HomeMy WebLinkAbout520308 WILSON & COMPANY - CONTRACT - RFP - 8191 COLLEGE & PROSPECT INTERSECTION IMPROVEMENTSAmendment #01 to Wilson & Company, Inc.
Professional Services Agreement
This First Amendment (“Amendment #01”) is entered into by and between Wilson & Company
Inc. (the “Service Provider”) and the City of Fort Collins, Colorado (the “City”).
WHEREAS, the Service Provider and City have mutually entered into a Professional
Services Agreement dated January 20, 2016 (the “Agreement”); and
WHEREAS, the Service Provider and City have mutually entered into Change Order 1 dated
August 26, 2016; and
WHEREAS, the City desires to expand the Scope of Services to include final design to bring
the project design from 30% to 100%; and
WHEREAS, the Service Provider agrees to extend the Scope of Services;
NOW, THEREFORE, in consideration of the foregoing recitals and the mutual promises
herein contained, the parties agree as follows:
1. Paragraph 1 of the Agreement is amended to read as follows:
1. Scope of Services. The Professional agrees to provide services in accordance with the
scope of services attached hereto as Exhibit "A", consisting of three (3) pages, and
incorporated herein by this reference, and Exhibit “A-1” , dated September 14, 2016,
consisting of four (4) pages, and incorporated herein by this reference. Irrespective of
references in Exhibit A to certain named third parties, Professional shall be solely
responsible for performance of all duties hereunder.
2. Paragraph 2 of the Agreement is amended to read as follows:
2. Contract Period. This Agreement shall commence January 15, 2016, and shall
continue in full force and effect until August 31, 2017, unless sooner terminated as
herein provided. In addition, at the option of the City, the Agreement may be extended for
additional one year periods not to exceed four (4) additional one year periods. Renewals
and pricing changes shall be negotiated by and agreed to by both parties. Written notice
of renewal shall be provided to the Professional and mailed no later than thirty (30) days
prior to contract end.
3. Paragraph 5 of the Agreement is amended to read as follows:
5. Compensation. In consideration of the services to be performed pursuant to this
Agreement, the City agrees to pay Professional on a time and reimbursable direct cost
basis in accordance with Exhibit “B”, consisting of fifteen (15) pages, and Change Order
1, consisting of seven (7) pages, and Exhibit “B-1”, consisting of five (5) pages attached
hereto and incorporated herein, with maximum compensation (for both Professional's
time and reimbursable direct costs) not to exceed a total of Four Hundred Four
Thousand Seven Hundred and Seventy-Nine Dollars and sixty-three cents
($404,779.63). Monthly partial payments based upon the Professional's billings and
itemized statements of reimbursable direct costs are permissible. The amounts of all
such partial payments shall be based upon the Professional's City-verified progress in
completing the services to be performed pursuant hereto and upon the City's approval of
the Professional's reimbursable direct costs. Final payment shall be made following
DocuSign Envelope ID: DB581EAE-B9F0-441D-9CCD-A422D5E81D35
acceptance of the work by the City. Upon final payment, all designs, plans, reports,
specifications, drawings and other services rendered by the Professional shall become
the sole property of the City.
Except as expressly amended by this Amendment #01, all other terms and conditions of the
Agreement, as previously amended by Change Order 1, shall remain in full force and effect. In the
event of a conflict between the terms of the Agreement or Change Order 1, and Amendment #01,
Amendment #01 shall prevail.
IN WITNESS WHEREOF, the parties have executed this Amendment #01 the day and year shown.
CITY OF FORT COLLINS: WILSON & COMPANY, INC:
By: __________________________________ By: ________________________________
Gerry Paul, Purchasing Director
Date: ________________________________ Date: _______________________________
ATTEST:
______________________________________
APPROVED AS TO FORM:
_____________________________________
DocuSign Envelope ID: DB581EAE-B9F0-441D-9CCD-A422D5E81D35
10/12/2016
Scott Waterman
Senior Assistant City Attorney
10/13/2016
City Clerk
Page 1 of 4
Exhibit A-1 – Scope of Services
8191 – College and Prospect Intersection Improvements
Wilson & Company, Engineers & Architects, Inc.
September 14, 2016
The following scope of services includes services to complete the design and CMGC phases of the
project. The Scope includes 65% design, 90 % design, Final Design, and CMGC services.
1. Project Kick-off and Ongoing Project Management
A. Meetings
1. Plan and attend 23 standing coordination meetings – assumed 1 hour each
2. Attend 5 CSU coordination meetings
3. Attend 3 City coordination meetings
4. Prepare meeting minutes for CSU and City coordination meetings
B. Project Planning and Setup
1. Project Coordination Plan – action items and castahead
2. Project Schedule – monitor
C. General Project Management
1. Weekly Project Management – coordination of activities, design, and subs
2. Invoicing – Invoice and status reports every 4 weeks.
D. Public Open House Graphics
1. Prepare graphics
2. 1 staff attendance to 1 open house meeting
Item 1 Deliverables
Meeting minutes for all formal meetings.
Project coordination plan
Project Schedule
Invoices
Open House graphics
DocuSign Envelope ID: DB581EAE-B9F0-441D-9CCD-A422D5E81D35
Page 2 of 4
2. CMGC Services
A. Meetings
1. Attend 8 bi-weekly contractor meetings – assumed 4 hours each
2. Assume meeting minutes to be provided by the Contractor
B. Pavement Coordination
1. See Backup from Rocksol
2. Participate in pavement / subgrade design and construction scenarios with the Contractor.
C. Coordination during Negotiations
1. CMGC coordination as requested by City of Fort Collins.
3. 65% Design Phase – 4 weeks
A. Progress Roadway Design
1. Review cross slope correction options with pavement borings
2. Finalize west median design for CSU
3. Flowline revisions (if necessary) for drainage
4. Driveway and curb ramp design
5. Revise removal and roadway plans based on revised pavement limits
B. Progress Drainage Design
1. Revise drainage profiles based on City’s hydraulic modeling
2. Review potential pipe bedding conflicts with utilities
3. Preliminary water quality design – develop water quality approach and system layout in
alignment with proposed drainage system.
C. Utility Coordination
1. Review pothole information with base mapping
2. Attend 1 field coordination meetings with utility owners
3. Prepare relocation plans for utility owner review
4. Develop fire hydrant and water line relocation plans
5. Revise utility plans to include pothole information and relocations
D. Preliminary Construction Phasing and Traffic Control Plans
1. Review phasing with Contractor and utility owner schedules
2. Coordination with City Traffic and CSU
E. Right of Way Coordination
1. Coordinate with City Surveyor to prepare the existing right-of-way file.
2. Prepare design line work for limits of impacts required for property acquisition.
DocuSign Envelope ID: DB581EAE-B9F0-441D-9CCD-A422D5E81D35
Page 3 of 4
Item 3 Deliverables
Meeting minutes for all formal meetings
65% plans, specs and estimate – unchecked status set
4. 90% Design Phase – 7 weeks
A. Progress Roadway Design
1. Finalize cross sections and pavement limits
2. Revise removal and roadway plans based on revised pavement limits
B. Progress Drainage Design
1. Revise drainage profiles based on City’s hydraulic modeling
2. Review potential pipe bedding conflicts with utilities
3. Finalize water quality design
C. Stormwater Management/Erosion Control Plans
1. Identify limits of responsibilities between City and CSU contractors
2. Develop SWMP narrative/report
3. Develop erosion control plans for initial, interim and final phases – assumes separate sheets
for each of the 3 phases
D. Utility Coordination
1. Review pothole information with base mapping
2. Attend 1 field coordination meetings with utility owners
3. Revise relocation plans for utility owner review
4. Develop fire hydrant and water line relocation plans
5. Revise utility plans to include pothole information and relocations
E. Preliminary Construction Phasing and Traffic Control Plans
1. Review phasing with Contractor and utility owner schedules
2. Coordination with City Traffic and CSU
F. Landscape Design and Irrigation
1. Coordinate with the City public artists for art incorporation into the project.
2. Assist in selection of selected urban design concept.
3. Develop design plans for the selected concept.
4. See Backup from Britina
G. Right of Way Coordination
1. Coordinate with City Surveyor to prepare the existing right-of-way file.
2. Prepare design line work for limits of impacts required for property acquisition.
DocuSign Envelope ID: DB581EAE-B9F0-441D-9CCD-A422D5E81D35
Page 4 of 4
Item 4 Deliverables
Meeting minutes for all formal meetings
90% plans, specs and estimate – reviewed
5. Final Design – 4 weeks
A. Final Plans, Specs and Estimate
B. Utility Agreements
C. Final Plans, Specs and Estimate QA
Item 5 Deliverables
Meeting minutes for all formal meetings
100% plans, specs and estimate – reviewed
Utility agreements
DocuSign Envelope ID: DB581EAE-B9F0-441D-9CCD-A422D5E81D35
PROJECT COST WORKSHEET NEW RATES EFFECTIVE WITHIN WCI 07-09-16
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 7-Sep-16
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 $ 68.11 12.00 $ 817.32
Burch, Jessica M P3 Engineer in Training III $ 118.07 545.00 $ 64,348.15
Devos, Marc T P6 Engineer (Licensed) VI $ 229.30 8.00 $ 1,834.40
Fisher, Carl E. PD3 CADD Designer III $ 102.41 128.00 $ 13,108.48
Gomez, Steven E P6 Engineer (Licensed) VI $ 203.69 24.00 $ 4,888.56
Scholfield, Mark M P7 Engineer (Licensed) VII $ 291.81 36.00 $ 10,505.16
Waterman, Frederick Scott P7 Engineer (Licensed) VII $ 258.01 73.00 $ 18,834.73
Zamarripa, Daniel M P2 Engineer in Training II $ 101.04 256.00 $ 25,866.24
1B. TOTAL ESTIMATED COST 1,082.00 $ 140,203.04
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# 3000 7010 mile $ 0.54 $ 1,620.00
CM/Survey Miles 0 7020 mile $ 0.55 $ -
Use of ATV 0 7030 day $ 85.00 $ -
Use of Employee Vehicle# 0 7070 mile $ 0.54 $ -
Photo lab misc 0 at cost $ -
Miscellaneous (at actual reasonable 0 cost) 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 $ 1,620.00
DocuSign Envelope ID: DB581EAE-B9F0-441D-9CCD-A422D5E81D35 EXHIBIT B-1
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 reasonable 500 cost) @Invoice Cost $ 1.00 $ 562.64
## = at cost, but not to exceed the applicable rates
in current Colorado State Fiscal Rules
3B. Total $ 1,112.64
4A. OUTSIDE SERVICE RATES
Firm Rate
Britina Design Group 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 $ 29,530.00
Rocksol see attached subconsultant cost worksheet $ 5,534.32
4B. Total Outside Services $ 35,064.32
TOTAL ESTIMATED COST (Sum of 1B, 2, 3A, 3B, 4B) $ 178,000.00
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.
7-Sep-16
F. Scott Waterman, PE Date
Officer, Transportation West Service Unit Manager
DocuSign Envelope ID: DB581EAE-B9F0-441D-9CCD-A422D5E81D35
Final Design Fee - September 7, 2016
PCN:
73 36 24 545 256 8 128 12 1,082
A. Meetings
1. Standing Coordination Meetings (Waterman, Burch) - 23 assumed meetings, 1 hour each 23 23 46
2. CSU Coordination meetings (Burch) - 5 assumed meetings 4 20 24
3. City Coordination meetings (Waterman, Burch) - 3 assumed meetings 12 18 30
4. Meeting minutes - 8 meetings 8 8
B. Project Planning and Setup
1. Project Coordination Plan - action items and castahead 12 12
2. Project Schedule 2 2 4
C. General Project Management
1.Weekly project management - 1/2 hour/week PM; 1 hour/week PE; 1 hour/month Admin 12 24 6 42
2. Invoicing and Status Reports 6 6 12
D. Public Communication Graphics 8 8 16
49 4 121 8 12 194
Labor Cost Subtotal $ 29,721.84
A. Meetings
1. Bi-weekly Contractor meetings (Scholfield, Burch) - 8 assumed meetings, 4 hours each 16 32 48
2. Meeting minutes - to be provided by the Contractor
B. Pavement Coordination See Backup from Rocksol
C. CMGC Coordination during Negotiations 4 16 16 36
4 32 48 84
Labor Cost Subtotal $ 16,037.32
Sub Cost Subtotal $5,534.32
Phase Cost Subtotal (Excluding Expenses) $ 21,571.64
A.Progress Roadway Design
1. Review cross slope correction options with pavement borings 20 40 60
2. Finalize west median design for CSU 12 12 24
3. Flowline revisions (if necessary) for drainage 4 12 16
4. Driveway and curb ramp design 4 12 16
5. Revise removal and roadway plans based on revised pavement limits 4 8 16 28
B. Progress Drainage Design
1. Revise inverts based on City's hydraulic modeling 8 8 16
2. Review potential pipe bedding conflicts with utilities 8 8
3. Preliminary Water Quality design 16 16
C. Utility Coordination
1. Review pothole information with base mapping 8 8
2. Field coordination meetings with utility owners - assumes 1 meeting 8 8
3. Prepare relocation plans for utility owner review 8 8
4. Develop fire hydrant and water line relocation plans 8 8
5. Revise utility plans to include pothole information and relocations 8 8 16
D. Preliminary Construction Phasing and Traffic Control
1. Review phasing with Contractor and Utility Owner schedules 8 32 16 16 72
2. Coordination with City Traffic and CSU 8 8
E. Right of Way Coordination 4 4
F. 65% Specifications and Estimate 4 16 8 28
G. 65% Design Review Meeting 4 6 4 14
8 8 182 112 48 358
Labor Cost Subtotal $ 41,414.50
Sub Cost Subtotal $ -
Phase Cost Subtotal (Excluding Expenses) $ 41,414.50
A.Progress Roadway Design
1. Finalize cross sections and pavement limits 16 32 48
2. Revise removal and roadway plans based on revised pavement limits 4 12 16 32
B. Progress Drainage Design
1. Revise profiles based on City's hydraulic modeling or other conflicts 8 8 16
2. Review potential pipe bedding conflicts with utilities 8 8
3. Final Water Quality design 12 12
C. Stormwater Management/Erosion Control Plans 16 12 28
College and Prospect Intersection Improvements
Final Engineering Design - Britina Design Group and Hines Inc.
Proposal # WC 501-01 - Page 5
Principal
Senior Associate
Landscape Architect Apprentice
Senior Design Engineer
Project Manager/Senior Designer
Irrigation Designer
Computer Drafting
TASK 2 - FINAL ENGINEERING DESIGN $160 $115 $85 $115 $100 $80 $65
LANDSCAPE 4 128 61 193
IRRIGATION 10 21 57 5 93
4 128 61 10 21 57 5 286
TOTAL TASK 2 FEES $640.00 $14,720.00 $5,185.00 $1,150.00 $2,100.00 $4,560.00 $325.00 $28,680.00
TASK 2 EXPENSES $850.00 $0.00
TOTAL HOURS 4 128 61 10 21 57 5 286
SUBTOTAL FEES $20,545.00 $8,135.00
TOTAL EXPENSES $850.00 $0.00
FINAL ENGINEERING DESIGN (TASKS 2) TOTAL FEE $21,395.00 $8,135.00 $29,530.00
Britina Design Group Hines Inc.
DocuSign Envelope ID: DB581EAE-B9F0-441D-9CCD-A422D5E81D35
Labor Hours Rate/Hour Total Estimated
Fee
Engineering Geologist 4 $112.00 $448.00
Staff Geotechnical Engineer 4 $82.33 $329.32
Senior Geotechnical Engineer 30 $146.00 $4,380.00
Administrative Assistant 2 $69.00 $138.00
Total Labor $5,295.32
Other Direct Costs
Vehicle (350 miles @ $0.54) $189.00
Miscellaneous Expenses $50.00
Total Other Direct Cost $239.00
Assumptions
Attendance at two project meetings in Fort Collins
Total for Geotechnical Tasks $5,534.32
RockSol Consulting Group, Inc.
Fee Estimate for Geotechnical Engineering Support Services
General Scope: Interaction with the Contractor regarding pavement design/constructability and
subgrade treatments/costs.
Final Design and CMGC Process
Submitted June 22, 2016
Fort Collins, Colorado
College and Prospect Intersection Improvements Project
DocuSign Envelope ID: DB581EAE-B9F0-441D-9CCD-A422D5E81D35
D. Utility Coordination
1. Review pothole information with base mapping 4 4
2. Field coordination meetings with utility owners - assumes 1 meeting 8 8
3. Revise relocation plans for utility owner review 4 4
4. Develop fire hydrant and water line relocation plans 4 4
5. Revise utility plans to include pothole information and relocations 4 4 8
E. Preliminary Construction Phasing and Traffic Control
1. Review phasing with Contractor and Utility Owner schedules 12 24 40 16 92
2. Coordination with City Traffic and CSU 8 8
F. Landscape Design and Irrigation See Backup from Britina
G. Right of Way Coordination 4 4
H. 90% Specifications and Estimate 4 16 8 28
I. 90% Plans, Specs and Estimate QA 4 4
J. 90% Design Review Meeting 4 6 4 14
8 12 146 96 4 56 322
Labor Cost Subtotal $ 38,098.58
Sub Cost Subtotal $29,530.00
Phase Cost Subtotal (Excluding Expenses) $ 67,628.58
A. Final Plans, Specifications and Estimate 4 4 40 40 24 112
B. Utility Agreements 8 8
C. Final Plans, Specs and Estimate QA 4 4
4 4 48 40 4 24 124
Labor Cost Subtotal $ 14,930.80
Sub Cost Subtotal $ -
Phase Cost Subtotal (Excluding Expenses) $ 14,930.80
Fee Summary 1. Project Kickoff and Ongoing Project Management $ 29,721.84
2. CMGC Services $ 21,571.64
3. 65% Design Phase - 4 weeks $ 41,414.50
4. 90% Design Phase - 7 weeks $ 67,628.58
5. Final Design - 4 weeks $ 14,930.80
Expenses $ 2,732.64
Total Project Cost $ 178,000.00
SUBTOTAL - 90% Design Phase
5. Final Design - 4 weeks
SUBTOTAL - Final Design
2. CMGC Services
SUBTOTAL - CMGC Services
3. 65% Design Phase - 4 weeks
SUBTOTAL - 65% Design Phase
4. 90% Design Phase - 7 weeks
Wilson & Company
Total
PM (Waterman)
Estimated Work Hours
Wilson & Company
CADD Tech (Fisher)
Quality Control (Devos)
Project Number:
Description:
City Project Manager:
Wilson Project Manager
P-8191
Traffic Eng (Gomez)
Wilson & Company estimated workhours shown.
CMGC (Scholfield)
Admin (Ackerman)
N/A
SUBTOTAL - Project Kickoff Phase and Ongoing Project Management
TASK DESCRIPTION
Project Engineer. (Burch)
1. Project Kickoff and Ongoing Project Management
Junior Engineer/Prof.
(Zamarippa)
College and Prospect Intersection Improvements
Dan Woodward
Scott Waterman, PE
DocuSign Envelope ID: DB581EAE-B9F0-441D-9CCD-A422D5E81D35