Loading...
HomeMy WebLinkAbout2013-057-07/02/2013-AUTHORIZING THE MAYOR TO EXECUTE AN INTERGOVERNMENTAL AGREEMENT BETWEEN THE CITY AND THE COLORADO DE RESOLUTION 2013-057 OF THE COUNCIL OF THE CITY OF FORT COLLINS AUTHORIZING THE MAYOR TO EXECUTE AN INTERGOVERNMENTAL AGREEMENT BETWEEN THE CITY AND THE COLORADO DEPARTMENT OF TRANSPORTATION FOR THE PURPOSE OF ESTABLISHING PERFORMANCE, MONITORING AND MITIGATION PARAMETERS FOR THE JEFFERSON STREET CORRIDOR WHEREAS, in May 2010, the City Council authorized the Jefferson Street Alternatives Analysis Study to be performed, which study was reported to and approved by the City Council on June 5, 2012; and WHEREAS,the Jefferson Street Alternatives Analysis Study report included recommended preferred corridor and intersection alternatives and actions needed to amend the Jefferson/Riverside (State Highway 14) Access Management Plan; and WHEREAS,the preferred analysis includes the reconfiguration of Jefferson Street from the existing four-lane street to a three-lane street with landscaped medians,on-street parking,pedestrian streetscape and urban design features extending from North College Avenue to Mountain Avenue, as well as certain intersection improvements to the Jefferson Street/Lincoln/Mountain Avenue signalized intersections; and WHEREAS, the proposed alternative has received the support of the Colorado Department of Transportation (CDOT), the Downtown Development Authority, Larimer County, and various members of the community; and WHEREAS,the Downtown Development Authority,the Transportation Board,the Planning and Zoning Board, and the Economic Advisory Commission have all supported the adopted recommendations; and WHEREAS,CDOT and the City desire to enter into an intergovernmental agreement spelling out conditions for converting Jefferson Street from a four-lane street to a three-lane street, which agreement will include requirements for the City to monitor safety and traffic operations at specified milestones and for the City to monitor truck counts on Jefferson Street as well as on three probable diversion routes; and WHEREAS, the intergovernmental agreement also provides that if safety, traffic operation or truck diversion are found to be deficient as a result of the Jefferson Street corridor project, then modifications should be explored and, if no modifications are plausible, then CDOT has the right to return the Jefferson Street corridor to a four-lane configuration; and WHEREAS,the City Council has determined that the intergovernmental agreement between the City and CDOT for the purpose of establishing performance, monitoring and mitigation parameters for the Jefferson Street corridor, is in the best interests of the City. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF FORT COLLINS that the Mayor is hereby authorized to execute an intergovernmental agreement between the City and CDOT for the purpose of establishing performance, monitoring and mitigation parameters for the Jefferson Street corridor in substantially the form attached hereto as Exhibit"A", with such additional terms and conditions as the City Manager, in consultation with the City Attorney,determines to be necessary and appropriate to protect the interests of the City or effectuate the purpose of this Resolution. Passed and adopted at a regular meeting of the Council of the City of Fort Collins this 2nd day of July, A.D. 2013. \� t OF FOR : .0 +Maor :r ATTEST: :z City Clerk EXHIBIT A City of Fort Collins ID 331000694 SH14 (Jefferson St.) Construction Project REGION 4 (rp) CONTRACT THIS CONTRACT, executed this day of 20 by and between the State of Colorado for the use and benefit of the Colorado Department of Transportation (CDOT or the State), and the CITY OF FORT COLLINS (City or Local Agency), P.O. Box 580, Fort Collins, CO 80522-0580, CDOT Vendor #: 2000023, the Local Agency and the State shall hereinafter be referred to as the "Parties." RECITALS I. Required approval, clearance and coordination have been accomplished from and with appropriate agencies. 2. Pursuant to 43-2-104.5 CRS as amended, the State may contract with Local Agencies to provide maintenance and construction of highways that are part of the state (or local agency) highway system. 3. Section §§ 43-2-102 and 103, C.R.S require the State to maintain state highways (including where such highways extend through a city or an incorporated town), and § 43-2-135 describes certain specific responsibilities of the State and affected local entities (respectively) with respect to state highways that are also part of a local street system. 4. Jefferson Street is a significant local roadway for the City and is also part of the State Highway System as State Highway 14. 5. Jefferson Street, as State Highway 14, is part of a CDOT designated Regional Truck Route. 6. The City obtained funding for a feasibility study for Jefferson Street from the North Front Range Metropolitan Planning Organization (NFRMPO). 7. CDOT and the City participated jointly in the Jefferson Street Feasibility Study, along with the Downtown Development Authority (DDA), Union Pacific Railroad (UPRR) and the Colorado Motor Carriers Association (CMCA). 8. The feasibility study concluded that part of Jefferson Street, based upon current traffic forecasts, can provide adequate mobility and safety if modified to have only one lane in the southeast bound direction. Page 1 of 15 9. The final design and construction of the project will need to continue in the CDOT Local Agency and/or CDOT Permit Process, and additional approvals and clearances will be required before the project can be constructed. 10. "The work" under this agreement shall consist of final design and upon approval by CDOT, construction of Jefferson Street as shown in Exhibit A. 11. CDOT and the City mutually agree that it is in the interest of both parties to maintain SH 14 including Jefferson Street as a designated truck route, both parties will work together to maintain access and mobility standards for all traffic including trucks and to meet minimum truck route design criteria for large commercial long haul vehicles on SH14. CDOT will consent to the modifications agreed upon, but it is important that the State have the flexibility to return the corridor back to a four lane configuration in the event Key Performance Indicators (KPIs) occur. 12. The Parties desire to enter into this Contract to memorialize the Local Agency's responsibilities corresponding with the construction of the Project and its associated maintenance (Maintenance) as detailed in Exhibit A; 13. The Parties have the authority, as provided in Sections §§ 29-1-203, 43-1-106, 43-2-103, 43-2-104, and 43-2-144 C.R.S., as amended, and in applicable ordinance or resolution duly passed and adopted by the Local Agency, to enter into contract with the Local Agency for the purpose of maintaining the Project after construction. 14. The Local Agency has adequate facilities to perform the desired design, construction and maintenance services on SH 14. THE PARTIES NOW AGREE THAT: Section ]. Scope of Work The Work under this agreement shall consist of final design and upon approval by CDOT, construction of Jefferson Street as shown in Exhibit A Section 2. Order of Precedence In the event of conflicts or inconsistencies between this contract and its exhibits, such conflicts or inconsistencies shall be resolved by reference to the documents in the following order of priority: 1. This contract 2. Exhibit A (Scope of Work and Maps) 3. Exhibit B (Local Agency Ordinance or Resolution) Section 3. State and Local Agency Commitments Page 2 of 15 A. State Commitments 1. CDOT will participate in good faith during the final design and construction phases. 2. CDOT will continue to contract with the City through its current maintenance agreements, for routine maintenance and traffic signal maintenance, as mutually agreed by both parties. 3. CDOT will support traffic study efforts, including traffic safety analysis, to the extent agreed upon by the Parties in advance of any work being required. B. Local Agency Commitments 1. The City will seek its own funding sources, which may include Federal, State, local or private funds, for the Jefferson Street Project and its associated costs. The City acknowledges that CDOT is not committed to providing any funding to the project per the Schedule of Responsibility under Section 3, B, 10. 2. The City will obtain Construction Permits and Special Use and Landscaping Permits requiring the City to be responsible for all maintenance and upkeep per 43-2-135; (Division of Authority Over Streets), including storm drainage, curbs, sidewalks, lighting, landscaping and any urban design features not within the paved section of the highway. 3. The City is required to monitor traffic safety and operations of the project area and produce traffic studies of the project per the schedule of performance items included in this document. 4. As used herein the term "maintenance services" shall mean only those maintenance services normally performed by the State to comply with its responsibility under§§ 43-2- 102 and 43-2-135, C.R.S., as described in the State's then current "Maintenance Level of Service Manual" ("MLOS"), as amended, which is incorporated herein by this reference. The Local Agency shall obtain a copy of that Manual from the CDOT Region 4 before it performs any maintenance services under this Contract. a. Maintenance services to be performed by the Local Agency, under this Contract, shall meet or exceed a CDOT level of service of B,per the MLOS manual (reference roadside facilities/drainage). b. Local Agency shall also continue to perform, at its own expense, all activities/duties on the Project the Local Agency is required to perform by §43-2- 135 (1) (a) and (e), C.R.S., as amended. 5. The Local Agency shall perform the Maintenance on the Project for its useful life. At the end of its useful life, or at such time the Local Agency decides to no longer maintain the Project, the Local Agency shall coordinate with CDOT to return the area back to the condition that existed prior to the installation of the Project. 6. Local Agency, its agents, employees, and assigns shall obtain a permit to access CDOT ROW for construction of the Project and for subsequent maintenance. The Local Agency shall notify CDOT Region 4 Traffic of any anticipated lane closures in advance of the needed closure. If CDOT Region 4 has staff available, the staff may assist the Local Agency with the closure. For this Project, CDOT has granted the City the ability to perform lane closures under the City's permit program for a period of three years (March 19, 2013 to March 18, 2016) as stated in the March 19`h, 2013 letter(the Letter) from the Page 3 of 15 Acting CDOT Region 4 Traffic Engineer to the City of Fort Collins Traffic Engineer. The Letter is incorporated herein by this reference. However, should CDOT determine that the City's lane closure program is not meeting safety and mobility standards, CDOT reserves the right to cancel the granted approval thereby defaulting the lane closures to CDOT Region 4's Lane Closure Strategy. 7. The performance of such services shall comply with the same standards that are currently used by the State for the State's performance of such services. The State's Regional Transportation Director, or the Director's representative, shall determine the then current applicable maintenance standards for the maintenance services. Any standards/directions provided by the State's representative to the Local Agency concerning the maintenance services shall be in writing. The Local Agency shall contact the State Region office and obtain those standards before the Local Agency performs such services. 8. The Local Agency shall perform the maintenance services in a satisfactory manner and in accordance with the terms of this Contract. The State reserves the right to determine the proper quantity and quality of the maintenance services performed by the Local Agency, as well as the adequacy of such services, under this Contract. The State will notify the Local Agency in writing of any deficiency in the maintenance services. The Local Agency shall commence corrective action within 24 hours of receiving actual or constructive notice of such deficiency: a) from the State; b) from its own observation; or c) by any other means. In the event the Local Agency, for any reason, does not or cannot correct the deficiency within 24 hours, the State reserves the right to correct the deficiency and to deduct the actual cost of such work from the subsequent payments to the Local Agency, or to bill the Local Agency for such work. 9. As part of the construction of the Project, the Local Agency will purchase a small portion of right of way (ROW), and accordingly: a. Prior to acquiring ROW,' the City shall provide to CDOT Region 4 ROW Department a set of ROW plan for review. b. With the purchase of right of way for a State highway, including areas of influence, the Local Agency shall immediately convey title to such right of way to CDOT after the Local Agency obtains title. c. The acquisition/relocation activities shall comply with all applicable federal and state statutes and regulations, including but not limited to the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 as amended and the Uniform Relocation Assistance and Real Property Acquisition Policies for Federal and Federally Assisted Programs as amended (49 C.F.R. Part 24), CDOT's Right of Way Manual, and CDOT's Policy and Procedural Directives. 10. Schedule of Responsibility a. Definitions i. "Corridor Project" shall be defined as the segment of SH 14 (Jefferson Street) or adjacent or adjoining roadways, which will be modified by the Project's construction activities from its current configuration, including Right-of-Way, pavements, curb, gutters, sidewalks, utilities, drainage, lighting, traffic control, landscaping and urban design features. Page 4 of 15 ii. "Influence Areas" shall be defined as: • The adjacent intersection of College Avenue and Willow/Chevy Streets • Parallel routes at Owl Canyon, Vine Drive and SHl/CR50 • Any adjacent CDOT facility with traffic impacts attributable to modifications made to the project area. iii. "Traffic Studies" Shall be defined as studies to analyze the traffic operations and safety impacts of the Corridor Project, including any area which will be influenced by the Project per the definitions. Traffic Studies shall include an engineering analysis of all KPIs listed in Section 4 and shall be performed by the City and provided to CDOT per the Performance Milestones schedule in Section 3, B. 11. Responsibilities a. Project Construction - The City shall be responsible for acquiring 100% of the funding and paying all costs associated with the design and construction of the Corridor Project (defined specifically in Section 3, B and in Exhibit A). b. From Opening Day through Year 5 -The City shall be responsible for acquiring 100% of the funding and paying all costs associated with monitoring, studies, modifications, improvements, alterations and any mitigation measures required for the Corridor Project and its influence areas. Funding sources for these activities are not restricted but shall be per Section 3, B. After year 5 the responsibilities of the Parties will default to guidelines under 43-2-135 CRS. 12. Performance Milestones a. Prior to Construction Traffic counts shall be performed within one year prior to beginning construction of the Jefferson Street Project. These traffic counts shall include truck classification counts to establish baseline levels of truck traffic using the Jefferson Street corridor. Pre-construction traffic counts shall be taken on Jefferson Street and also on the most probable diversion routes: "Owl Canyon", "Vine Drive" and "SH1 —CR50" as defined below to define base condition traffic levels on these routes: Owl Canyon— SH 14/287 to/from I25 via CR72 and CR70 Vine Drive—SH 14/287 to/from I25 via Vine Drive SH1/CR50— SH 14/287 to/from 125 via SHI and CR50 Permits or permissions to obtain data from county roads shall be obtained as may be required. This data shall be used to support the evaluation of the performance milestones in this Section and KPIs listed in Section 4. b. Year 2 after Completion of Construction Two years after completion of the Corridor Project, traffic counts shall be retaken on Jefferson Street and compared to the counts taken before the beginning of construction as part of a comprehensive traffic study of the project area. The study shall be performed and provided by the City to CDOT for review. Specifically as pertains to trucks, a reduction of more than 10% in the number and Page 5 of 15 percentage of trucks will require recounting the traffic on the diversion routes listed above. At this time the City and CDOT shall work in partnership to determine: 1. If the reduction is due to changes from the Jefferson Street project, or 2. Are due to outside influences which may be beyond the City's control, and 3. If a course of action is necessary, then 4. What strategy and plan of action is to be taken. c. Year 5 after completion of Construction An additional Traffic Study shall be performed at the conclusion of the fifth year of operation after completion of construction of the Corridor Project. As-before, a Study report shall be provided by the City to CDOT for review., The Parties shall cooperatively determine if KPIs have been exceeded and agree on a course of action as necessary. If no truck diversion is observed at the time of the two year study, the requirement to evaluate and mitigate truck diversion shall not be required to be carried over to the 5 year study. At a minimum, two studies shall be performed over the 5-year term to analyze the operational and safety performance of the Corridor Project; unless otherwise agreed to by the Parties. The studies shall facilitate the required actions of the Performance Milestones in Section 3, B and the Key Performance Indicators in Section 4. Section 4. Key Performance Indicators (KPIs) The following Key Performance Indicators (KPIs) will trigger additional evaluation by the Parties. The Parties agree to investigate other solutions, enhancements or modifications (mitigation measures) that address the issues indicated by the KPIs. Any required costs for these investigations shall be assumed by the Parties per the schedule included above in Section 3, B and Section 4. In the event mitigating measures cannot be made to acceptably address the KPIs, then the State reserves the right to return Jefferson Street to four lanes; with two lanes in each direction. KPIs for State Highway 14/287: 1. Double left requirement for SB College Avenue to Jefferson Street: The Parties agree to: When and if congestion and or queue spillback blocking becomes a problem, as defined below in this KPI, on SH 14/US 287 at College Avenue and Jefferson Street, the City shall work with CDOT to find a mutually agreeable measure to mitigate these issues. The City may consider as a possible strategy, the extension of the southbound left turn queue storage lane on College Avenue at Jefferson Street and closure of the northbound left turn Page 6 of 15 lane on College Avenue at Cherry Street to provide additional queuing and storage capacity for the southbound left turning traffic. If this or any other mutually agreed upon and implemented mitigation measure cannot reduce queue lengths and/or delays to within acceptable levels as determined by this KPI, then a double left turn lane may be required by CDOT to resolve these issues. A double left turn lane will require reconfiguring the Jefferson Street Corridor Project back to a four lane configuration. CDOT understands that this action shall only be undertaken as a last resort when no other mitigation measures, which can be agreed to by both parties, will resolve the issue of congestion or queue spillback blocking of traffic on SH 14 or US287. CDOT resolves to work with the City in the event that mitigation is required and to work in good faith to find a solution which is acceptable to both parties. Performance Indicators shall be considered to be exceeded for this KPI if the following conditions are true: • Queue lengths—When the 50`h percentile(or average) queue length is seen to extend beyond available storage and cause queue spillback blocking of through lanes on SH 14/US 287 during the AM or PM peak hours, either by field measurement (observed in half the signal cycles in the hour) and/or a traffic study using either SynchroTM software or the Highway Capacity Software(HCS), then this condition shall be considered exceeded and shall require mitigation. • Level of Service—When the overall intersection LOS on SH 14/US 287 at College Avenue and Jefferson Street, or any of its approaches which are on a the State Highway, exceeds LOS D based on analysis of control delay using either field measurement, SynchroTM software or HCS, Then this LOS shall be considered as requiring mitigation. Analysis of this KPI shall be included in both the 2 year traffic Study and the 5 year traffic study but may be continuously monitored by either party and shown to be exceeding the KPI at any time. 2. Mobility and Operational Levels of Service Requirement The Parties agree: To maintain an acceptable operational Level of Service on SH 14 for vehicle traffic from, the intersection of College Avenue at Jefferson Street through the project area to, and including, the intersection of Mountain/Lincoln Avenues and Jefferson Street on State Highway 14. It should be noted that LOS for any of these intersections is not projected to exceed LOS D by 2035 for either the"build" or"no-build" scenarios per the Jefferson Street—Future Conditions Traffic Analysis or the Intersection Options Analysis Page 7 of 15 for Jefferson Street and Lincoln/Mountain Avenue studies. The City and CDOT have agreed in previous negotiations that CDOT will allow a one letter reduction in LOS from projected no-build conditions at these intersections with the construction of the project. If mitigation strategies needed to control delay and queue lengths, are not effective, then a four lane configuration shall be evaluated as a viable option for resolving these issues. CDOT understands that this action shall only be undertaken as a last resort when no other mitigation measures, which can be agreed to by both parties, will resolve the issue of congestion or queue spillback blocking of traffic on SH 14. CDOT resolves to work with the City in the event that mitigation is required and to work in good faith to find a solution which is acceptable to both parties. Performance Indicators shall be considered to be exceeded for this KPI if the following conditions are true: r • Queue lengths—When the average queue length is seen to extend beyond available storage for a turn lane and causes queue spillback blocking of through lanes on SH 14 during the AM or PM peak hours, either by field measurement (observed during half the cycles in the hour) and/or a traffic study using either SynchroTM software or HCS (showing 50th percentile queue length exceeding storage length), then this condition shall be considered to be exceeding this KPI and shall require mitigation. • Level of Service—When the overall intersection LOS on SH 14 at either Linden Street or Lincoln/Mountain Avenues, or any State Highway approaches to these intersections, exceeds LOS C based on analysis of traffic demand and control delay using either SynchroTM software or HCS, Then the LOS at this intersection shall be considered to be exceeding this KPI and shall require mitigation. Queue lengths and LOS must be within the KPI or mitigation measures will be required. If no mitigation measure can reduce queue lengths and/or delays by the agreed upon timelines, then this KPI may be considered exceeded and may be used to require the reconfiguration of the Jefferson Street Corridor Project per this agreement. 3. Traffic Safety Requirement The Parties agree: Safety is of paramount importance to all parties. The Parties agree to maintain to the highest degree as is practicable, a safe and secure environment for vehicles, pedestrians and bicyclists on the facilities included in the project area. ' Currently, the safety of the project area, as measured by the safety performance on the existing facility, is better than that measured for similar facilities of this type in Colorado. Page 8 of 15 If the use of strategies to reduce crashes after completion of the project becomes necessary, and acceptable levels are not achieved with implementation of mitigation measures(and allowing an appropriate evaluation period), then a four- lane reconfiguration shall be evaluated as a viable option for resolving any safety issues. CDOT understands that this action shall only be undertaken as a last resort when no other mitigation measures,which can be agreed to by both parties, will resolve the issue of poor safety performance associated with the project. CDOT resolves to work with the City in the event that mitigation is required and to work in good faith to find a solution which is acceptable to both parties. Key Performance Indicators for safety performance shall be per the following conditions: • Intersection Related Total Crash Frequencies—Total intersection related crashes (adjusted to account for regression to the mean error as per the Highway Safety Manual) shall be compared with a predicted crash history determined using CDOT's intersection Safety Performance Functions or appropriate Highway Safety Manual methodologies. If the adjusted actual crash history is at least one and one half standard deviation higher than the predicted crash frequency, then this KPI shall be considered to be exceeded requiring mitigation measures be put in place. • Non intersection related Total Crash Frequencies—Due to the relatively short distance between intersections along the project length, it is not anticipated that there will be a high incidence of non-intersection related crashes. However, the parties agree to monitor the overall safety of the project area as part of the traffic study program and mitigate any anomalies or safety issues which the parties observe, and agree, require correction. • Binomial Probability (BP)Analysis of Crash Types—Crashes shall be evaluated by specific type (i.e. Vehicle vs. pedestrian) as part of the regular traffic study program in the project area. Patterns of a specific crash type susceptible to correction, or exceeding the frequency of statewide average levels for a specific facility and crash type shall be evaluated for cost effective mitigation measures. As evaluation of crash type is less applicable to a single KPI measure, the parties agree to evaluate this portion of the KPI with additional latitude for engineering judgment and cooperative decision making on mitigations required. Overall safety and crashes must be within the KPI above as applicable, or mitigation measures shall be required. If no mitigation measures are effective at improving safety to within expected levels as per this agreement, then this KPI may be considered met and may be used to require reevaluation of the configuration of the Jefferson Street project. Page 9 of 15 Section 5. Record Keeping The Local Agency shall maintain a complete file of all records, documents, commu- nications, and other written materials, which pertain under this contract. The Local Agency shall maintain such records for a period of three (3) years after the date of termination of this contract, or for such further period as may be necessary to resolve any matters which may be pending. The Local Agency shall make such materials available for inspection at all reasonable times and shall permit duly authorized agents and employees of the State and FHWA to inspect the project and to inspect,review and audit the project records. Section 6. Termination Provisions This contract may be terminated as follows: A. This Contract may be terminated by either party and only upon written notice thereof sent by registered,prepaid mail and received by the non-terminating party. Notwithstanding subparagraph A above, this contract may also be terminated as follows: B. Termination for Convenience. The State shall effect such termination by giving written notice of termination to the Local Agency and specifying the effective date thereof, at least twenty (20) days before the effective date of such termination. C. Termination for Cause. If, through any cause, the Local Agency shall fail to fulfill, in a timely and proper manner, its obligations under this contract, or if the Local Agency shall violate any of the covenants, agreements, or stipulations of this contract, the State shall thereupon have the right to terminate this contract for cause by giving written notice to the Local Agency of its intent to terminate and at least ten (10) days opportunity to cure the default or show cause why termination is otherwise not appropriate. In the event of termination, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs and reports or other material prepared by the Local Agency under this contract shall, at the option of the State, become its property, and the Local Agency shall be entitled to receive just,and equitable compensation for any services and supplies delivered and accepted. The Local Agency shall be obligated to return any payments advanced under the provisions of this contract. Notwithstanding the above, the Local Agency shall not be relieved of liability to the State for any damages sustained by the State by virtue of any breach of the contract by the Local Agency, and the State may withhold payment to the Local Agency for the purposes of mitigating its damages until such time as the exact amount of damages due to the State from the Local Agency is determined. If after such termination it is determined, for any reason, that the Local Agency was not in default or that the Local Agency's action/inaction was excusable, such termination shall be treated as a termination for convenience, and the rights and obligations of the parties shall be the same as if the contract had been terminated for convenience, as described herein. Page 10 of 15 Section 7. Legal Authority The Local Agency warrants that it possesses the legal authority to enter into this contract and that it has taken all actions required by its procedures, by-laws, and/or applicable law to exercise that authority, and to lawfully authorize its undersigned signatory to execute this contract and to bind the Local Agency to its terms. The person(s) executing this contract on behalf of the Local Agency warrants that such person(s) has full authorization to execute this contract. Section 8. Representatives and Notice The State will provide liaison with the Local Agency through the State's Region Director, Region 4, 1420 2nd Street, Greeley, Colorado 80631. Said Region Director will also be responsible for coordinating the State's activities under this contract and will also issue a "Notice to Proceed" to the Local Agency for commencement of the Work. All communications relating to the day-to-day activities for the work shall be exchanged between representatives of the State's Transportation Region 4 and the Local Agency. All communication, notices, and correspondence shall be addressed to the individuals identified below. Either party may from time to time designate in writing new or substitute representatives. If to State: If to the Local Agency: Long Nguyen, P.E. Dean Klingner CDOT Resident Engineer Interim Engineering Capital 1420 2nd Street Projects Manager Greeley, Colorado 80631 281 N. College .(970) 350-2126 Fort Collins, Colorado 80522 (970) 221-651 l Section 9. Successors Except as herein otherwise provided, this contract shall inure to the benefit of and be binding upon the parties hereto and their respective successors and assigns. Section 10. Third Party Beneficiaries It is expressly understood and agreed that the enforcement of the terms and conditions of this contract and all rights of action relating to such enforcement, shall be strictly reserved to the State and the Local Agency. Nothing contained in this contract shall give or allow any claim or right of action whatsoever by any other third person. It is the express intention of the State and the Local Agency that any such person or entity, other than the State or the Local Agency receiving services or benefits under this contract shall be deemed an incidental beneficiary only. Section 11. Governmental Immunity Notwithstanding any other provision of this contract to the contrary, no term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protection, or other provisions of the Colorado Governmental Page 11 of 15 i Immunity Act, § 24-10-101, et seq., C.R.S., as now or hereafter amended. The parties understand and agree that liability for claims for injuries to persons or property arising out of negligence of the State of Colorado, its departments, institutions, agencies, boards, officials and employees is controlled and limited by the provisions of§ 24-10-101, et seq., C.R.S., as now or hereafter amended and the risk management statutes, §§ 24-30-1501, et seq., C.R.S., as now or hereafter amended. Section 12. Term The term of this Contract shall begin the date first above written and shall extend for the useful life of the Project, unless earlier modified or terminated by written agreement of the Parties. Upon termination, Section 3, C of this Contract shall apply. Section 13. Severability To the extent that this contract may be executed and performance of the obligations of the parties may be accomplished within the intent of the contract, the terms of this contract are severable, and should any term or provision hereof be declared invalid or become inoperative for any reason, such invalidity or failure shall not affect the validity of any other term or provision hereof. Section 14. Waiver The waiver of any breach of a term, provision, or requirement of this contract shall not be construed or deemed as a waiver of any subsequent breach of such term, provision, or requirement, or of any other term, provision or requirement. Section 15. Entire Understanding This contract is intended as the complete integration of all understandings between the parties. No prior or contemporaneous addition, deletion, or other amendment hereto shall have any force or effect whatsoever, unless embodied herein by writing. No subsequent novation, renewal, addition, deletion, or other amendment hereto shall have any force or effect unless embodied in a writing executed and approved pursuant to the State Fiscal Rules. Section 16. Survival of Contract Terms Notwithstanding anything herein to the contrary, the parties understand and agree that all terms and conditions of this contract and the exhibits and attachments hereto which may require continued performance, compliance or effect beyond the termination date of the contract shall survive such termination date and shall be enforceable by the State as provided herein in the event of such failure to perform or comply by the Local Agency. Section 17. Modification and Amendment A. This contract is subject to such modifications as may be required by changes in federal or Page 12 of 15 State law, or their implementing regulations. Any such required modification shall automatically be incorporated into and be part of this contract on the effective date of such change as if fully set forth herein. Except as provided above, no modification of this contract shall be effective unless agreed to in writing by both parties in an amendment to this contract that is properly executed and approved in accordance with applicable law. B. Either party may suggest renegotiation of the terms of this Contract, provided that the Contract shall not be subject to renegotiation more often than annually, and that neither party shall be required to renegotiate. If the parties agree to change the provisions of this Contract, the renegotiated terms shall not be effective until this Contract is amended/modified accordingly in writing. Provided, however, that the rates will be modified only if the party requesting the rate change documents, in accord with then applicable cost accounting principles and standards (including sections 24-107-101, et seq., C.R.S. and implementing regulations), that the requested increase/decrease is based on and results from (and is proportionate to) an increase/decrease in the "allowable costs" of performing the Work. Any such proposed renegotiation shall not be effective unless agreed to in writing by both parties in an amendment to this contract that is properly executed and approved by the State Controller or his delegee. Section 18. Disputes Except as otherwise provided in this contract, any dispute concerning a question of fact arising under this contract which is not disposed of by agreement will be decided by the Chief Engineer of the Department of Transportation. The decision of the Chief Engineer will be final and conclusive unless, within 30 calendar days after the date of receipt of a copy of such written decision, the Local Agency mails or otherwise furnishes to the State a written appeal addressed to the Executive Director of the Department of Transportation. In connection with any appeal proceeding under this clause, the Local Agency shall be afforded an opportunity to be heard and to offer evidence in support of its appeal. Pending final decision of a dispute hereunder, the Local Agency shall proceed diligently with the performance of the contract in accordance with the Chief Engineer's decision. The decision of the Executive Director or his duly authorized representative for the determination of such appeals will be final and conclusive and serve as final agency action. This dispute clause does not preclude consideration of questions of law in connection with decisions provided for herein. Nothing in this contract, however, shall be construed as making final the decision of any administrative official, representative, or board on a question of law. Section 19. Does not supersede other agreements This Contract is not intended to supercede or affect in any way any other agreement (if any) that is currently in effect between the State and the Local Agency for other "maintenance services" on State Highway rights-of-way within the jurisdiction of the Local Agency. Also, the Local Agency shall also continue to perform, at its own expense, all such activities/duties (if any) on such State Highway rights-of-ways that the Local Agency is required by applicable law to perform. Page 13 of 15 Section 20. Subcontractors The Local Agency may subcontract for any part of the performance required under this Contract, subject to the Local Agency first obtaining approval from the State for any particular subcontractor. The State understands that the Local Agency may intend to perform some or all of the services required under this Contract through a subcontractor. The Local Agency agrees not to assign rights or delegate duties under this contract [or subcontract any part of the performance required under the contract] without the express, written consent of the State [which shall not be unreasonably withheld]. Except as herein otherwise provided, this agreement shall inure to the benefit of and be binding only upon the parties hereto and their respective successors and assigns. Section 21. TABOR Clause All financial obligations of the Parties that are payable after the current fiscal year are contingent upon funds for this purpose being annually approved, budgeted and otherwise made available by the governmental body or other appropriate authority, in its discretion. [THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] Page 14 of 15 ID 331000694 SIGNATURE PAGE THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT LOCAL AGENCY: STATE OF COLORADO: JOHN W. HICKENLOOPER, GOVERNOR City of Fort Collins. Colorado By Legal Name of Contracting Entity Timothy J. Harris, P.E., Executive Director Department of Transportation 2000023 CDOT Vendor Number Signature Mayor, City of Fort Collins, Colorado Print Name of the Mayor of Fort Collins APPROVED AS TO FORM: Fort Collins City Attorney CORPORATIONS: (A corporate attestation is required.) Attest(Seal) By Fort Collins City Clerk (Place corporate seal here, if available) Page 15 of 15 Exhibit A Scope of Work for the Jefferson Street Corridor Project: The Project Location-is on Jefferson Street(SH14)in Fort Collins from College Avenue (SH287)to and including the Mountain/Lincoln Avenue Intersection.The project area may include College Avenue mid the intersection of Jefferson Street and College Avenue but are not anticipated at this time. The Scope of the Project-is to reconstruct Jefferson Street from a 4-lane facility,into a 3-lane roadway with center median,from College Avenue to Chestnut Street,and from Chestnut t Street to Mountain/Lincoln Avenues,to 4-lanes with a center median(the preliminary design concept is show as anattached figure to this Exhibit). The Mountain/Lincoln Avenue and Jefferson Street intersection shall be rebuilt as a median separated signalized intersection. Pine and Chestnut Sheets shall be convened to right-in and right-out access only. Linden Street shall remain a full movement signalized intersection. Other items included are,but shall not be limited to. pavements,curb and gutter,sidewalls, utilitiesi.drainage,lighting,traffic control(including any railroad related items), landscaping and urban design features.There will not be a striped bike lane on Jefferson Street in the project area. The project scope shall,also include acquisition of all ROW required by the project and completion of any traffic studies or other required actions outlined in the inter-governmental agreement contract. The scope of work shall include all elements included in the final design as agreed to at the completion of the design approval process between CBOT and the City of Fort Collins. 1 Exhibit A, Page 1 of 7 LEGEND NDTL, mmRc umw omw wo mRn m a[wmn"wm rAo wnRum er ® nanR.rzR� rR cmRrmmoLwno m�eoa/ucRmsw oxRarcM m.owu sun nnoau+.mr a rEwvcr wm uR�rE ^NWµyNLxHR��m w umw Rommwva ra xRu a"wm'uwxrvw oaanRnm, O rwoaw wououo mrtn Rrm mvo.u.®ro.m wn wo mor omCx RiD/wppn9 RIRI RwRma iY{w nw wLl�w'mR.6 ` .RµRLRI. ~PARIOND LOT MODIFIGTION-OPTIIONN N7 • x + L " ------ --------------------- x _ JEFFERSON ST. _____.__�u � u. _ — _—__ EMU Qw>r�ar t ________ __________ __ ---- ---- > — rmn Rwaon R•wR.p D _ ,I N � / Illllr [ ttlllll ( III �xIII IIi �JIII'IXX\����\\M x PARIONGILOT MODIFICATION-OPTION p2 " own mn own vm.m"z STNI flavhians CdaREo Dwuvinwnl— Roar R", gLyd b GaulruelRO Propet NOJCoER T ooLx c.,...x. we R1 TmnRparmllen ,Fort ColGDS ROADWAY PLAN e.Say:4q Vn1.4etl.:A XaNY Q i �. Uil wlxrtllm WLL.In wW. Q ��� p�e.lS.kini �« Rrvb« 0. M 0. 9VaY. __ a ATKINS C�>m^m�®mm. O R ulna LNN m mm vaa, o•�x s4.w w.e« i W uxw flffi.w: amL ae.Ltti� "w• k `S C :i a Exhibit F .j16 - 19N3am nFit j ! } ! ! . ! IF '( � � l •||!•| $ #]�� gB �~ Q \} f § . � . Exhibit& Page a! i1NNYNHMMNNI .. {NAHNNIINN�YMMiaiMWY�MMwiMwMI.MNWMM.iMNMMMNNkyN�MxMM.H�+�MN1.1111NFN1NM.NNINNIMNNMMMNYIMIiN iNW.NHItiNNiWWM+NwHNM�wMW+iN+iMkWNrNMH1W 1 NNNNNNIIw�xMNrFIHNwuNMMNNNNNNN�xNNwxi�x�Nw�NMMNNNNiM.NNN-�N _irvx JEFFERSON 87. m --------------er_n.*mi-- r__-.--- Q —.-----____. Y evm D 41 � Z !• S N ' W ( LEGELG �Noaw�<o emNroa000ma.wo w.onnw � %. ' l'' ,`•\� �\ g ® srt anwo cmrv�eo Mo�/mnmc wsaar< I '% \ if oma.c® nsvmxsrvm wu¢r.mumn<moecrsrorv.�ra '• .mzx wzmrorma.m wwawmwaunrm arovnumu %% � 5 p ��y wa.vu m¢xrnm mia au�m.m an um om i % � ,. jt mr� nuo.mm vrm rw.0 vaao ornwrs. I w.. u.a.A.zoiz Sheol RevielonY ceiereee OaDeHrrunt iar�w_ xu• �. zx. irvmper1e11en Conefroctetl ROADWAY PLAN Prolecl No./Cotle � wi..smo nio vs.xa.�a N.aa O n _ _Poll COl(105 Ne t..wn.� — Nw v^t".»..": N..e.m 9 ATKINS �e.:°: ., zm r.me mne O Rpian! LHN vae� x�se.ro mos arit.u� eni t.n n.ro. Y! S Q M Exhibit A f 11 g / i &lyee ji 11 1 i I j' a a / 9 i i I h it e Idli � . oll _RAY MOONII0001 — I � id 12 : � [r13 < Exhibit A, Page 5 of 7 Exhibit A STATE OF COLORADO DEPARTMENT OF TRANSPORTATION Ol Raglon Faer 1420 Z'Street Greeley.CO 80631 (9701350.2103 F=(970)350Q17/ ovuraevra Tvuaraernnw DATE: July.25,2011 TO: y Hnrtis,P.E.,Chief Engineer 4y Olson,P.E.,Region 4 Transportation Director .FROM: Inessa Zisman,P.E.,Region 4 Traffic.and Safety Engineer SUBJECT: SH 14,Jefferson Street,Fort Collins—lone reduction request(4-lane tog-lane) Your concurrence to proceed with a City of.Pon Collins design and construction project to reduce Jefferson.Street(Sit 14)from 4-lanes to 3-Imncs is respectfully requested. - CDOT Region 4 has been partnering with the City of Fort Collins(City)on a North Front Range MPO—CMAQ funded pmject to explore urban design options for SH 14,Jefferson Street,in Downtown Fart Collins. This effort is focused on a diagonal four block segment of SH 14 adjacent to "Old Town"and the"River District'and is seeking opportunities to enhance the multi-modal needs of the area.The western end aflefPerson Street connects to US 287,College Avenue. In.addition,the City has developed a long range plan to connect Old Town to the River District and has recently' began construction of a three block urban design on Linden Street which is,a'crossroad in file middle of the segment of SH 14 where we am developing alternatives. As a result of this study,a preferred alternative has been identified that will reduce the,southeast bound travel lanes from two lanes to a single lane for(lime blocks. Tito northwest direction will' maintain two through lanes. Existing an street parking will be essentially eliminated in the northwest direction;however some additional parking will be facilitated in the southeast direction. In addition, some urban design features including center median,bulb out curbs,and landscaping is,planned(see Attachment A;Jefferson Street Plan View). The proposed center median will provide an access control and reduce turning movements through corridor.A roundabout is still in consideration at the ' intersection oflefferson Street and Mountain Avenue on the southern end of this project terminus. The City hired a consultant to assist them with the alternative's development and necessary traffic and air quality analysis to help them make informed decisions. One objective that Region Four identified during this process is that the proposed alternative cannot reduce the future 2035.LOS of Jefferson Street by more than one gmdc level. Results demonstrate that Jefferson Street will operate at a LOS C in 2035-ia this area,which is one gmdc level less than the no-build allemativc. (see Attachment B: Jefferson Street TmMe Analysis) It is important to note that the main traffic movements on Jefferson Street arc from Mulberry St. (SH14)—going cast and west from Jefferson Street to College Avenue(US 297)with a very prominent north/south movement from northern Fort Collins and beyond. Currently,them is a single left turn lane from SB College Avenue to Southeast bound Jefferson Slrect. As.part of the preferred alternative—this lane will be lengthened,bill continue to operate at an acceptable LOS in 2035.This single left tum,which is the highest volume approach to Jefferson Street from the west,is why a single lane will function on the southeast bound Jefferson Street. "Taking.Care To Get You There" Exhibit A, Page 6 of 7 Exhibit A Tim Harris SH_14,Jefferson Street,Ft.Collins Johnny Olson Page Two. Before the City proceeds with the final alternative selection and design;an Intergovernmental Agreement(IGA)or Revocable license Agreement will be prepared and signed by both CDOT and the City.This IGA will define thresholds in both accident and traffic data.that will require more thorough evaluation and will ensure that CDOT has the ability to use the.entire current ROW when future traffic demand drives a change back to a four-lane section.This IGA%Revocable License Agreement will be coordinated with you focreview and approval. -(concur. Joh/y Iss PP/P..E.,Region 4 Transportation Director Date I concur.. Timothy Harris,P.E.,CDOT Chief Engineer Date Attachments: A-Jefferson Street Plan view 8—Jefferson Street Traffic Analysis cc: Brarocke,City of Fort Collins Staff Traffic,CDOT Olson,CDOT Pearson,CDOT Ham,COOT Stewart,CDOT File - 4 :dL Exhibit A, Page 7 of 7 Exhibit B LOCAL AGENCY ORDINANCE or RESOLUTION