Loading...
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,