CAD Engineer Crew Other
PREPARED BY: BAA/AMH/BAS Engineer Technician Direct
DATE: 3/9/2015 $180/hr $125/hr $105/hr $87/hr $85/hr $65/hr $115/hr $90/hr $80/hr $135/hr $42/hr Costs
180 125 105 87 85 65 115 90 80 135 42
Task/Description Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Cost Hours Cost
Task 1 - Data Collection and Field Reconnaissance 4 16 12 4 $200 36 $4,528
Task 2 - Base Map Preparation 4 8 16 $100 28 $1,440
Task 3 - Utility Locates 4 10 16 4 $100 34 $3,750
Task 4 - Geotechnical Investigation 2 4 8 4 $100 18 $1,800
Task 5 - Surveying 4 8 4 12 24 48 12 $100 112 $11,724
Task 6 - Alternative Formulation and Evaluation 32 80 120 80 16 8 $300 336 $36,140
Task 7 - Preliminary Design 60 100 140 100 60 4 $500 464 $47,460
Task 8 - Final Design and Construction Drawings 24 120 200 140 80 8 $500 572 $53,520
Task 9 - Permitting 12 40 80 4 12 $250 148 $16,590
Task 10 - Design Report and Documentation 4 16 12 4 8 8 $500 52 $5,348
Task 11 - Design Coordination and Meetings 40 110 24 8 24 5 12 $500 223 $28,204
Task 12 - Public Involvement, Council Workshop/Meetings 16 16 4 8 4 $350 48 $5,910
$10,000
$25,000
$10,000
$4,000
$4,000
$10,000
TOTAL PROJECT HOURS 198 520 632 328 204 52 36 5 24 48 24 2071
TOTAL PROJECT BUDGET $35,640 $65,000 $66,360 $28,536 $17,340 $3,380 $4,140 $450 $1,920 $6,480 $1,008 $3,500 $279,414
* Per direction of the RFP, fees were not calculated for Task 13 - Construction Services
Table 4.3 - Howes Street Waterline Replacement Project Design Effort
PROJECT: Howes Street Waterline Replacement Project
CLIENT: City of Fort Collins Utilities Department ODC's Totals
Senior Project Senior Project Senior Admin Principal Engineer Technician I Survey Clerical
ACE PROJECT NO.: XCOFC2015 Principal Manager Engineer I Engineer I GIS/CAD Engineer Crew Other
PREPARED BY: BAA/AMH/BAS Engineer Technician Direct
DATE: 3/9/2015 $180/hr $125/hr $105/hr $87/hr $85/hr $65/hr $115/hr $90/hr $80/hr $135/hr $42/hr Costs
180 125 105 87 85 65 115 90 80 135 42
Task/Description Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Cost Hours Cost
Task 1 - Data Collection and Field Reconnaissance 4 16 12 4 $200 36 $4,528
Task 2 - Base Map Preparation 4 8 16 $100 28 $1,440
Task 3 - Utility Locates 4 40 32 8 $100 84 $9,180
Task 4 - Geotechnical Investigation 2 4 8 4 $100 18 $1,800
Task 5 - Surveying 6 12 8 120 $100 146 $18,310
Task 6 - Alternative Formulation and Evaluation 16 60 80 60 16 8 60 26 40 10 $300 376 $37,680
Task 7 - Preliminary Design 16 100 120 80 24 4 80 24 100 10 $500 558 $55,480
Task 8 - Final Design and Construction Drawings 16 100 150 80 40 8 80 32 100 16 $500 622 $59,862
Task 9 - Permitting 6 24 40 2 6 $250 78 $8,920
Task 10 - Design Report and Documentation 4 16 12 4 8 8 $500 52 $5,348
Task 11 - Design Coordination and Meetings 30 100 24 8 20 12 5 $500 199 $25,030
Task 12 - Public Involvement, Council Workshop/Meetings 16 16 4 8 4 $350 48 $5,910
$0
$15,000
$10,000
$0
$4,000
$20,000
TOTAL PROJECT HOURS 114 486 502 228 134 46 240 94 240 120 41 2245
TOTAL PROJECT BUDGET $20,520 $60,750 $52,710 $19,836 $11,390 $2,990 $27,600 $8,460 $19,200 $16,200 $1,722 $3,500 $282,488
SECTION V – AVAILABILITY
XCOFC2015_Engineering Services RFP Response 34 Anderson Consulting Engineers, Inc.
Nearly all members of the ACE Project Team are medium or smaller firms, and all are locally owned by the
same people who will be participating in this project or have a local office. This gives the members of the
ACE Project Team increased responsiveness and flexibility to reallocate their firm’s resources, as
necessary, to meet the needs of this contract as these needs evolve. It has been our experience that
small, local, employee-owned companies such as our firms, tend to be more responsive to their clients’
needs.
We consider the City of Fort Collins our most valued client. Working within our community is extremely
rewarding both professionally and personally and we take pride in the opportunity to provide services in
our community. In that regard, our commitment of project staff will be focused on satisfying the needs
of the City of Fort Collins and specifically, the contract for Engineering Services for Future Water,
Wastewater and Stormwater Facilities Capital Improvements. Furthermore, ACE has obtained
commitments from all team partners to focus their efforts on addressing the needs of the City of Fort
Collins.
It is our belief that the ACE Project Team represents the most highly respected professionals in their
respective fields, while also being the highest quality, most personable people with which to work. Our
commitment of project staff is illustrated for each team member in Table 5.1. The information presented
below represents our commitment during the first year of the contract. Subsequent years will likely be
increased but will not be less than the commitment provided in Table 5.1. As demonstrated in our
previous work with the City of Fort Collins, our entire staff will be made available to address unforeseen
contract requirements.
Table 5.1 ACE Project Team Availability.
All of the firms on the Team have supplemental expertise and capacity to assist with this contract. As
indicated, the project team members employ a total of 96 people. This level of staffing clearly indicates
that key team members will be more than capable to commit the necessary time to the contract, with
additional staff available if needed. The ACE Project Team is absolutely committed to dedicating the time
required for the successful completion of this extremely important contract for the City of Fort Collins.
ACE PROJECT TEAM PARTNER
TOTAL NO.
OF
EMPLOYEES
IN LOCAL
OFFICES
# OF
EMPLOYEES
COMMITTED
TO WORK ON
THIS PROJECT
STATISTICS FOR KEY PROJECT STAFF
PROJECT COMMITMENT
% CAPACITY
AVAILABLE
% CAPACITY
REQUIRED
ANDERSON CONSULTING 21 8 40% 30%
AVI 27 6 40% 25%
BHA 9 3 30% 10%
BRIERLEY 3 3 25% 10%
CTL/THOMPSON 28 4 25% 5%
WILDLAND 3 3 35% 5%
CENTENNIAL ARCHEOLOGY 5 2 30% <5%
SECTION VI – ADDITIONAL INFORMATION
XCOFC2015_Engineering Services RFP Response 35 Anderson Consulting Engineers, Inc.
The following information is provided to highlight the benefits associated with the ACE Project
Team. These benefits provide immediate value to the City staff and set the ACE Project Team apart from
its competitors.
The ACE Team is well versed in the APDS process. We firmly believe that this process results in a
timely, cost effective and high quality product for the City of Fort Collins.
The same ACE staff that has participated in hundreds of engineering design and evaluation projects
for the City since 1991 will be the same staff that will work with City staff on future projects.
Our local presence and previous experience in other City drainage basins gives us insight into the
stormwater problems and issues throughout the City, not just those of the Old Town Basin. ACE staff
have a professional and a personal stake in the successful completion of these projects. This
professional and personal interest promotes a responsive and cost-effective work effort to satisfy the
needs and requirements of the City staff. As part of the APDS process, we become public servants
and due to our local presence, we are also members of the public that benefit from these projects.
Permitting expertise will be vital to the timely and successful completion of future projects. We have
established working relationships with several agencies including the USACE, CWCB, FEMA, CDPHE,
and DRMS to name a few.
The ACE Project Team brings extensive experience supporting the City in obtaining agreements with
other local entities including local irrigation districts, water districts, railroad companies and CDOT.
The ACE Team has established a good working relationship with several City Departments thereby
facilitating the coordination necessary for the successful completion of many previous projects.
ACE has historically provided solutions that represent the most benefit to the Utilities Department. In
that regard, we continue to offer engineering services that maintain our objectivity in recommending the
best available solutions. ACE does not have any potential conflicts of interest in supporting the City
Utilities Department on the proposed contract.
ATTACHMENT A
SUSTAINABILITY/TBL METHODOLOGY
SUSTAINABILITY/TBL METHODOLOGY
XCOFC2015_Engineering Services RFP Response Anderson Consulting Engineers, Inc.
Corporate sustainability refers to a strategy that incorporates social, economic, and
environmental (Triple Bottom Line or TBL) considerations into every aspect of how a business operates.
There are other terms that have been coined to describe this business approach including corporate social
responsibility, green strategy, corporate conscience, etc.; however, this is a concept that Anderson
Consulting Engineers, Inc. has been utilizing long before many of these terms became commonplace.
Broken down into its components, corporate sustainability basically means that we conduct our day to
day operations in a fashion as to not only maintain economic benefit to the community, but to do so with
a positive social and environmental impact.
From an economic standpoint, ACE has been competitive in our industry since our founding in
1998 (and 12 years prior as Lidstone & Anderson, Inc.). ACE has managed to strike a fine balance of staff
personnel to workload giving us the ability to efficiently utilize our staff while ensuring projects are
completed on time and within budget. By doing so, ACE prides itself on the fact that it has built a strong,
satisfied coalition of clients that consists primarily of local Municipalities, Counties and Government
Entities; which has ensured economic stability through tough economic times. This is highlighted by the
fact that during the recession from 2008 to 2010, ACE was able to retain all of our staff and still continue
to provide dedicated professionals in support of community-wide projects. In addition, with ACE being
an employee-owned small business with low overhead, we are able to offer very competitive billing rates
without sacrifice to our employees, which helps to strengthen our value and economic commitment to
the community.
ACE continuously works to improve the social aspect of both our local (northern Colorado) and
regional (several areas throughout the United States) communities through the general nature of our
work. This is demonstrated by our efforts to work with these communities in order to improve their/our
municipal infrastructure, which promotes both public safety and welfare. From project initiation through
the completion of construction, ACE integrates an awareness of the social impacts of the project. For
example, in cooperation with the Contractor and the Owner, ACE strives to minimize the construction
impacts (traffic disruption, interruption of services, etc.) associated with a project. As good stewards of
our community, ACE also believes that it is our duty to not only promote the public safety and welfare,
but use our institutional knowledge and experience for educational purposes. These efforts are provided
through both project-related activities (e.g., visually identifying flood prone areas with floodplain mapping
or discussing flood hazards as part of a public open house) and through volunteer participation/
association with professional organizations as well as local government entities (e.g., Colorado Association
of Storm Floodplain Managers, American Society of Civil Engineers, Fort Collins Floodplain Management
Public Information Committee, Larimer County Flood Review Board, Association of State Floodplain
Managers, and Association of State Dam Safety Officials; just to name a few).
Similar to our social impact, ACE focuses our efforts to improve the environment by the general
nature of our work. This is highlighted by our river restoration efforts across the country that not only
improve hydraulic conditions (both an environmental and social benefit) but also enhance
riparian/riverine habitat through green infrastructure and bioengineered stabilization measures. Green
infrastructure along with Best Management Practices (BMPs) and Low Impact Development (LID)
measures are typically integrated into the majority of our projects.
XCOFC2015_Engineering Services RFP Response Anderson Consulting Engineers, Inc.
ACE also endeavors to be “environmental friendly” from a more traditional aspect by the
following: (a) reduction in our travel related emissions and carbon footprint through our local presence
to our primary client, the City of Fort Collins, (b) carpooling is promoted to further reduce our carbon
footprint; (c) biking to work is encouraged and supported by ACE; (d) enlisting a recycling program for all
paper, electronic waste, batteries, glass, and other recyclables and encouraging our employees to support
a recycling program of their own; (e) reducing the amount of paper submittals in favor of digital
submittals; (f) establishing SharePoint sites or links to our website to reduce the need for paper
submittals; and (g) conducting remote meetings through GoToMeeting software thereby reducing our
carbon footprint. Finally, ACE has established a series of “Lunch and Learn” seminars for transfer of
knowledge to our employees. These seminars have included integration of green infrastructure, and
sustainability within the work environment.
Outdoor Classroom at the Kane Pond Constructed as Part of CIPO
ATTACHMENT B
PROPOSAL ACKNOWLEDGEMENT FORM
* Per direction of the RFP, fees were not calculated for Task 13 - Construction Services
Potholing Services
Centennial Archaeology - SHPO Permitting Support
Centennial Archaeology - SHPO Permitting Support
BHA Design - Landscape Architecture
Brierley Associates - Tunneling Design Support
CTL Thompson - Geotechnical Soils Testing
Wildland Consultants - 404 Permitting Support
Anderson Consulting Engineers, Inc. AVI, p.c.
Direct Design Labor Direct Design Labor
Outside Services
Anderson Consulting Engineers, Inc.
Direct Design Labor
AVI, p.c.
Direct Design Labor
Outside Services
BHA Design - Landscape Architecture
Potholing Services
Brierley Associates - Tunneling Design Support
CTL Thompson - Geotechnical Soils Testing
Wildland Consultants - 404 Permitting Support
Spring Creek Channel Rehabilitation at Lemay Avenue Fort Collins, CO
ACE Project Team Formal Partnering Experience
City of Fort Collins Partnering Session for APDS Process – 2000 Fort Collins, CO
City of Fort Collins Partnering Session for APDS Process – 2006 Fort Collins, CO
City of Fort Collins Partnering Session for APDS Process – 2010 Fort Collins, CO
Timberline Road/Dry Creek Channel Improvement Project Fort Collins, CO
Standpipe Draw Channel Restoration Project Hanna, WY
CENTENNIAL ARCHAEOLOGY
PRINCIPAL INVESTIGATOR $115
PROJECT DIRECTOR $83
GIS SPECIALIST/COMPUTER DRAFTSMAN $73
GIS ASSISTANT/FIELD TECHNICIAN $47
Table 3.2 ACE Project Team Fee Schedules.
Note: Reimbursables will be billed at cost, not to exceed City of Fort Collins expense guidelines.
X
Omar Herrera, Town of Windsor
970-674-2437, oherrera@windosrgov.com
X
Mike Sarmento, Urban Flood Control District
303-455-6277, msarmento@udfcd.org
X
Rebecca Norton, InVision GIS, LLC
970-988-2311
X
Julie Brungardt, A.G. Wassenaar, Inc.
303-759-8100, brungardtj@agwassenaar.com
X
Dr. Christian Zier, Principal Archaeologist
970-225-6575, cjzier@centennialarch.com
X X
Dr. Mary Van Buren, CSU
970-491-3781, mary.vanburen@colostate.edu
X
Portia Ross, FEMA Region 8
303-386-2316, portia.ross@fema.dhs.gov
X
Anderson Consulting Engineers, Inc. was contracted by Logan City to: (a) determine the accuracy of regulatory floodplains; (b) determine adequacy of existing levee systems;
(c) update regulatory flood hazard information; (d) confirm exiting known, and identify any new flooding problems; and (e) develop alternatives for addressing the flooding
problems. Following the Spring 2011 flood, ACE conducted geomorphic and sediment transport analyses which supported preparation of construction plans, cost estimates,
and bid documents for channel restoration and flood control projects. Projects/designs included stream bank/bed stabilization, replacement of irrigation infrastructure and a
flood control berm intended to provide protection for a residential neighborhood from the Blacksmith Fork River. The estimated total construction cost of designed
restoration and flood control projects exceeded $7 million.
Initial: $1,035,126*
Final: $1,032,055
No N/A
Name: Terry Lake Neighborhood Regional
Detention Pond Design
Owner Name: City of Longmont
(Anderson Consulting Engineers, Inc)
The Terry Lake Neighborhood Regional Detention Pond is located in northwest Longmont, north of a highly urbanized area without any significant drainage infrastructure.
The pond was designed to significantly attenuate tributary flows, occupies over 40 acres of land, and provides approximately 420 acre-feet of detention storage. This project
involved the following major design elements: (a) hydrologic modeling of the tributary drainage basin using CUHP/EPA SWMM; (b) design of the regional detention facility;
(c) design underdrain system to limit exposure of groundwater to potential evaporative loss; (d) design of a 15-foot high dam embankment and outlet structure; and (e)
obtaining requisite permits (Jurisdictional Dam Embankment Exemption, 404 Permit, 106 Permit, and Well/Underdrain Permit).
Initial: $216,624*
Final: $206,404
No BHA Design;
Centennial
Name: Snyder Avenue Reconstruction Project
Owner Name: City of Cheyenne
(AVI, p.c.)
AVI recently completed the design and construction management for the reconstruction of 5,500 feet of Snyder Ave in Cheyenne, WY. This project included the lining of
1,700 feet of an existing 15-inch sanitary sewer main utilizing a cured in place process with limited disturbance to the businesses and residences along the corridor. The
existing pipe was videoed, cleaned and scrubbed followed by the installation of the new lining. The efficiency of the process allowed for all services to remain live.
Additionally, existing manholes were rehabilitated including “spray roq” lining, epoxy coating of the troughs, and new steps. There was a change order for additional year of
construction management which is normal as the Engineering Department assesses their in-house staff on an annual basis.
Initial: $472,156
Final: $562,239
Yes ACE
Name: Logan Avenue Reconstruction Project
Owner Name: City of Cheyenne
(AVI, p.c.)
The Logan Ave Reconstruction Project included the reconstruction of 5,100 feet of a major collector in Cheyenne Wyoming. This project also includes the cured in place lining
process of 3,115 feet of sanitary main with pipe sizes varying from 10-inch to 15-inch in diameter. Prior to being cleaned and lined, the main is videoed, accurately mapping
all sanitary sewer services. Existing manholes were also rehabilitated. There was a change order for additional year of construction management which is normal as the
Engineering Department assesses their in-house staff on an annual basis.
Initial: $490,693
Final: $582,306
Yes ACE
Name: College Avenue Water Line Replacement
Owner Name: City of Fort Collins - Utilities
(Brierley Associates)
Brierley Associates provided geologic, geotechnical, and trenchless design services to the City of Fort Collins to replace an existing 4,800 foot long, 4-inch diameter cast-iron
water line under College Avenue/Highway 287. The replacement was completed utilizing both horizontal directional drilling (HDD) and pipe bursting techniques to minimize
impacts to traffic and local businesses. The project was completed on schedule and within budget and no differing site conditions were encountered.
Initial: $39,000
Final: $39,000
No N/A
Name: Dakota Avenue Outfall Tunnel
Owner Name: City of Fort Collins - Utilities
(Brierley Associates)
Brierley Associates designed a 108-inch inside diameter tunnel beneath active railway tracks as part of a drainage improvement project for the proposed Dakota Outfall. The
tunnel, constructed with an open face tunnel boring machine (TBM), crosses beneath five separate railway tracks and was approximately 376 feet long. The depth to top of
pipe varies from 7 to 18 feet below ground surface in a mixed-face condition of alluvial sands and Denver Formation claystone. Permeation grouting was included in the
design to limit settlement beneath the tracks in the shallow and difficult ground conditions. In preparation of the Geotechnical Data Report, Brierley Associates conducted
subsurface borings, as well as reviewed additional subsurface information available. Brierley also prepared project drawings, specifications, and engineer’s estimate.
Initial: $64,500
Final: $64,500
No N/A
*It is noted that the Initial Consultant Fees reflect the total of several task orders and changes in scope of work as requested by the client during the completion of the project.
Street and Vine Drive in northwestern Fort Collins. Due to minimal cover
on the existing pipeline and the establishment of numerous trees along
the existing alignment in this area, the NWCWD decided to take
advantage of the opportunity provided by the West Vine Outfall Project to relocate and upsize approximately 1650-feet of the
existing 24-inch RCCP line with 36” ductile iron pipe (DIP). Key elements of this project included the following: (a) final design of
the 36-inch DIP water transmission line, including joint restraints, two air release valves, and one blow off; (b) final design
details for the crossing of the Arthur Ditch and Shields Street; (c) procurement of a Nationwide 12 Permit for construction within
existing wetlands; (d) coordination with adjacent land owners to obtain a new permanent easement for the relocated water
transmission line and temporary construction easements; (e) construction management services including the review of
submittals and site inspections; and (f) development of as-built construction drawings. Mr. Brad Anderson served as the project
manager for this project, while Mr. Brian Smith was the senior engineer responsible for the design and development of
construction drawings. Wildland Consultants, Inc. and Centennial Archaeology assisted in the procurement of the Nationwide
12 Permit, which was obtained jointly with the Nationwide 43 Permit for the West Vine Outfall Project. Initial consultant fees
for the design, development of construction documents, construction management, and the development of as-built
construction drawings totaled $16,874. Total invoice fees to the project were $16,707, with no change orders required.
Water Main Rehabilitation Project, Cheyenne WY
Client: Mr. Brad Brooks (307) 637.6461
Board of Public Utilities
2416 Snyder Avenue
Cheyenne, WY 82001
This project utilized pipe
bursting technologies and
HDPE piping materials to limit
disturbances to existing roadways and
infrastructure within Holiday Park and
municipal streets (Cornell Street, Morrie
Avenue, Pershing Boulevard. The project
included approximately 8,000 feet of pipe
busting existing water mains with sizes ranging
from 8” to 18” diameter. Consultant fees for
surveying, final design, and development of
construction documents, and construction
management totaled $135,282 with no change
orders.
Installation of Box Culvert under Suspended Water Line
Installation of 48-Inch
Steel Casing Pipe for 36”
Waterline underneath
Shields Street
Pull Pit for Pipe
Bursting Equipment
Pipe Jacking Bore Pit for 54” Storm Sewer
a Anderson Consulting Engineers and Lidstone & Anderson
Contact Information
Bradley A. Anderson, P.E., CFM
President (Brad.Anderson@acewater.com)
Anderson Consulting Engineers, Inc.
375 E. Horsetooth Road, Building 5
Fort Collins, Colorado 80525
Office 970-226-0120
Fax 970-226-0121
Website: http://www.acewater.com/