HomeMy WebLinkAboutRESPONSE - RFP - 8191 COLLEGE & PROSPECT INTERSECTION IMPROVEMENTSDecember 1, 2015
Proposal for the City of Fort Collins
8191 COLLEGE & PROSPECT INTERSECTION IMPROVEMENTS
PROJECT UNDERSTANDING
1
PROJECT UNDERSTANDING
The City of Fort Collins is requesting proposals from qualifi ed engineering consultants to
provide preliminary engineering design, Construction Manager General Contractor (CMGC)
procurement support services, fi nal engineering design, and bidding and construction support
for intersection improvements at College Avenue and Prospect Road. These improvements are
required to be constructed by July 2017, in anticipation of the stadium improvements being
completed for the fall 2017 football season for Colorado State University, putting this project on
a fairly aggressive schedule for design and construction. Based on our research, we understand
the following goals shall be achieved:
Provide a fi nal recommended improvement
at the intersection to improve traffi c
operations and air quality within reasonable
cost and within reasonable impacts to
private property. This is shall be complete by
February 2016.
Improve safety for vehicles, pedestrians and
bicyclists.
Incorporate potential utility improvements
that are desirable to the City of Fort Collins.
Provide landscape, irrigation, and urban
design elements including coordination with
the City’s Art in Public Places program.
Incorporate sustainable solutions into the
design.
Coordinate with CSU for the northwest
quadrant of the intersection improvements.
Complete preliminary design of the
recommended improvements to identify
all right-of-way requirements and capital
improvement requirements. This shall be
complete by May 2016.
Assist the City of Fort Collins in executing a
CMGC procurement.
Complete fi nal design documents for the
improvements. This shall be complete by
December 2015.
Complete construction of the improvements
by July 2017.
Given these goals Wilson & Company will execute
the scope of work, including CMGC procurements
services, maintaining or exceeding all schedule
requirements to ensure that one of the City’s fi rst
CMGC projects for transportation improvements is
a successful project.
APPROACH
2
APPROACH
The following approach includes project management styles that we utilize on all projects to
ensure we meet schedule, quality, and budget goals. Following the project management, we have
included a list of critical issues that must be addressed well when executing the scope of work.
PROJECT MANAGEMENT PLAN AND
PROJECT COORDINATION PLAN
Wilson & Company will develop a Project
Management Plan and Project Coordination
Plan that will deliver the goals identifi ed above,
documenting all elements that are needed to
plan the project and then control execution of
the project. The PMP will set the baseline for
conformance with project expectations for scope
of work, quality, schedule, and budget.
After completion of the PMP, Scott Waterman
will work with the City to fi nalize a Project
Coordination Plan, a living document utilized to
keep the project on schedule and address risks
to the project before they happen. We will meet
with the City’s project manager to complete a risk
assessment that defi nes the risks to the projects
schedule, budget, and overall success. Using
the fi ndings of this assessment, we will develop
specifi c actions for coordinating with agencies
or entities to resolve the risks as early as possible.
This process will be integrated into the project
schedule.
The PCP is a living document that formalizes
and tracks action items, critical outside agency
coordination items, critical project clearances and
deliverable status. The plan will be updated and
reviewed on a regular basis, both internally with
Wilson & Company and with the City’s project
manager, to target coordination meetings for the
upcoming weeks, ensure that action items are
being completed, and keep the City’s staff up-to-
date on project status.
PROJECT CONTROLS
Control of all aspects of the project is the
responsibility of our project manager, Scott
Waterman. He will monitor the project phases to
ensure that costs are controlled, quality objectives
are met, and the schedule is maintained.
COST CONTROLS
CONTROLLING CONSULTANT COSTS
Our approach to managing consultant costs
coincides with our “Intensity Principle”. Using a
well-defi ned scope developed jointly by Wilson &
Company and the City, we will develop detailed
work hour estimates and associated project costs
to perform the work. Scott will track the progress
of key project deliverables and activities in line
with the budget. When progress falls behind
budget, Scott will develop a recovery plan to bring
the task back within budget.
CONTROLLING CONSTRUCTION COSTS
Using our experience on major transportation
improvement projects, we will coordinate with the
City to develop cost estimates at the beginning
3
8191 COLLEGE & PROSPECT INTERSECTION IMPROVEMENTS
communication, and monitoring. For this project
our team will conduct the design in accordance
with the Larimer County Urban Area Street
Standards (LCUASS). Additionally, we follow
American Association of State Highway and
Transportation Offi cials (AASHTO), and the Manual
on Uniform Traffi c Control Devices (MUTCD) to
guide our design processes. Wilson & Company
administers a formal QA/QC policy that requires
two functions. First, specifi c quality control
procedures for design calculations, plan review,
report review and review of all deliverables will
be defi ned within the PMP and executed. Second,
Marc Devos as the QA/QC Manager will review QC
procedures and certify that procedures have been
followed prior to release of any deliverables.
SCHEDULE CONTROL
We have developed a preliminary project
schedule identifying a path to complete design
of this project up to construction, including the
CMGC process. The control and execution of this
schedule will be accomplished using the Project
Coordination Plan to control risks, and through the
intensity and discipline that Wilson & Company
brings to all of our projects. A detailed schedule is
in the Schedule section of this proposal.
CRITICAL ISSUES
The following critical issues have been identifi ed
given our research and our experience in
delivering similar projects across the front range
of Colorado.
RE-EVALUATING THE TRAFFIC ANALYSIS
MEMORANDUM
The fi rst task for this project will entail evaluating
the College Avenue/Prospect Road Intersection
Analysis Traffi c Analysis Memorandum completed
back in July 2015. The Wilson & Company Team
has reviewed this memorandum and identifi ed
some issues that the City may want to consider/
address prior to the initiation of the design:
Traffi c Volumes: The traffi c volumes in the
traffi c memorandum showed very minimal
growth, less than 0.47 percent per year,
between years 2014 and 2024. We would
want to verify with the City that these
traffi c volume projections are still valid and
if not discuss an effi cient methodology in
developing the projections.
Analysis Tools: Synchro version 7.0 software
was used as the method of analysis in
determining intersection traffi c operations,
vehicle queue lengths and recommended
improvements. Synchro does not accurately
account for impacts of congested traffi c
operations and vehicle queues at adjacent
intersections. In addition the reported
eastbound and westbound PM peak hour
through vehicle queues at the College
4
8191 COLLEGE & PROSPECT INTERSECTION IMPROVEMENTS
Additional Alternatives: Wilson & Company
will perform a quick review and evaluation
of the alternative intersection layouts,
including the recommended alternative. The
focus of this review will be on the geometric
layouts in relation to the more detailed traffi c
analyses to determine if the auxiliary lanes
as identifi ed would be eff ectively utilized or
to make refi nements so that they would be
better utilized. An example of a refi nement
would be extending the left turn lanes
farther back from the intersection so that
fewer turning vehicles would be blocked
by the corresponding through movement
vehicle queues. We have provided additional
alternatives on Exhibits B and C, identifying
additional potential concepts to analyze with
a goal to provide the best alternative that
improves traffi c operations, reduces vehicle
delay and queues, reduces impacts to
private property, and better meets LUCASS
requirements for lane alignment across the
intersection.
CMGC SUPPORT SERVICES
Wilson & Company will provide whatever
alternative delivery services the City envisions
to provide the necessary support to ensure
your goals for schedule, cost, and quality are
always on the forefront of decision making for
this project, regardless of the procurement
method. As a fi rst product, we will develop a
project delivery selection matrix, identifying a
recommended procurement method to deliver
the improvements. While this deliverable is not a
requirement by the City, it will be a useful tool in
documenting that other methods of procurement
have been assessed, and that the selected
procurement method is suitable.
The City envisions this project will be executed
through a CMGC procurement, one of the fi rst
CMGC transportation improvements for the
City. Based on our research and understanding
of the coordination and schedule requirements
of the project, we believe CMGC to be a viable
procurement method. Having helped author the
CMGC Manual that CDOT utilizes, and based on
our experience on three CMGC projects, we off er
the following:
Wilson & Company authored the RFP for the
Pecos Street over I-70 project. We can assist
the City in authoring the RFP for College and
Prospect by providing input and review, or
we can lead author the RFP with the City
providing review and input. Either method
would be viable.
The Contractor will enter into two contract
phases: one for services during design;
one for the construction contract. The
5
8191 COLLEGE & PROSPECT INTERSECTION IMPROVEMENTS
LANDSCAPE, IRRIGATION, AND URBAN DESIGN
Britina Design Group has a history delivering
award-winning streetscape designs, and we will
work inclusively with the City of Fort Collins,
Colorado State University, and the entire team to
create a memorable streetscape design that not
only fi ts within the overall fabric of the corridor,
but is also unique and creative. We will apply
our ‘best practices’ knowledge of streetscape
design refi ned through years of working with
municipalities and government agencies to create
successful streetscapes. We have found that
streetscape projects are most successful when
they:
Involve the community
Are grounded in the site and place - its
possibilities, advantages and opportunities
Are sustainable
Are artful and memorable
In keeping with these themes, we look forward to
the College & Prospect Intersection Improvements
project, knowing that a successful process will
involve both an awareness and exploration into
the existing site conditions, an extended hand to
the community and the experience to expertly
guide the evolution, design and construction of
the fi nal streetscape design.
UTILITY COORDINATION AND CONFLICT
RESOLUTION
We will provide private utility locates for the City
of Fort Collins surveyor to survey in to ensure
we have horizontal locates rectifi ed into the
design survey. We will also include a robust
utility potholing program to identify vertical,
and sometimes horizontal, confl icts with existing
utilities related to new storm sewer connections,
potential storm sewer improvements envisioned
by the City, and potential water and sewer
improvements envisioned by the City. As confl icts
are identifi ed, we will work directly with the utility
owner to coordinate relocations required during
construction.
6
8191 COLLEGE & PROSPECT INTERSECTION IMPROVEMENTS
PROS
1. Decreased or comparable intersection delay*
2. Decrease in EB/WB through vehicle queues*
3. Reduce additional ROW needs
4. Better meets maximum 2-foot intersection lane shift
*Based on PM peak hour traffic conditions
CONS
1. Less available EB/WB left turn lane storage capacity (compared to
recommended improvements*)
*EB/WB through vehicle queues limit vehicles entering turn lanes
Control Access to
Right-In Right-Out
Extend Turn Lane to Allow Better
Use of Turn Lane When Thru
Queues Extend Back Significantly
Extend Turn Lane to Allow Better
Use of Turn Lane When Thru
Queues Extend Back Significantly
COLLEGE AND PROSPECT
Option H (Wilson & Company)
Eastbound/Westbound Single Left Turns Extended 0' 50' 100' 200' EXHIBIT A
7
8191 COLLEGE & PROSPECT INTERSECTION IMPROVEMENTS
PROS
1. Decrease in overall intersection delay*
2. Decrease in EB/WB through vehicle queues*
3. Reduces additional ROW needs overall
4. Better meets maximum 2-foot intersection lane shift
*Based on PM peak hour traffic conditions
CONS
1. Out of direction travel for EB and WB left turn vehicles
2. Michigan U-turns are not consistent with local area driver expectancy
3. Additional one-way signal required at Parker Street and Lake Street
Control Access to
Right-In Right-Out
Design Pump Vehicle
Circulation to Avoid Eliminating
Outside Pump Use
Potential Water
Quality Area
COLLEGE AND PROSPECT
Option I (Wilson & Company)
“Michigan Left” Turn 0' 50' 100' 200' EXHIBIT B
DELIVERABLES
8
DELIVERABLES
PROJECT KICKOFF AND SCOPING PHASE
Project Goals: develop overall project goal statements to utilize in all phases of design/
construction
Project Delivery Selection Matrix: provided to document CMGC as viable procurement method
Utility Locates and Pothole Logs
Existing Utility Plans : provided to utility owners to verify ownership, size, material, location
Base Mapping: incorporate City provided fi eld survey, property lines, and utilities into base fi le
Project Schedule: living document that will be submitted and revised as the project progresses
TRAFFIC AND ALTERNATIVES ANALYSIS PHASE
Updated Traffi c Volumes: if required after coordination with City of Fort Collins
Alternatives Analysis Memo: provided to document fi nal recommended improvement, costs,
impacts
PRELIMINARY ENGINEERING PHASE
Preliminary Engineering Plans: plans developed to a 30% level of design
Preliminary Specifi cations: provide a list of project special provisions and standard special
provisions
Preliminary Cost Estimate: detailed quantities and cost estimate for preliminary design
Proposed Right of Way: electronic CADD fi le of proposed improvements, including all necessary
permanent and temporary acquisitions
Preliminary Drainage Report: document design fl ows, storm sewer improvements, and water
quality
Preliminary Utility Plans: identify utility confl icts and potential relocation designs for coordination
with utility owners
Pavement Investigation Report: document pavement and sub-surface borings to identify
proposed pavement thickness based on matching existing pavement. No pavement design is
included.
Preliminary Landscape and Irrigation Plans: provide two alternatives for landscape and urban
design after coordination with City of Fort Collins Art in Public Places program
Meeting Minutes: for all meetings
CMGC PROCUREMENT
Contractor RFP: assistance to City in developing RFP, either by lead author or by review/input
60% Plans for Constructability Review: to gain input from contractor as early as possible
90% Plans for Contract Negotiations: contract price negotiations can begin when plans are at 90%
90% Quantities for Resolution: quantities provided for Contractor comment and resolution
PUBLIC AND STAKEHOLDER INVOLVEMENT
Graphics: provide graphics and renderings as necessary for public meetings and City website
Exhibits for Property Owner Impacts: details of property impacts at specifi c properties for owner
meetings
FINAL DESIGN
Final Plans, Specifi cations, and Estimate: provided as fi nal record plans ready for construction.
Additional Deliverables not identifi ed in the RFP, but added for value.
TEAM PROFILE
9
TEAM PROFILE
Wilson & Company provides comprehensive planning, transportation engineering design
services, and alternative delivery expertise for clients throughout the state of Colorado. The
City of Fort Collins will benefi t from a wide range of expertise that ranges from comprehensive
transportation planning and civil engineering design to CMGC delivery services on the College
and Prospect Intersection Improvements. We have provided consulting engineering services
for more than eight decades, including 34 years in Colorado to local agencies and the Colorado
Department of Transportation (CDOT). We deliver responsive and cost eff ective solutions that
will meet your standards for safety, community responsibility, and stakeholder relations. Our
relevant project experience is highlighted on the following pages.
ALTERNATIVE DELIVERY EXPERTISE
Over the past decade Wilson & Company has been
extensively involved in projects incorporating
alternative forms of project delivery. Wilson &
Company has participated in over $800 million in
Alternative Delivery projects in the last ten years
for both public and private sector clients. Our
experience includes the following key areas of
Alternative Delivery:
CMGC: In recent years, Construction
Management/General Contracting (CMGC),
has been used increasingly to respond to
transportation projects with unique challenges.
CMGC can be an eff ective delivery approach
where projects require new or highly complex
engineering and construction methods, complex
delivery schedules, or projects that require
a high degree of coordination between the
engineer, contractor, owner, and other entities.
Wilson & Company’s experience in CMGC extend
from serving as the owner’s engineer on CMGC
projects, to leading value engineering studies
on CMGC projects, to developing a DOT CMGC
manual.
Design-Build Program Management:
Serving as the owner’s engineer, Wilson
& Company has developed and executed
design-build programs for major
transportation project in numerous states,
including the C-470 Corridor for CDOT
Region 1 ($270 million) and I-25/Cimarron
Interchange for CDOT Region 2 ($85
million). Our eff orts focus on developing a
program that maximizes our client’s goals
to provide a best value project.
Design-Build: Wilson & Company has extensive
experience as the contractor’s designer on
transportation design-build projects. In that
role, we have proven expertise in developing
designs and project proposals that are both highly
responsive to the owner’s goals and objective, and
provide the most cost effi cient design solutions
and alternative technical concepts.
An Industry Leader: Wilson & Company is CDOT’s
lead consultant in support of the Department’s
Innovative Contracting Program. Wilson &
Company participates in the joint CDOT/FHWA/
Industry Innovative Contracting Advisory
Committee (ICAC) as the consulting industry’s
10
8191 COLLEGE & PROSPECT INTERSECTION IMPROVEMENTS
CMGC MANUAL
Wilson & Company assisted CDOT in the writing
of the Construction Manager/General Contractor
(CMGC) Procedural Manual to support CDOT
personnel and industry partners on CMGC
projects. The CMGC Manual provides an
understanding of the contracting and project
management procedures that are unique to the
CMGC process. The Manual is divided into fi ve
chapters covering CMGC Current Practices and
CDOT Processes; Project Selection and CMGC
Procurement; the CMGC Preconstruction Phase;
Construction Proposals and Contracting; and
CMGC Construction Phase Procedures. The CDOT
CMGC Manual is one of the most comprehensive
CMGC documents in the industry.
STREAMLINED DESIGN-BUILD
Wilson & Company provided assistance to CDOT
in its development of a Streamlined Design-
Build delivery method. Streamlined Design-
Build incorporates a single-step approach
to the procurement process that can reduce
procurement time for Design-Build delivery
by more than 50%, while maintaining the
elements of the delivery that foster innovation,
aggressive scheduling, and pricing. Wilson &
Company developed a Streamlined Design-Build
Instructions to Proposers (ITP) template that
provide the owner with well-defi ned approach to
Streamlined Design-Build procurement.
CDOT DESIGN-BUILD MANUAL
Wilson & Company is CDOT’s lead consultant
in developing a new Design-Build Manual. The
manual will provide a comprehensive discussion
of Design-Build delivery from goal-setting and
project delivery method selection, through the
procurement phase to the implementation and
construction of the project. The manual is written
in a “how to” manner to support the owner’s
project team in all of its eff orts in executing a
Design-Build program.
CDOT ALTERNATIVE DELIVERY REFERENCE
Nabil Haddad, PE
CDOT Innovation Contracting Program Manager
P: (303) 757-9485
(CMGC)
Colorado Department of Transportation
Innovative Contracting Program
4201 East Arkansas
Denver, CO 80222
Manual | January 2015
Construction Manager/General Contractor
Assisted CDOT write the
CMGC Manual.
RELEVANT PROJECT EXPERIENCE
VINE & SHIELDS INTERSECTION IMPROVEMENT;
FORT COLLINS
Reference: Timothy Kemp, City of Fort Collins;
11
8191 COLLEGE & PROSPECT INTERSECTION IMPROVEMENTS
Bridge Construction (ABC) project. The project
reconstructed the Pecos Street Bridge over I-70
and the interchange into a diamond confi guration
incorporating 2-lane modern roundabouts at the
ramp intersections with Pecos Street.
In order to minimize delays to the daily
130,000 vehicles using I-70 through
the interchange, CDOT decided to use
ABC bridge “roll-in” technology. The
project received federal “Highways for
Life” funding with the ABC commitment
to, as stated by U.S. Secretary of
Transportation Ray LaHood, “…allow
the bridge to be put in place all at one
time over a 50-hour period, instead of disrupting
traffi c over twelve months.”
The CDOT/Wilson Team developed a quality-
based RFP to select the contractor for the
project prior to advancing the design beyond
the preliminary phase. Proposal and interview
evaluations resulted in Kiewit Infrastructure being
selected as the contractor for the project. CDOT,
Wilson & Company, and Kiewit worked together to
advance the project design with an emphasis on
the detailed design of the complex bridge. Using
CMGC delivery, CDOT, and Wilson & Company
were able to integrate the contractor’s methods
and means into the project design to provide
the most innovative solution to address the
project complexity and reduce risks to the owner,
contractor, and community.
Key Wilson & Company Team Staff : Scott
Waterman - Project Manager; Brian Hearn - Project
Engineer; Steve Gomez - Traffi c Engineering; Mark
Scholfi eld - CMGC RFP and Execution; Larry Sly -
Environmental Clearance; Jessica Boryn - Utility
Coordination
NORTH MEADOWS DRIVE EXTENSION,
CMGC DELIVERY METHOD; CASTLE ROCK
Reference: Frank Main, Town of Castle Rock,
P: (720) 733-2265
The Town of Castle Rock utilized CMGC
contracting to allow the Town, design team, and
contractor to work together to develop the design
details for this project. The North Meadows Drive
Extension project extended the existing North
Meadows Drive across two railroads and US 85
to a new interchange at I-25. Wilson & Company
was a subconsultant on this project, and designed
approximately 2.5 miles of new roadway from
the existing termination to just past the US 85
interchange.
To maintain the overall construction schedule,
the Town, Contractor, and engineers utilized the
CMGC process to determine how the project
would be divided into three distinct construction
packages. Wilson & Company led two of the
three packages including the proposed US 85
12
8191 COLLEGE & PROSPECT INTERSECTION IMPROVEMENTS
consolidate, or eliminate accesses and
design the 70+ new driveways. Wilson
& Company also designed the new
storm sewer system to meet water
quality permit requirements, while
consolidating water quality treatment
locations to reduce permanent right-
of-way acquisitions. The outfall of the
new storm system ties in with the new
improvements at the Barnum Park area,
which involved coordination with CCD
Parks & Recreation and their design
consultant.
There was also extensive utility coordination with
CDOT and all utility owners to identify impacts
with the new drainage system and schedule
relocations prior to, and during construction. The
corridor has well defi ned pedestrian crossings
with wider sidewalks, including amenity zones
to provide more separation between vehicles
on the new roadway, and provide pedestrians
with updated street lighting. Wilson & Company
provided a construction-phasing concept, while
CDOT provided construction traffi c control plans.
Key Wilson & Company Team Staff : Scott
Waterman - Project Manager; Jessica Boryn, EES -
Utility Coordination
KEY PROJECT PERSONNEL
Our team recently completed the preliminary and
fi nal design for the Vine & Shields Roundabout
Improvements for Fort Collins, and has formed a
strong working relationship with the City that will
continue on the College and Prospect Intersection
Improvements. Our desire is to assist the City of
Fort Collins in this transportation improvement
project, and to work with the City to develop a
successful CMGC project delivery method.
Tim Kemp, PE
Dan Woodward
PROJECT MANAGER/
PRINCIPAL-IN-CHARGE
Scott Waterman, PE
PROJECT/DESIGN ENGINEER
Brian Hearn, PE
CMGC PROCUREMENT &
COORDINATION
Mark Scholfi eld, PE, DBIA
DRAINAGE/WATER QUALITY
Dan Bare, PE
TRAFFIC ANALYSIS
Steve Gomez, PE, PTOE
UTILITY COORDINATION/
IMPROVEMENTS
Jessica Boryn
EES
LANDSCAPE/URBAN DESIGN
Tim Piper, PLA, ASLA
Britina Design Group
13
8191 COLLEGE & PROSPECT INTERSECTION IMPROVEMENTS
PROJECT MANAGER/PIC:
SCOTT WATERMAN, PE
Scott has proven experience progressing
transportation design documents from concept
design to construction contract documents at
both preliminary design and fi nal design stages.
He served as the project manager for the design-
build procurement phase of CDOT’s Region 1,
C-470 Corridor. Scott also was the design manager
on Pecos Street over I-70 Bridge Replacement,
a project executed through the CMGC delivery
process. He worked with CDOT and the contractor
to advance the project design with an emphasis
on the detailed design of the complex bridge.
Availability: 65%; Commitment: 50%.
PROJECT/DESIGN ENGINEER:
BRIAN HEARN, PE
Brian recently completed the design and bid
documents for the Vine & Shields Intersection
Improvements for the City of Fort Collins. He was
responsible for complete design development and
coordination of all design disciplines. Brian served
as the roadway design task manager for the CMGC
delivery of North Meadows Drive Extension for
the Town of Castle Rock, where he optimized the
fi nal roadway design. He also was the roadway
design engineer responsible for the ramp terminal
roundabouts for the Pecos Street over I-70 Bridge
Replacement. Availability: 60%; Commitment:
60%.
CMGC PROCUREMENT & COORDINATION:
MARK SCHOLFIELD, PE, DBIA
Mark leads Wilson & Company’s alternative
delivery program, both as an owner’s
representative and as the contractor’s designer.
He is working with CDOT’s Innovative Contracting
branch to develop new documents for future
alternative delivery pursuits in the state of
Colorado. Mark has served as either principal-
in-charge or project manager for Wilson &
Company’s alternative delivery projects, which
total in excess of $800 million in construction
value. Mark’s relevant experience includes serving
as the project manager for the development of
CDOT’s CMGC Manual, Design-Build Manual, and
Streamlined Design-Build Manual. He also led
the CMGC procurement and contracting support
for CDOT Region 1, Pecos Street over I-70 Bridge
Replacement. Availability: 20%; Commitment:
20%.
TRAFFIC ANALYSIS:
STEVE GOMEZ, PE, PTOE
Steve has served as the traffi c task manager for
several alternative delivery projects, including
CMGC and design-build. He was responsible
for managing and conducting traffi c demand
modeling and traffi c analysis, as well as the
development of MOT options and operational
14
8191 COLLEGE & PROSPECT INTERSECTION IMPROVEMENTS
and erosion control. She led the utility
coordination on the Vine & Shields Intersection
Improvements in Fort Collins. Availability: 100%;
Commitment: 100%.
LANDSCAPE/URBAN DESIGN:
TIM PIPER, PLA, ASLA
With his 18 years of experience in landscape
architecture, Tim brings a creative edge and fresh
perspective to every project. His understanding
of detailed creative design has served him well in
all stages of the design process, from site design,
and graphic presentation through construction
documentation. Tim has provided design direction
and oversight for the award-winning Broadway
Streetscape in Eagle, the 7th Street Streetscape in
Glenwood Springs, the Avon Main Street project,
the Steamboat Springs Streetscape Design
Guidelines and the Ralston Creek Streetscape
Design Guidelines in Arvada. Recently, Tim has
worked on the Grandview Bridge in Arvada,
the I-70 Interchange in Eagle, and the Vine and
Shields Intersection Improvements in Fort Collins.
Availability: 45%; Commitment: 45%.
GEOTECHNICAL: DON HUNT, PE
As senior geotechnical engineer, Don has
participated in all phases of geotechnical
investigations, from fi eldwork through report
completion and has reviewed reports prepared by
junior staff for accuracy, quality, and consistency
with company practice and standards. Don
oversaw the subsurface investigation, assigned
the laboratory program, and prepared the
geotechnical and pavement recommendations
for the North Meadows Drive Extension, a CMGC
delivery, for the Town of Castle Rock. Availability:
30%; Commitment: 30%.
SCHEDULE
15
ID TaskName Duration Start Finish
1 ContractExecution/NTP 1day Mon1/4/16 Mon1/4/16
2 ProjectKickoff,Management,andMeetings 245days Tue1/5/16 Mon12/12/16
3 KickoffMeeting 1day Tue1/12/16 Tue1/12/16
4 ProjectCoordinationMeetings(Every2weeks) 235days Tue1/19/16 Mon12/12/16
5 PublicOpenHouse 1day Thu5/12/16 Thu5/12/16
6 ProjectManagementandCoordinationPlan 5days Tue1/5/16 Mon1/11/16
7 TrafficandAlternativesAnalysis 26days Wed1/13/16 Wed2/17/16
8 ReviseTrafficForecasting 10days Wed1/13/16 Tue1/26/16
9 DevelopAdditionalAlternatives 10days Wed1/13/16 Tue1/26/16
10 TrafficOperationsAnalysis 10days Wed1/27/16 Tue2/9/16
11 AlternativeAnalysisMemo 1day Wed2/17/16 Wed2/17/16
12 PreliminaryEngineeringPhase 113days? Tue1/5/16 Thu6/9/16
13 PrepareMappingBaseFile 20days Wed1/13/16 Tue2/9/16
14 PreliminaryRoadwayDesign 15days Thu2/18/16 Wed3/9/16
15 DrainageandWaterQualityDesign 31days Thu3/10/16 Thu4/21/16
16 PreliminaryDrainageAnalysis 10days Thu3/10/16 Wed3/23/16
17 PreliminaryWaterQualityDesign 5days Thu3/24/16 Wed3/30/16
18 PreparePreliminaryHydraulicDesign 5days Thu3/31/16 Wed4/6/16
19 PreliminaryDrainageReport 1day Thu4/21/16 Thu4/21/16
20 UtilityCoordination 98days? Tue1/5/16 Thu5/19/16
21 UtilityResearch 10days Tue1/5/16 Mon1/18/16
22 Prepareexistingutilityplans 10days Wed2/10/16 Tue2/23/16
23 UtilityCoordinationMeeting1 1day Wed3/9/16 Wed3/9/16
24 InitialUtilityImpactAssessmentandCoordination 20days Thu4/7/16 Wed5/4/16
25 PrepareUtilityPlans 20days Thu4/7/16 Wed5/4/16
26 UtilityCoordinationMeeting2 1day? Thu5/19/16 Thu5/19/16
27 PavementInvestigations 21days Thu3/17/16 Thu4/14/16
28 PreliminaryPavementBorings 10days Thu3/17/16 Wed3/30/16
29 PavementInvestigationReport 1day Thu4/14/16 Thu4/14/16
30 UrbanDesignandLandscapeDesign 61days Thu3/10/16 Thu6/2/16
31 Engage/CoordinatewithArtist 20days Thu3/10/16 Wed4/6/16
32 Prepare2AlternativesandPresenttoCity 20days Thu4/7/16 Wed5/4/16
33 UrbanDesignReviewwithCityandArtist 10days Thu5/5/16 Wed5/18/16
34 RecommendProposedUrbanDesign 1day Thu6/2/16 Thu6/2/16
35 RightofWay 31days Thu3/10/16 Thu4/21/16
36 DevelopProposedRightofWayImpacts 25days Thu3/10/16 Wed4/13/16
37 DeliverProposedROWFiletoCity 1day Thu4/21/16 Thu4/21/16
38 PrepliminaryDesignReviewProcess 26days Thu5/5/16 Thu6/9/16
39 PreparePreliminaryDesignPlans,Specs,Estimate 15days Thu5/5/16 Wed5/25/16
40 PreliminaryDesignReviewMeeting 1day Thu6/9/16 Thu6/9/16
41 CMGCProcess 263days Wed1/13/16 Fri1/13/17
42 DevelopProjectGoals 15days Wed1/13/16 Tue2/2/16
43 ProjectDeliverySelectionMatrix 5days Wed2/3/16 Tue2/9/16
44 DevelopCMGCRFP 30days Wed2/10/16 Tue3/22/16
45 AdvertiseforCMGCContractor 1day Wed4/6/16 Wed4/6/16
46 ContractorProcurement 45days Thu4/7/16 Wed6/8/16
47 SelectContractor 1day Thu6/9/16 Thu6/9/16
48 DesignPhaseContractExecution 30days Fri6/10/16 Thu7/21/16
49 ConstructibilityFeedback 15days Fri8/5/16 Thu8/25/16
50 ContractNegotiations 30days Fri10/21/16 Thu12/1/16
51 FinalContractExecution 1day Fri1/13/17 Fri1/13/17
52 FinalDesign 127days Fri6/10/16 Mon12/5/16
53 60%PlansforConstructibilityInput 40days Fri6/10/16 Thu8/4/16
54 90%PlansforContractNegotitations 40days Fri8/26/16 Thu10/20/16
55 FinalDesignReviewMeeting 1day Fri11/11/16 Fri11/11/16
56 FinalPlans,Specifications,andEstimate 1day Mon12/5/16 Mon12/5/16
57 Construction 110days Mon2/13/17 Fri7/14/17
ContractExecution/NTP 1/4
COSTS
PROJECT COST WORKSHEET NEW RATES EFFECTIVE WITHIN WCI 07-11-15
Project Number College and Prospect Intersection - City of Fort Collins P-8191
WCI Project Number
Firm Name Wilson & Company
Name of Preparer Scott Waterman Phone no. 303.297.2976
Scope of Work Date 1-Dec-15
Type of Proposal: SPECIFIC RATE OF PAY
1B. LABOR COSTS
Estimated
Employee Employee Employee Labor Estimated Cost Per
Name Classification Title Rate Hours Employee
Ackerman, Betsy E AD3 Administrative Assistant III $ 65.37 18.00 $ 1,176.66
Bare II, Daniel W P5 Engineer (Licensed) V $ 163.06 92.00 $ 15,001.52
Devos, Marc T P6 Engineer (Licensed) VI $ 225.07 38.00 $ 8,552.66
Gomez, Steven E P6 Engineer (Licensed) VI $ 198.97 118.00 $ 23,478.46
Hearn, Brian S P5 Engineer (Licensed) V $ 148.02 382.00 $ 56,543.64
Scholfield, Mark M P7 Engineer (Licensed) VII $ 283.36 68.00 $ 19,268.48
Waterman, Frederick Scott P7 Engineer (Licensed) VII $ 250.55 107.00 $ 26,808.85
Zamarripa, Daniel M P2 Engineer in Training II $ 88.11 530.00 $ 46,698.30
1B. TOTAL ESTIMATED COST 1,353.00 $ 197,528.57
3A. OTHER DIRECT COSTS (IN-HOUSE)
In-House
Current
Unit Rate Estimated
Item Quantity Unit billed at cost Cost
CD/DVD 0 3080 each $ 10.00 $ -
GPS Equipment 0 6010 day $ 125.00 $ -
GPS Equipment 0 6015 hour $ 15.75 $ -
Nuclear Densometer 0 6020 day $ 100.00 $ -
3D laser scanner 0 6050 day $ 600.00 $ -
Project Miles# 2000 7010 mile $ 0.52 $ 1,040.00
CM/Survey Miles 0 7020 mile $ 0.55 $ -
Use of ATV 0 7030 day $ 85.00 $ -
Use of Employee Vehicle# 1000 7070 mile $ 0.52 $ 520.00
Photo lab misc 0 at cost $ -
Miscellaneous (at actual reasonab0 at actual reasonable charge $ -
# = state mileage rate, currently $0.52/mile for 2 wheel drive and $0.55/mile for 4 wheel drive
3A. Total $ 1,560.00
3B. OTHER DIRECT COSTS (OUTSIDE VENDORS)
Unit Estimated
Item Quantity Unit Rate Cost
Federal Express/UPS 250 @Invoice Cost $ 1.00 $ 250.00
Production Printing 300 @Invoice Cost $ 1.00 $ 300.00
## Lodging/Meals 0 @Invoice Cost $ 1.00 $ -
Miscellaneous (at actual reasonab500 @Invoice Cost $ 1.00 $ 500.00
## = at cost, but not to exceed the applicable rates
in current Colorado State Fiscal Rules
3B. Total $ 1,050.00
4A. OUTSIDE SERVICE RATES
Firm Rate
Britina Design Group see attached subconsultant cost worksheet
Entitlement and Engineering Solutions see attached subconsultant cost worksheet
Rocksol see attached subconsultant cost worksheet
4B. OUTSIDE SERVICE CHARGES
Firm Estimated Costs
Britina Design Group see attached subconsultant cost worksheet $ 35,960.00
Entitlement and Engineering Solutions see attached subconsultant cost worksheet $ 29,564.50
Rocksol see attached subconsultant cost worksheet $ 12,496.97
4B. Total Outside Services $ 78,021.47
TOTAL ESTIMATED COST (Sum of 1B, 2, 3A, 3B, 4B) $ 278,160.04
I declare that to the best of my knowledge the wage rates and other factual unit rates supporting the compensation
to be paid by the Department for the professional services on this document are accurate, complete, and current at
the time of contracting and include no unallowable or duplicate costs.
1-Dec-15
F. Scott Waterman, PE Date
Officer, Transportation West Service Unit Manager
For Proposal - December 1, 2015
PCN:
107 68 118 382 530 38 92 18 1353
A. Meetings
1. Project Kickoff Meeting - (Waterman, Gomez, Hearn, Scholfield, Bare) - 1 meeting 4446 4 22
2. Standing Coordination Meetings (Waterman, Hearn, subs) - 10 assumed meetings 20 40 60
3. Meeting minutes - 10 meetings 10 10
B. Project Planning and Setup
1. Project Coordination Plan 8 8
2. Project Schedule 2 2
C. General Project Management
1.Weekly project management - 1/2 hour/week PM; 1 hour/week PE; 1 hour/month Admin 16 40 8 64
2. Invoicing and Status Reports 12 6 18
D. Public Open House Graphics 8 8
40 4 4 126 4 14 192
Labor Cost Subtotal $ 32,169.26
A. Forecasts (assumes forecasts remain as provided by City)
B. Alternative Development 24 4 16 26
C. Traffic Operations Analysis 410 14
D. Alternatives Analysis Memorandum 1410 24 21
3 124362 461
Labor Cost Subtotal $ 7,614.95
A. Prepare Base Mapping 210 12
B. Preliminary Roadway Design 44 4048
C. Preliminary Drainage Design
1. Preliminary Drainage Analysis 16 8 24
2. Preliminary Hydraulic Design 16 8 24
3. Preliminary Water Quality Design 16 8 24
4. Preliminary Drainage Report 16 8 24
D. Utility Coordination See Backup from EES 4 4
E. Pavement Investigations See Backup from Rocksol
F. Landscape Design and Irrigation See Backup from Britina 8 8
G. Right of Way Coordination 816 24
H. Preliminary Design Plans 8 3040801216 186
I. Preliminary Specifications and Estimate 48 1628
J. Preliminary Design Review Meeting 4 464 4 22
20 34 76 234 12 52 428
Labor Cost Subtotal $ 54,823.20
Sub Cost Subtotal $ 49,161.47
Phase Cost Subtotal (Excluding Expenses) $ 103,984.67
A. Project Delivery Selection Matrix 212 4 18
B. Project Goals 24 4 10
C. CMGC RFP 424 16 44
D. CMGC Support through Selection 416 8 28
E. CMGC Coordination during Negotiations 48 16 28
16 64 48 128
Labor Cost Subtotal $ 29,248.80
Sub Cost Subtotal $ -
Phase Cost Subtotal (Excluding Expenses) $ 29,248.80
A. 60% Plans 8 8 24 40 12 92
B. 90% Plans 8 40 40 160 16 12 276
C. Final Design Review Meeting 4 484 4 24
D. Final Plans, Specifications and Estimate 8 8 40 40 8 8 112
28 60 112 244 24 36 504
Labor Cost Subtotal $ 68,302.52
Sub Cost Subtotal $ 22,760.00
Phase Cost Subtotal (Excluding Expenses) $ 91,062.52
A. Support During Constructin 81616 40
81616 40
Labor Cost Subtotal $ 5,369.84
College and Prospect Intersection Improvements
Britina Design Group and Hines Inc. - Fee Summary
Principal
Senior Associate
Landscape Architect Apprentice
Senior Design Engineer
Project Manager/Senior Designer
Irrigation Designer
Computer Drafting
TASK 1 - PRELIMINARY ENGINEERING DESIGN $160 $115 $85 $115 $100 $80 $65 TOTALS
LANDSCAPE 4 44 64 112
IRRIGATION 10 9.5 15 0 34.5
4 44 64 10 9.5 15 0 146.5
TOTAL TASK 1 FEES $640 $5,060 $5,440 $1,150 $950 $1,200 $0 $14,440
TASK 2 - FINAL ENGINEERING DESIGN $160 $115 $85 $115 $100 $80 $65
LANDSCAPE 4 40 68 112
IRRIGATION 0 6.75 30 5 41.75
4 40 68 0 6.75 30 5 153.75
TOTAL TASK 2 FEES $640 $4,600 $5,780 $0 $675 $2,400 $325 $14,420
TASK 3 - DESIGN SUPPORT DURING CONSTRUCTION $160 $115 $85 $115 $100 $80 $65
LANDSCAPE 0 28 8 36
IRRIGATION 0 8 17.5 0 25.5
0 28 8 0 8 17.5 0 61.5
TOTAL TASK 3 FEES $0 $3,220 $680 $0 $800 $1,400 $0 $6,100
SUBTOTAL HOURS 8 112 140 10 24.25 62.5 5 361.75
SUBTOTAL FEES $26,060 $8,900 361.75
EXPENSES $1,000 $0
TOTAL FEE $27,060 $8,900 $35,960
Britina Design Group Hines Inc.
Britina Design Group Hines Inc.
Britina Design Group Hines Inc.
Page 2
Entitlement and Engineering
Solutions, Inc.
College & Prospect Intersection Improvements
City of Fort Collins Project Number 8191
EES Utilities Fee
TOTAL
Rate = $135.00 Rate = $105.00
Hours Total Hours Total
Coordination Meetings & Travel $ ‐ 36 $ 3,780.00
Develop Plans $ ‐ 40 $ 4,200.00
QC Plans and Revisions 4 $ 540.00 8 $ 840.00
Submittal coordination $ ‐ 4 $ 420.00
FIR Meeting $ ‐ 4 $ 420.00
Utility Subtotal 4 $ 540.00 92 $ 9,660.00 $ 10,200.00
Address Comments $ ‐ 16 $ 1,680.00
Coordination Meetings & Travel $ ‐ 16 $ 1,680.00
QC Plans and Revisions 4 $ 540.00 4 $ 420.00
Submittal coordination $ ‐ 4 $ 420.00
FOR Meeting $ ‐ 4 $ 420.00
Total 4 $ 540.00 44 $ 4,620.00 $ 5,160.00
Address Comments $ ‐ 8 $ 840.00
QC Plans and Revisions 2 $ 270.00 4 $ 420.00
Submittal coordination $ ‐ 4 $ 420.00
Total 2 $ 270.00 16 $ 1,680.00 $ 1,950.00
Total EES Labor for 30% Design 4 $ 540.00 92 $ 9,660.00 $ 10,200.00
Mileage ($0.575/mile) $ 724.50
$ 800.00
$ 10,500.00
TOTAL EES FEE FOR 30% DESIGN $ 22,224.50
Total EES Labor for Final Design 0 $ ‐ 4 $ 420.00 $ 7,110.00
Mileage ($0.575/mile) $ 230.00
TOTAL EES FEE FOR FINAL DESIGN $ 7,340.00
PRELIMINARY DESIGN
FINAL DESIGN
400.00 Miles
Utility Potholes (Assumes 2 days or 10 potholes)
100% Design (For Bidding)
1,260.00 Miles
Utility Locates
Work includes generating utility plans and utility coordination for 30% design (FIR) and for 100% design (Final Design).
Utility Design
Jon Andresen Jessica Burch
30% Design (FIR)
90% Design (FOR)
EES
Phone: 303-572-7997 518 17th Street, Suite 1575 Denver, CO 80202
Page 1
Entitlement and Engineering
Solutions, Inc.
2015 Hourly Rate Schedule
Category Hourly Rate
President $140.00
Principal $135.00
Sr. Project Manager $130.00
Project Manager $125.00
Sr. Engineer V $120.00
Sr. Engineer IV $110.00
Engineer III $105.00
Engineer II $100.00
Engineer I $95.00
Engineering Intern $90.00
Project Scheduler $125.00
Designer $95.00
Sr. CADD Technician $90.00
CADD Technician $80.00
Administrative Support $60.00
Reimbursable Expenses Billing Rate
Mileage $0.575/mile
B&W Plots $1/square foot
Color Plots $5/square foot
Copies (B&W) 8‐1/2 x 11 $0.10/copy
Copies (Color) 8‐1/2 x 11 $1.00/copy
Copies (B&W) 11 x 17 $0.15/copy
Copies (Color) 11 x 17 $1.50/copy
Outside services Cost plus 10%
Subconsultants Cost plus 10%
EES
Phone: 303-572-7997 518 17th Street, Suite 1575 Denver, CO 80202
Fee Estimate for Geotechnical Investigation Report
and Pavement Design Report
Prospect and College Intersection Improvements
Fort Collins, Colorado
4 November 19, 2015
RockSol Consulting Group, Inc.
Estimate for Geotechnical Engineering and Pavement Design
RFP 8191 - College & Prospect Intersection Improvements
Fort Collins, Colorado
Geotechnical Investigation - 4 Pavement Boreholes and 4 Pavement Cores
Labor Hours Rate/Hour Total Estimated
Fee
Project Manager 2 $159.00 $318.00
Engineering Geologist (Note 1) 16 $112.00 $1,792.00
Staff Geotechnical Engineer (Note 2) 24 $82.33 $1,975.92
Senior Geotechnical Engineer 12 $146.00 $1,752.00
Admin Assistant (Note 3) 4 $69.00 $276.00
RockSol Laboratory Tech 28 $76.80 $2,150.40
Drafting 8 $82.00 $656.00
Total Labor $8,920.32
Notes:
1) Includes obtaining permits, sample review, limited pavement distress survey, and report
preparation.
2) Includes field work (staking, utility locates, and borehole logging), report preparation and
borehole log editing and lab data reduction with gINT software.
Other Direct Costs
Drilling (4 Boreholes to 10' w/truck mounted drill rig) $1,250.00
Vehicle (342 miles @ $0.575) $196.65
Pavement Backfill and Patch Materials $80.00
Outside Laboratory Testing (R-
Values/Chlorides) $450.00
Traffic Control $1,200.00
Pavement Coring (4 Cores) $400.00
Total Other Direct Cost $3,576.65
Based on:
2 days truck rig
2 trips permit, utilities and staking
2 days traffic control (boreholes and pavement cores)
Requirements:
Traffic Control
Ft.Collins ROW Permit
Total for Geotechnical Tasks $12,496.97
d i s c i p l i n e | i n t e n s i t y | c o l l a b o r a t i o n | s h a r e d o w n e r s h i p | s o l u t i o n s
Expertise, plus something more.
The difference is higher relationships.
Experience the difference.
1675 Broadway, Suite 200
Denver, CO 80202
(303) 297-2976 main
www.wilsonco.com
Sub Cost Subtotal $ 6,100.00
Phase Cost Subtotal (Excluding Expenses) $ 11,469.84
Fee Summary 1. Project Kickoff and Ongoing project Management $ 32,169.26
2. Traffic and Alternatives Analysis $ 7,614.95
3. Preliminary Engineering $ 103,984.67
4. CMGC Services $ 29,248.80
5. Final Design $ 91,062.52
6. Construction Support Services $ 11,469.84
Expenses $ 2,610.00
Total Project Cost $ 278,160.04
SUBTOTAL - CMGC Services
5. Final Design
SUBTOTAL - Final Design
6. Construction Services
SUBTOTAL - Final Design
2. Traffic and Alternatives Analysis
SUBTOTAL - Traffic and Alternatives Analysis
3. Preliminary Engineering Phase
SUBTOTAL - Preliminary Engineering Phase
4. CMGC Services
College and Prospect Intersection Improvements
Tim Kemp, PE
Scott Waterman, PE
Wilson & Company
Total
PM (Waterman)
Traffic Eng (Gomez)
Wilson & Company estimated workhours shown.
CMGC (Scholfield)
Admin (Ackerman)
Junior Engineer/Prof.
(Zamarippa)
Quality Control (Devos)
SUBTOTAL - Project Kickoff Phase and Ongoing Project Management
TASK DESCRIPTION
Project Engineer. (Hearn)
1. Project Kickoff and Ongoing Project Management
Project Number:
Description:
City Project Manager:
Wilson Project Manager
P-8191
Estimated Work Hours
Wilson & Company
Drainage (Bare)
N/A
KickoffMeeting 1/12
PublicOpenHouse 5/12
2/17
4/21
UtilityCoordinationMeeting13/9
UtilityCoordinationMeeting25/19
4/14
RecommendProposedUrbanDesign 6/2
4/21
PreliminaryDesignReviewMeeting 6/9
4/6
6/9
1/13
11/11
12/5
Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep
2016 2017
Task
Split
Milestone
Summary
ProjectSummary
ExternalTasks
ExternalMilestone
InactiveTask
InactiveMilestone
InactiveSummary
ManualTask
DurationͲonly
ManualSummaryRollup
ManualSummary
StartͲonly
FinishͲonly
Deadline
Progress
College and Prospect Improvements
Wilson&CompanyͲProjectSche
analysis for the CMGC Pecos Street over I-70
Bridge Replacement for CDOT Region 1. Steve
understands how best to analyze intersections to
improve traffi c movements and safety by relieving
existing and future traffi c congestion. Availability:
50%; Commitment: 40%.
PLANNING/MULTI-MODAL:
JIM TOWNSEND, AICP
Jim’s planning and operations background have
provided community direction and proven cost
eff ective sustainable solutions. His transit and
non-motorized experience has allowed him to
integrate multi-modal elements into communities
contemplating initiating or expanding multi-
modal services. Jim is the project manager for the
I-25/Broadway Station Area Master Plan in Denver
and the El Cajon Complete Boulevard Study for
San Diego. Availability: 30%; Commitment: 20%.
DRAINAGE: DAN BARE, PE
Dan has over 30 years of general civil and water
resources experience and will lead the hydrology
and hydraulic analysis for this project. He has
been involved in many aspects of stormwater
management serving as led drainage engineer
and manager. Dan worked with a multi-discipline
team of roadway and bridge designers to evaluate
and plan the drainage system for the 13 miles
of the C-470 Corridor. The preliminary design is
intended to provide water quality treatment for
100% of the project corridor within the limited
right of way and avoiding confl icts with major
utilities. Availability: 40%; Commitment: 40%.
SUBCONSULTANTS
UTILITY COORDINATION/IMPROVEMENTS:
JESSICA BORYN
Jessica off ers nine years of experience as a civil
engineer with background in environmental
planning; highway engineering; urban and rural
roadway design; utility design and coordination;
maintenance of traffi c; stormwater management;
ADDITIONAL
REFERENCES
Nabil Haddad
CDOT Innovation
Contracting
P: (303) 757-9485
Art Griffi th
Douglas County
P: (303) 660-7490
Steve Hersey
City & County of
Denver
P: (720) 913-9300
PLANNING/MULTI-MODAL
Jim Townsend, AICP
Vanessa Spartan, AICP
PAVEMENT INVESTIGATIONS/DESIGN
Don Hunt, PE
RockSol Consulting Group
RAILROAD COORDINATION
Marc Devos, PE
PUBLIC INVOLVEMENT GRAPHICS
Brian Hearn, PE
Tim Piper, PLA, ASLA
QUALITY ASSURANCE
Marc Devos, PE
WATERLINE/SEWER DESIGN
Kyle Godwin, PE
PROPOSED TEAM ORGANIZATION
The organization chart illustrates our key team
members and their direct lines of communication.
Provided well defi ned pedestrian
crossings with wider sidewalks to
improve safety and separation.
Interchange with North Meadows.
Through the CMGC process the Wilson & Company
team coordinated with the Town and Contractor
on a weekly basis to discuss the design details and
review constructability items. We coordinated and
prepared the fi nal construction specifi cations with
the owner and contractor to mitigate risk items
for the project. The team also prepared the project
bid items and helped to facilitate the Guaranteed
Maximum Price (GMP) review meetings with
the Town, contractor, and independent cost
estimator (ICE) for Construction Packages 1 and
3 for the project. We worked with the Town to
provide guidance and
recommendations on risk
mitigation and balancing
costs.
The Wilson & Company
team was responsible for
the design of three bridge
structures; 11 retaining
walls; three sound
walls; one signal bridge
for Single Point Urban
interchange (SPUI) at US
85; 2.5 miles of roadway;
several major waterline
and sanitary sewer
relocations.
Key Wilson & Company Team Staff : Brian
Hearn - Project Engineer; Steve Gomez - Traffi c
Engineering; Larry Sly - Environmental Clearance;
Mark Scholfi eld - Project Delivery Selection Matrix;
Don Hunt, RockSol - Pavement Design
FEDERAL BOULEVARD - ALAMEDA AVENUE TO
5TH AVENUE; DENVER
Reference: Katie Dawson, CDOT Region 1, P: (303) 398-6434
As part of a heavily blended team working with
City and County of Denver (CCD) staff , Wilson &
Company assisted CDOT Region 1 with the fi nal
design of the widening and reconstruction of
Federal Boulevard from Alameda Avenue to 5th
Avenue. Adding an additional travel lane and a
raised landscaped median required numerous
right-of-way acquisitions, full and partial; and
extensive coordination with the CCD to relocate,
Led a CMGC delivery for a
bridge replacement and
roundabouts.
Based on the Project Delivery
Selection Matrix, a CMGC
delivery method was best
suited for the project.
P: (970) 416-2719
The City of Fort Collins contracted Wilson &
Company to provide the City with preliminary
engineering design, fi nal engineering design, and
design support during construction for the Vine
& Shields roundabout. The City completed an
arterial intersection priority study which ranked
the current signalized Vine & Shields intersection
in the top ten for needed enhancements, and
conversion of the intersection to a modern, one-
lane roundabout was recommended.
The roundabout
design by Wilson
& Company was
recently completed
to increase driver
safety, while
minimizing impacts
to the adjacent
property owners
and environmental
resources. The
roundabout design
includes signifi cant
landscaping and
aesthetics, including
the City’s Art in
Public Places
program, to present
the intersection as
a gateway entrance into the City along Shields.
Construction is currently underway.
Key Wilson & Company Team Staff : Scott
Waterman - Project Manager; Brian Hearn - Project
Engineer; Steve Gomez - Traffi c Engineering; Larry
Sly - Environmental Clearnance; Tim Piper, Britina
Design Group - Landscape/Urban Design; Jessica
Boryn, EES - Utility Coordination
PECOS ST. OVER I-70 BRIDGE REPLACEMENT,
CMGC PROGRAM MANAGEMENT; DENVER
Reference: Tamara Hunter-Maurer CDOT Region 1;
P: (303) 757-9329
Wilson & Company served as CDOT’s lead
consultant for the Construction Manager/
General Contractor delivery and Accelerated
Curb Cut
Bold Spiraling Organized Simplistic
This concept focuses on a more simplified and formal design, with large
swaths of bold planting beds emanating from the center of the round-
about. Rows of boulders, planting beds and cobble mulch spiral upward
toward the base of the artwork. The remainder of the landscape areas
contain more simplified ground plane treatments with large bands of
cobble mulch, planting beds and turf grass near the roundabouts, transi-
tioning to native grass and wildflower plantings north of the roundabout
along Shields. Trees are placed in a more organized patvtern and color
concrete hardscape is proposed in less desirable planting locations such
as splitter islands and narrow spaces within the parkway.
Rain Garden
Wildflower Sod
Planting Bed
Native Grass
Planting Pl Bed
Artwork Base
N
A
Boulders Bo
Cobble Co Mulch
Color Concrete
Truck Apron
Co
Tr
Shade Tree
Ornamental Tree
Street Light
Roundabout
(see enlargement)
Turf Roundab
(see enlargem
Crosswalk C
Cobble C Mulch
Sidewalk S
Color Co Concrete
SSSSHHHIIIEELLLLDDSS SS SSTTRREEEEEEETT
VVIINNEE DDRRIIVE
Roundabout Enlargement
VINE & SHIELDS INTERSECTION IMPROVEMENTS PROJECT
Concept A
8/11/2014
Landscape option exhibit to
incorporate aesthetics into the
roundabout design.
ACEC representative. As a key member of ICAC,
and under separate contract’s with CDOT, Wilson
& Company has been a leader in innovative
contracting in Colorado. Wilson & Company’s
accomplishments in those roles includes the
following work:
PROJECT DELIVERY SELECTION MATRIX
Mark Scholfi eld of Wilson & Company collaborated
with Nabil Haddad (CDOT Innovative Contracting
Program Manager) and Dr. Keith Molenaar
(University of Colorado) to develop the Project
Delivery Selection Matrix (PDSM). The PDSM
provides methodical and formalized approach
to determining the most appropriate method of
delivery for transportation projects. It provides a
comparison of Design-Bid-Build, Design-Build, and
CMCG, assessing the advantages and challenges
of each delivery method, as well as assessing
project risk management factors. The PDSM has
been published in TRB, presented at numerous
conferences and is now in use by CDOT and other
state DOTs throughout the country.
Serving as the design-build program
manager for the $270 million C-470
Corridor.
services during design should be defi ned
primarily by the City and Wilson & Company
with an emphasis on reducing risk and
understanding constructability. Money spent
by the City here will provide benefi ts by
reducing the construction contract amount,
avoiding claims during construction, and
avoiding schedule overruns.
The pool of contractors that are likely to
be interested in a project the size of this
improvement, may not have experience
with CMGC, as it has been utilized on
larger projects in Colorado. The RFP and
process executed by the City should provide
simplicity where possible, to avoid risk
pricing by the Contractor if the process
appears complicated.
Before negotiation of the construction
contract price, Wilson & Company will
develop a detailed list of quantities for
the improvements when the plans are
approximately 90% complete, for Contractor
review and comment. Wilson & Company
and the Contractor will coordinate to fi nalize
accepted quantities that will be the basis
for the contract price. At this point, the
Contractor should be required to accept the
quantities and no changes should take place
during construction, unless a changed fi eld
condition and direction by the City allows
a change during construction. This process
will avoid claims by the Contractor and will
better engage them in the design process.
Wilson & Company recommends the use of
an Independent Cost Estimator (ICE). The ICE
would contract with the City of Fort Collins
to provide a contractor-based cost estimate
for the project as a direct comparison to the
Contractor’s price. If the two comparable
prices are signifi cantly diff erent, the ICE
and the Contractor will work to resolve
diff erences in construction approach that
may be the basis for the pricing diff erence.
The goal of the coordination between the
ICE, Contractor, and the City of Fort Collins is
that the Contractor and the City execute an
agreeable contract price that is fair to both
parties.
Ave/Prospect intersection extend back
well past the start of the auxiliary lanes at
this intersection for existing conditions as
well the recommended future intersection
improvements. Therefore during the PM
peak period time frame the eastbound
and westbound through vehicle queues
will impede eastbound and westbound
turning vehicles from entering the auxiliary
lanes causing under-utilization of these
auxiliary lanes, decreased intersection traffi c
operations and increased vehicle queuing.
The Wilson & Company will fully re-evaluate
the results of the intersection traffi c
operations analyses, with approval from the
City, using software that better accounts
for congested traffi c operations and vehicle
queuing such as SimTraffi c and VISSIM.
Internal Quality Control Practices: External Quality Control Practices:
Quality Control Practices
Weekly Project Team Meetings
(face-to-face and/or conference calls)
t Discuss project requirements and scope.
t Make squad and task assignments.
t Discuss design issues.
t Review project schedule control points.
Design and Computation Check
t Arrange checking of appropriate items of
work and responsibility of Task Managers.
t Independently check all computations
completed by computer.
Plan Format and Content
t Review plan appearance, format and content
for conformance.
Final Plan Review
t Completed by Project Staff .
t Page by page review including:
* Quantity tabulations.
* Plan clarity and cross-references
Compliance with Design Criteria.
t City requirements.
t Conformance with Project Work Plan.
Review Meetings
t Preliminary alignment review and approval.
t Preliminary plan and specifi cation review.
t Final plan and specifi cation review.
of the project and at each key milestone.
Adjustments to the scope may be necessary to
keep the project within budget. Value Engineering
is a conscious eff ort we ask our staff s to make
throughout the design process. This philosophy
gives our personnel an ownership in the process
and assures the City that we will do our best to
control costs. In anticipation that the project will
procure through CMGC, constructability Reviews
should be executed by the selected Contractor as
early as possible in the design. Additionally, and
discussed more within critical issues, the services
of an Independent Cost Estimator (ICE) during
the negotiation phase will be valuable to the
City to ensure the City has executed a reasonable
contract price with the Contractor.
QUALITY CONTROL/QUALITY
ASSURANCE
The Wilson & Company team has well defi ned
procedures for design and production of plans,
specifi cations and estimates. As part of our
Project Management Plan, Scott Waterman will
develop a task-specifi c QA/QC Plan; focusing on
our core management philosophy of planning,