Loading...
HomeMy WebLinkAbout112468 FELSBURG HOLT & ULLEVIG INC - CONTRACT - RFP - P842 MASON STREET TRANSPORTATION CORRIDORPROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below, by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City' and Felsburg Holt & Ullevig, Inc., a Colorado corporation, hereinafter referred to as "Professional". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Professional agrees to provide services in accordance with the Phase I Scope of Services attached hereto as Exhibit "A" ("Phase I"), consisting of eleven (11) pages, and the Phase II Scope of Services attached hereto as Exhibit "B" ("Phase II"), consisting of forty-eight (48) pages, both of which are incorporated herein by this reference. 1.1 As discussed in paragraph 2, below, the parties shall have no obligation with respect to Phase II unless and until notice to proceed with Phase II is issued. The City reserves the right not to proceed with Phase II or to negotiate a new scope and cost for Phase II. 2. Time of Commencement and Completion of Services. The services for Phase I to be performed pursuant to this Agreement shall be initiated within five (5) days following execution of this Agreement. Services shall be completed no later than January 31, 2003. The services for Phase II to be performed pursuant to this Agreement shall not be awarded until the City authorizes the funds necessary for Phase II and a written notice to proceed is given. If Phase II services are commenced, they shall be completed no later than March 31, 2004. Time is of the essence. Any extensions of the time limit set forth above must be agreed upon in writing by the parties hereto. 3. Early Termination by City. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of PSA 10/97 1 `_ Mason Street Multi -Modal Transportation Corridor lr�Ciry d Fort Collins Phase I Scope of Services Task 2.4 - Affected Environment Previously documented studies and reports will be reviewed and a meeting will be held with City staff to discuss previous work efforts. Data will be collected to define the following: • Land use, including existing land use, known development plans and the City's plans. • Transportation, including local and regional plans, roadway characteristics, traffic volumes, travel speeds, intersection levels of service, parking supply, accident history, transit routes, transit ridership, railroad operations, bicycle and pedestrian facilities, and Transportation Demand Management programs. • Visual conditions, including views from and of Mason Street. • Noise conditions, including existing noise levels at residential areas adjacent to Mason Street. • Farmlands mapping from the NRCS. • Parks mapping. • FEMA mapping of floodplains. • Mapping of existing wetlands. • Socio-economic data, including community facilities, census data, etc. Task 2.5 - Traffic Volumes Record 20 AM and PM peak hour turning movements in support of the analysis of one-way versus two-way vehicle operation along Mason and Howes Street. Daily traffic volumes will also be recorded in support of this work also. An additional 30 turning movements and 30 daily traffic volumes are programmed along the corridor for use in the EA or New Streets submitted, as necessary. Task 2.6 - Signal Timing Obtain the current Synchro model from the City for use in analyzing the one-way versus two- way operation of the Mason Street/Howes Street couplet and for other operational analyses. The model will be used for some of the analyses in support of these tasks, while updating the traffic volume information. The Synchro model will also be used to evaluate the potential of creating a signal priority system along the BRT route. FELSBURG HOLT & ULLEVIG NJ; 8119102 Mason Street Transportation Corridor Fort Collins, Colorado Revised 8/14/2002 (PHASE 1) Caner 8 Burgess, Inc. City of Fort Collin, TASa PRINCIPAL PLANNER PI11 II -LIN �I DESIGNER II e L L PNOTO GRAMMETLT GRFMMETRIST b TECHNICIAN 1_ MAPPING LAD FIELD _CRE_W L Task 5 Allernao-5 Analysis 0 5.1 Baseline Allema(w 0 0 0 52 Deleilea alemallal 0 522 Atlemal AlipnmeNd a 0 12 0 12 aQ es 5.23 U&anT"ro C-11, and Lantlscape A/aallPCrure p 52 3 Transll Facitly L s and Des9n 0 Sites 523.I Lansil Facilities 5-ueS MalysisrtOD 16 2a 32 20 10a 5233 Sleas 0 0 0 0 0 0 0 16onupls 525 Ttansi1O&M p 10 525 venicle Tecbnod A 0 0 o c 526 Pmkm9Demana Anapsis o o 0 p p 528 n < 30 ao ]a lysmales Tra ft 52p T2tt¢Analysis p 5.2.ea n5 o p 0 p 5.2.9 Bicytleana Pedestrian Analysis 0 5.a Railmaa Coostlinanon 0 54 Flnanrno Analy3lE Sa Screenln9 0 6 I _ o_ 0 _..-0._ Submul iash5 Xous < 12 _. _a _ FTI —_O.__ 222 SOO mat tasks C. $S60 81660 $2169i $a 033 89610 EI92 $3�000 EO _$C _]��_ $0 $C $0 ������� $0 $° $0 80 85zE $620 Ta8h6-Trans na I P I tldd ono MeaSu 1 0 Iwn Im0ea a M I n Mea -- D 0 0 __ 0 0 Ir 0 ���� 0 11�1 �� _���� �� ��� _ 5 b Il sk6-MaurS 0 0 [$0� 0 0 0 0 0 r 0 G 0 0 p p Sb ITask6-Costs p C = 0][ $4 p _�0 ° Task]. NEPAE C _ 2l A n I N' C 0 p o 2 Vbmlmn C 0 p a Aa ooakty L 0 0 0 a Farmland 0 p 5 sonal/Economlc 0 11 p 6 EJ 0 0 0 ] Arnaa'oLl 0 0 e Water oualay 0 0 10 Wildlile 0 ° I1 Iisla-di p 0 ° 12 Isood"lan, 0 d ° 13 as 0 0 0 1a TeE o p t9 Welland a ° ifi Han Mal C 0 0 n Cono lion 0 p 1a o 0 0 end U"rs 21 Lana o 0 p 22 Noviplatra, a as 0 0 0 2z 0 0 r ft On no 7.2 Prepa/e Drary Outlne of EA 0 0 > 3 P/epare Preliminary D/atl of EA 0 0 0 0 0 0 ]A ".,de And'EA 0 0 0 0 0 0 ] 5 D'ah"Oratl Commenl on D/ah EA 0 0 0 0 0 0 7.6 PreOa/e Preliminary Final E4 "a'a 0 0 0 0 0 0 77 PreOe/e Final EA dna FON51 0 �SC �8G ��� p 0 0 8 0 _ 0 0 r __ �� _ 0 0 Subtplal ash]-cas $0 $ S 8 0 80 _ $0 E(. $0 $p 60 _ $C $0 $0 gp cB mason lee rLoposalO814_02(PHASEI) XLS 8ry9102 Mason Street Transportation Corridor Fort Collins, Colorado Revised 8/14/2002 (PHASE 1) Caner 8 Burgess, Inc, City of Fort Collins TASK ashe Prelim E g - 81 G I n l Inveal,au.na 62 NYtl add rMNyp lies 83 UskL,hsaancasal, Dn Canal CoorOnalon 80 LighIN9Dasm9 6,6 BRT, De Pea Auld Cesipn 86 LodanTos. Designand LA PRINCIPAL PLANNER III 0 OF SIGNER II e PH", NAMMETRIS nC��RRE—�F—� GFWMMETRIST TECHNICIAN MAPPING uD FIELD CRFw 0 G 0 G 83 Transit Stations 88 Glans 8.0 Oplel j 0 0 C C C C of P bah. Cost L 0 Subtol lTask B-Hours Subtotal Task C-Cods 0 80 0 5G 0 SG 0 §0 0 §0 $0 ��� SO C 5p 0 §0 G so 0 gp 0 $0 n b0 C so 0 g0 0 $0 0 0 0 Task 9 - Fossil Creeh Trail Final Design 91 Final ROW 92 Develop Hobson al aSeond I.T.-I Develop a Thraw slams —moons, ems Develop a Thee Dimensional Mooel 0 C o 0 c b0 so 0 G 0 0 C u Hytlroland HyOraulics Final Design C ina _ 9.3 Pool Consult onSlrualbn Dowmenl ProtlucLnn an0 Reviev: Subtotal Task o. ryours Su�m,al Task 9-GO515 Task tO-FTA New 51ans 5uOmltlal 101 New Slans subbelal5 f02 Flee, Manago—otPlan $0 � SO �� 80 S 50 40 00 50 b� I 8C $0 bG $C 5p b0 SG SO � _b0 $o $p G 0 0 0 183 Finanace Managemem Plan lOJ GmleO Management Pan, Subtotal Task 10-Hours Svnmlanask 1p. Costs 0 SC 6 '$1 120 6 $1 bal u Saul 0G $U $0 S0 C 0 BC 0 0 0 C 0 00 TOTAL ]6 ]u IF 24 141 80 1tfi ���F- P00 0 0 0 $0 0 80 0 80 15 r� 50 S0.H$0$02CPROJECT 4fl 3u 8032 925 dB mason lee proposaID814_02(PHASE i ).XLS 8119102 Mason Street Transportation Corridor Fort Collins, CO 8/14/2002 (PHASE 1) Carter 8 Burgess, Inc. 6a City of Fort Collins DIRECT NON -LABOR EXPENSES: Computer Plots Large Plots - Glossy Paper @ $1.18 /sf = $0.00 Large Plots - Plain Paper @ $0.31 /sf = $0.00 8 1/2 x 11 - Black and White @ $0.03 lea = $0.00 11 x 17 - Black and White @ $0.06 lea = $0.00 8 1/2 x 11 - Color @ $0.10 lea = $0.00 11 x 17 - Color @ $0.20 lea = $0.00 Thermal Plots @ $0.15/ea = $0.00 Copies 8 1x 11 @ $0.07 lea = $0.00 x 11 x 17 @ $0.07 lea = $0.00 22 x 34 or larger @ $0.30 lea = $0.00 Miscellaneous Mileage 5,000 @ $0.37 /mile = $1,825.00 Delivery Service 1 @ $30.00 lea = $30.00 Printing - Draft EA Document Transcriber - Public Hearing $0.00 $0.00 Photogrammetric Work Stations 0 @ $20.00 /hour = $0.00 Aerial Photography GPS Survey Equipment 35 @ $100.00 /day = $0.00 $3,500.00 TOTAL DIRECT EXPENSES: $5,355.00 cB mason fee proposa10814_02(PHASEI).XLS 8/15/02 Mason Street Transportation Corridor Fort Collins, Colorado August, 2002 LOCATION: Mason Street Fort Collins City of Fort Collins FIRM NAME: EDAW CONTACT NAME: Jana McKenzie TELEPHONE NUMBER: 970-484-6073 PROPOSAL DATE: 08/19/02 1 LABOR COST Billing Employee Name Classification Rate x Workhours = Total Russ Butler Principal II $217.00 x 16 = $3,472.00 Jana McKenzie Principal I p $146.00 x 108 = $15,768.00 Rebecca Apple Principal 1 $130.00 x 25 = Brad Smith PM/Senior Associate $96.00 x 220 = $3,250.00 Kelley Savage LA/Associate $87.00 x 80 $21,120.00 Brent Jeffries Irrig. Eng. /Associate $91.00 x = 16 = $6,960.00 Staff LA/Planner Staff $63.00 x 284 = $1,456.00 Kim Lanford Biologist $67.00 x 33 = $17,892.00 Graphics/Intern Staff $42.00 x 186 = $2,211.00 Julie Wallace Business Mgr $102.00 x 3 $7,812.00 Administration Staff $54.00 x = 14 $306.00 $756.00 Total Labor See attached tabulalon of workhours. 2. OTHER DIRECT COSTS (DIRECT NON LABOR EXPENSES) 985 = 8101700 " Estimated 4% of labor Total Direct Expenses " - 3 240.00 - 3. OUTSIDE SERVICES (e.g., Subconsultants 8 Vendors) Firm Method of Compensation Cost Total Outside Services 0.00 4. TOTAL CONTRACT COST (SUM OF 1 2 AND 3) 84 243.00 2002 EDAW.XLS 8/19/02 Mason Street Transportation Corridor Fort Collins, Colorado August, 2002 (kMolimiiiiiiii City of Fort Collins ._ ussy otal MKButter---Jeflrie6 PlWed Apple Lanford Trttem BUsinese- UppbHanagement / Coordination t Management 6 207 1 3 3 34 Coordinafinn meeting 4 4 eetings (4) 121628 8 coneam Meetings (4) 16 16 32 oordination Meetings as ® ©IL���u0�� 0 tion ction Significant Trees a 2 6 24 24 56 Analysis - PedBike/Urban Design Context 8 40 40 16 104 aelogic Resources 8 24 2 34 life Resources 8 32 2 42 as 4U1 Task 3 - Public Relations / Community Outreach / Support Building 3.1 Community Involvement Program Neighborhood Segment Meetings 16) One-on-one Meetings City-wide Open Houses (3) Presentations and Public Officials Updates (6) 3.2 Create a Public Identity 0 3.3 Public Meeting Organization 3.4 Public Process Documentation 0 3.5 Media Relations 3.6 Communication Tactics 0 .7 Interactive Website - provide materials 0 u o a as -Purpose and Need DeTinitlon �U �u,uu Purpose and Need Definition r ������= u - Altematives Analysis A Baseline Alternative 5.2 Detailed Alternatives Modal Alignments Bike and Ped Facility Design 14 40 40 40 2 136 Railroad Coordination 2 2 4 Transit Facility Locations and Design Station location coordination 2 4 fi Station Site Concepts 8 24 40 50 2 124 Site Analysis Theme Development 7D()9 CIl A1A1 VI 0 8/19/02 Mason Street Transportation Corridor Fort Collins, Colorado August, 2002 TA5K Jana uss Brad Keuey ::Brent Junior Rebecca unI G raphicsl I Accounting Admm': ota MtKcvroe BullerI Smith Savage :Jeffries Planner! App)e Lanford traerrl Business: Support...;: MGR TOD Opportunities Transit Operating and Maintenance Plans Parking Demand Analysis Automobile Mobility Urban Design Thematic Elements 8 16 4 40 40 12 1 121 Art Master Plan 16 8 32 24 12 g2 Landscape I Sireetscane Design 8 24 i6 40 24 1 113 Lighting 0 Wayfnding/Signage 0 Opinion of Probable Constniction Cost (1 of 2) 2 12 8 20 8 1 St 5.3 Financial Analysis 5.4 Screening u oa as Task 6 -Transportation Impacts and Mitigation Measures U4I J u, � Transportation Impacts and Mitigation ation Measures u o a as ��ul u 0 u Task 7 - NEPA Evaluation 0 7A Assessment of Impact 0 Wildlife Resources p Archaeologic Resources 0 7.2 Prepare Draft Outline of EA 0 7.3 Prepare Preliminary Draft of EA 0 7.4 Prepare, Print and Distribute Draft EA p 7.5 Public Comment on Draft EA 0 7.6 Prepare Final EA p 7.7 Prepare Final EA and FONSI buolotal I ask I Task 8 - Preliminary Engineering 8A BRT - Station Design 0 8.2 Pedestrian / Bicycle Sidev/alks/TmilstRest Areas 0 Grade Separations 0 8.3 Automobile 8.4 Railroad Engineering 8.5 Urban Design Thematic Elements p Landscape / Streetscape Design 0 Lighting Coordination 0 Wayfinding/Signage p nnf»:nAlill vl r 8119102 Mason Street Transportation Corridor Fort Collins, Colorado August, 2002 446;=;� City of Fort Collins Jana uss ra Keaey rent : JunrorRebecca im raptres/ Acdplipting drain: TASK _ MCKen2ia Buller Smith Savage J9N6 9 Planner! Ah Business Support -:' 8.6 Other Engineering Services Surveying, Righbof-way Research and Mapping Geolechnical Drainage and Irrigation System Design Structural Design 0 Construclability and Construction Phasing Utility Relocations / Design New Right-of-way Opinions of Probable Costs u oa as 0 Task 9 - Fossil Creek Trail Final Design 9.1 Final ROW 9.2 Final Design Develop Typical Sections Develop Horizontal and Vertical Alignments 0 Develop a Three Dimensional Model Landscape Restoration 0 0 Signage and Site Furnishings 0 Hydrology and Hydraulics 0 Final Structure Design .3 Final Construction Document Production and Review 0 u o a as Task 10 - FTA New Starts Submittal 10.1 New Starts Submittal 10.2 Fleet Management Plan 10.3 Finance Management Plan 10.4 Project Mana ement Plan u o a as PROJECT TOTAL 108 i6 220 80 16 284 25 33 186 3 14 985 7002 FOAW XI s a,lorno Mason Street Transportation Corridor Fort Collins, Colorado PRACO COSTS THROUGH DEC. '02- 8115102 LOCATION: FIRM NAME: CONTACT NAME: TELEPHONE NUMBER: PROPOSAL DATE: 1 LABOR COST Mason Street Fort Collins PRACO Lisa Bachman (303) 689-0704 ext. 4140 08/15/02 Billing Employee Name Classification Rate x Workhours PI Program Mgr. & Creative Dir. $115.00 x 47 PR Acct. Executive $90.00 x 30 PR & Media Assistant $75.00 x 21 Planning Dir., Media Dir. & Web Mgr. $125.00 x 110 Acct. Planner, Media Planner/Buyer $85.00 x 0 Art Director $115.00 x 5 Art Designer & Prod. ArtisUMgr. $85.00 x 5 Sr. Web. Developer $105.00 x 100 Jr. Webmaster $70.00 x 40 Clerical/Admin. $60.00 x 15 See attached tabulaton of workhours. 2. OTHER DIRECT COSTS (DIRECT NON LABOR EXPENSES) '" See attached tabulation of direct expenses. 3. OUTSIDE SERVICES (e.g.,Subconsultants & Vendors) Firm Total Outside Services 4. TOTAL CONTRACT COST (SUM OF 1 2 AND 3) PRACO Mason Costs through Dec.XLS Total Labor 373 Total Direct Expenses" Method of Compensation City of Fort Collins Total $5,405.00 $2,700.00 $1,575.00 $13,750.00 $0.00 $575.00 _ $425.00 $10,500.00 $2,800.00 $900.00 38 630.00 615.25 Cost 0.00 39 245.25 08/15/2002 Stre TranspCorridor FMason Collins,Colorado Fort llins, Colorado PRACO COSTS TMRUNGP DECEMBER'02_ ar 5P12 City of Port Collins PpAn bqena Media Plan OFF Acti;fi klel! ':IAP1 An:DCs tmlfiEkecbave 90 A &Mot 515 'I Wh M r sI25ania9•mem l ffI CoonkemmlDl GrordianPon 0a aslWonnllediane D se Task 3. Pvbllc Relations I Cnmmnn ty OWna<b I Support Building 3.1 EsMblish I Impassion, a Cpmmunlry lnvmW men/P.nq,,m J.14 Onean-One MeelrgsVincussbns(IOOI d IO 32 Create a Ptrbdc 61enBy 32t CpOe¢I/Review Pmvaus ReDDrLaTlakebng Mabnats 5 In 25 5 5 50 3221ntemal lnko"aion Galbedng Process 5 10 45 34 Pndlc Process DoclmtenhtlnMRanagemenl 3 a publlc Pmcbs Oncatmen pinnManan¢mnnl 2n 5 5 10 10 35 MSMa Relaflnns 35.1 Moth. Conlacl Database 35.2 Media MPlenns 2 In 12 311 OnGolk, Media Relations 5 5 n 10 32 mess ve Pmlecf web slro 37.1 Stage One-SlrMegyRa¢sea¢bSlesgn 3 25 -� 26 372 St. eTxO-Pmduclian 3 20 100 a0 163 Isetake as Task d . Rental. and Nean Definnibn Purse and Need Definition 0 Snbblal Task 5. AlletnalMs Analyah 5.1 Baseline An¢malive 0 52 DQlailed Altemallvea Modal Alynmt 6 0 CnWIL.cAt 0 Talmal FaciliNLnCatbns end Desan p Site An Site Analysis 0 Theme 0 TOD od,,-invent 0 Q NoDnili¢s Ransil Ope ant Maime�anm Plans 0 PahMg DemaM Analy�ls and 0 Mobility 0 Urlan,AtflonDesign Uhan Deslpn 0 Ands aDe I SNeels �e Design 0 Bike Pont PMeslnan Farility D¢sbn 0 53 Finari Analysis 0 54Scrrenbg 0 as Task 6 • TnnxpnrtNlan Intak ds and MXlgallon Measures TrenapoolaXon Imparts am ""asked Meayum 0 Task? -NEPA EwWaDoo ].1 Assessment of impai 0 72 Plepale DhOOldfine Df ER 0 ].J adisaFrank Pind 0 anary0h0ol D, ] d Ptryae, and DiEM1Lode DTa EA 0 nfi 75 Pubfic Oommenl on Draft EA 0 ].g Prtpa2 Final Ea 0 ] Revel, Final EA pM FON51 0 Mason Street Transportation Corridor Fort Collins, Colorado PRACO COSTS THROUGH DECEMBER'n2_ aMsl02 i<SX PII?jog M9r6 -Fq.kt[I GR antl MCE2 planNrg Or.: AM:S MMa ,:AR AOiQe t"Web lr: Webmasl's (§ZOI. A-0mlrt (S60} Creative qr it5 pieCVeve 90 ggk:lanE 5Z Mes,e Dn,b Web M t 5125 PranneNBu BS Oimpbr Ipb kmd,ANs I. (ftQI 538 0 v ill ... Taal I . Preliminary EnGinee.I, 91 BRT a a.2 P dast,an IRirp)e a 83 AWm nobils 0 e< ReilmwJ E,ineeKng 0 85 Ut oDesgn 0 Me r a OEngin'H'S-v"no Sprvrying, Rgkl�cwav ReseamF and Manni�n 0 Geom[bnmat 0 DTftoand lnigannn sYelem DeePn o smrsl Design 0 Cnaalnmtsbofinane Dssin m�PFaai.g 0 UNI 0 NanwRelocaliana/Ongn New RbFlolwdV 0 Probable Cosh 0 ubbusT s rot as Task 9 - Fossil Croak Trall Final Casino 9.1 Final ROW 0 g2 Final Design DevebP TWI.1 Sections 0 DNGIMP Honvontal and VMIi[al AlignmenR 0 Ce idnp a TFrea Dimensronal MM,l 0 HWm"v am HooauR% 0 Final SWCWre Design 0 9 3 Final Consmrtfinn Document Proeucllon aM Review 0 SubliNal Twk Task 10-"A Na" Slants SubmMal�- 10.1 NawsMOasobmiaat 0 10.2 Reet Management%an 103 Finanace Management Man 0 10.a Pmje[t Management Plan 0 u a as PROJECTTOTAL el 30 21 nP a 5 s Via ea 1s 323 .... --•--•n' 8/19102 4e:?� `5 Mason Street Multi -Modal Transportation Corridor lw�City of Pon Collins Phase I Scope Of Services Task 2.7 - Field Investigation Conduct field reconnaissance to photo catalog the corridor and to gain a perspective on the opportunities and challenges that the corridor offers. Task 2.8 - Drainage Data Obtain and review drainage and irrigation maps and reports including: • Drainage master plans • Stormwater maps • Canal/ditch maps and design standards/regulations Task 2.9 - BNSF Information Obtain information from the BNSF to develop a base set of data to begin coordination discussions: • Right -of -Way maps • Usage agreements and leases • Lease agreement procedures • Base criteria and guidelines • Operational data Task 2.10 - Project Design Criteria The Professional will compile design criteria for key design elements including horizontal and vertical alignments, structures, drainage, etc.. These will be tabulated and submitted to the City for review and comment. Deliverables: • Aerial Mapping • Database of Existing Conditions Information • Right -of -Way Data • Report Summaries • Traffic Count Summary • Corridor Photo Catalog • Design Criteria FELSBURG HOLT & ULLEVIG rd 8119102 Mason Street Transportation Corridor Doug/as County PRACO COSTS THROUGH DEC., 02 DIRECT NON -LABOR EXPENSES: Copies 8 112 x 11, 8 1/2x14, 11x17 Color copies Miscellaneous Mileage Delivery Service/Frieght (pass through cost) Postage (pass through cost) Long Distance Telephone (pass through cost) Misc. travel expenses (pass through cost) City of Fort Collins 500 @ $0.15 /ea = $75.00 10 @ $8.00 /ea = $80.00 850 @ $0.37 /mile = $310.25 2 @ $30.00 /ea. _ $60.00 1 @ $10.00 /ea. _ $10.00 1 @ $20.00 /ea. _ $20.00 1 @ $60.00 lea. _ $60.00 TOTAL DIRECT EXPENSES: $615.25 PRACO Mason Costs through Dec.XLS 08/15/2002 Mason Street Transportation Corridor Fort Collins, Colorado SEPTEMBER 12, 2002 PHASE 2 SUMMARY FEE EXHIBIT E "' PHASE 2 FEE Felsburg Holt and Ullevig $616,973 Carter Burgess $385,580 EDAW $319,147 Praco T anuel Padron & Associates $103,71 %hr & Peers $44,2E ick and Associates $22 1"1 ler-Lingle $17 6c imar & Associates $61,99 ewart Environmental $298E anton & Associates $33,48 )rmsen & Associates $28 6C Mason Street Transportation Corridor Total FHU Costs August, 2002 LOCATION FIRM NAME: CONTACT NAME: TELEPHONE NUMBER PROPOSAL DATE: 1 LABOR COST Classification Principal 11 Principal I Associate Senior Engineer Engineer III Engineer I Senior Designer Designer II Clerical Mason Street Fort Collins Felsbum Holt & Ullevip Bob Felsburo (303) 721-1440 09/12/02 Billing Rate x $140.00 x $125.00 x $115.00 x $100.00 x $90.00 x $70.00 x $85.00 x $65.00 x $55.00 x Total Labor Workhours = Total 419 = $58,660.00 446 = $55,750.00 204 = $23,460.00 1,421 = $142,100.00 1,122 = $100,980.00 1,388 = $97,160.00 442 = $37,570.00 1,004 = $65,260.00 1]Z = $6.435.00 6,563 = 587 375.00 See attached tabulaton of workhours. 2. OTHER DIRECT COSTS (DIRECT NON -LABOR EXPENSESI Total Direct Expenses (5% of Labor) $29,597.87 3. OUTSIDE SERVICES (e.g.,Subconsultants & Vendors)• Firm Method of Compensation Cost Total Outside Services 0.00 4. TOTAL CONTRACT COST (SUM OF 1 2 AND 3)• $615,972 87 mason fee proposal.XLS 9/12/02 Mason Street Transportation Corridor FHU Phase 2 Labor Hours September 12, 2002 1 - Project Management / Coordination 1.1 Project Management 1.2 Project Coordination 1.2.1 Project Kickoff Meeting (1 meeting) 1.2.2 Technical Advisory Committee Meetings (15 meetings) 1.2.3 Action Team Meetings (30 meetings) 1.2.4 Aaencv Cnnnlinatinn Mpntinnc 2 - Data Collection 2.1 Aerial Topographic Mapping 2.2 Supplemental Survey and Right-of-way Definition 2.3 Collect Existing Utility Information 2.4 Affected Environment 2.5 Traffic Volumes 2.6 Signal Timing 2.7 Field Investigation 2.8 Drainage Data 2.9 BNSF Information 2.1 Project Design Criteria c 3 - Public Relations / Community Outreach / Support Building 3.1 Establish / Implement a Community Involvement Program 3.1.1 Lead Team 3.1.2 Neighborhood Meetings 3.1.3 Land Use Framework Design Charettes 3.1.4 One-on-one Meefings/Discussions 3.1.5 Citywide Open Houses 3.1.6 Presentations to Public Officials 3.1.7 Baseline Project Communications Plan and Materials 3.2 Create a Public Identity 3.2.1 Collecl/Review Previous Reports/Marketing Materials 3.2.2 Internal Information Gathering Process 3.2.3 External Information Gathering Process 3.2.4 Creative Development 3.2.5 Brand Presentation and Selection 3.2.6 Community Roll-Out/Introduction of New Project Brand 3.3 Public Meeting Organization 3.4 Public Process Documentation/Management 3.5 Media Relations 112 56 56 28 252 72 42 24 71 60 15 284 48 18 34 100 40 12 24 276 45 52 48 � 6 151 0 0 0 0 0 UU 0 8U12U12 32 0 0 0 u Jz 36 36 54 24 150 018 80 80 160 18 36 28 18 28 72 74 . ...,.: ..:.:., _._..... ..... 0 0 0 0 16 6 0 0 0 mason fee proposal.XLS 9/12/02 Mason Street Transportation Corridor FHU Phase 2 Labor Hours September 12, 2002 3.6.1 Project Update Newsletter ... 8 10 3.6.2 Community Newsletter Articles 2 8 3.6.3 Meeting Notifications10 3.7 Interactive Project Web Site 8 3.7.1 Stage One—Strategy/Research/Design 3.7.2 Stage Two —Production 4 4 3.7.3 Stage Three —Testing 36 72 108 3.7.4 Stage Four —Launch of Web site 0 3.7.5 Stage Five- -Post Launch/Maintenance 0 3.1.0 tage Six --Site Enhancements/Promotion 0 Mrz: I H as� Mv V 11 zfu PU I.R 14 Task 4 -Purpose and Need Definition ose and Need Definition 4 5 - Alternatives Analysis 5.1 Baseline Alternative 5.2 Detailed Alternatives ........ 0 5.2.1 Alternative Alignments Horizontal and Vertical Afignments Define Cross Sectional Elements 0 Pedestrian Grade Separation Study 0 Roadway Grade Separation Study 0 Integrate with Transit Stations 0 Intersection Details 0 Impacts to Canals, Drainage Systems, and Utilities I 0 Develop 3-d Model 16 100 0 116 Tabulate Right­of-way Impacts 1 2 24 16 Constructability Test 4 1 40 16 12 42 72 Quantities and Opinion of Cost 4 4 16 28 5.2.2 Urban Deslan and Landscanina Arr.hjt.&..r. ...... 11 2 mason fee proposal.XLS 9/12/02 Mason Street Transportation Corridor FHU Phase 2 Labor Hours September 12, 2002 5.2.3.1 Transit Facilities Site Analysis 5.2.3.2 Station Concepts 5.2.4 Transit Operating and Maintenance Plans 5.2.5 Vehicle Technology 5.2.6 Parking Demand Analysis 80 5.2.7 Transit Ridership Estimates 5.2.8 Traffic Analysis 5.2.8.1 Mason/Howes One-way to Two-way Traffic Conversion 5.2.8.2 Mason/McLelland Offset 5.2.8.3 BRTNehicle Access Control on McLelland 60 8 5.2.8.4 ITS 60 5.2.8.5 Access Management 60 5.2.9 Bicycle and Pedestrian Analysis L 20 5.3 Railroad Coordination 200 5.4 Financial Analysis 5.5 Screening 16 16 16 16 6 -Transportation Impacts and Mitigation Measures II II II II Transportation Impacts and Mitigation Measures 40 0 0 0 8 88 0 0 0 4 72 60 8 68 20 12 212 0 4 76 Task 7 - NEPA Evaluation 7.1 Assessment of Impact L16 7.2 Prepare Draft Outline of EA 7.3 Prepare Preliminary Draft of EA L16 7.4 Prepare, Print and Distribute Draft EA 24 7.5 Public Comment on Draft EA 7.7 Prepare Final EA 7.7 Pre are Final EA and FONSIu o as i®���IIj�u ask 8 -Preliminary Engineering I IF170 228 8.1 Geotechnical Investigations 2 8 8.2 Hydrology and Hydraulics 8 IM 1208.3 Utility and Irrigation Canal Coordination 80 60 8.4 Liahtino Dp. imn mason fee proposal.XLS 9/12/02 Mason Street Transportation Corridor FHU Phase 2 Labor Hours September 12, 2002 mason fee proposal.XLS 9/12/02 Mason Street Transportation Corridor PHASE 2 CARTER BURGESS COSTS Revised 9112102 Carter & Burgess, Inc. City of Fort Collins LOCATION: Mason Street . Fort Collins FIRM NAME: Carter & Bur-gess CONTACT NAME: Jennifer Heisler TELEPHONE NUMBER: (303) 820-4834 PROPOSAL DATE: 09/12/02 1 LABOR COST Billing Classification Rate x Workhours = Total Principal $140.00 x 278 = $38,920 Associate Principal $140.00 x 278 = $38,920 Associate $137.00 x 272 = $37,264 Senior Planner $112.00 x 672 = $75,264 Plannerlll $95.00 x 496 = $47,120 Planner II $66.00 x 558 = $36,828 Planner 1 $54.00 x 1,062 = $57,348 Senior Designer $117.00 x 16 = $1,872 Engineer II $105.00 x 68 = $7,140 Engineer $76.00 x 40 = $3,040 Certified Photogrammetrist $92.00 x 0 = $0 Photogrammetrist $62.00 x 0 = $0 PLS $97.00 x 15 = $1,455 Survey Technician $70.00 x 30 = $2,100 Survey/Mapping/CAD $65.00 x 24 = $1,560 2-Person Field Crew $126.00 x 15 = $1,890 Technician $44.00 x 38 = $1,672 Administrative/Graphics $31.00 x 682 = $21,142 Total Labor` 4,544 $373,55 ` See attached tabulaton of workhours. 2. OTHER DIRECT COSTS (DIRECT NON -LABOR EXPENSES) Total Direct Expenses " _ $12,045 " See attached tabulation of direct expenses. 3. OUTSIDE SERVICES (e.g., Subconsultants & Vendors)• Firm Method of Compensation Total Outside Services 4. TOTAL CONTRACT COST (SUM OF 1 2 AND 3)• $385,580 cB mason fee total ALS 9/12/02 Mason Street Transportation Corridor Fort Collins, Colorado Revised 8110/2002 (PHASE 2) Carter 6 Burgess, Ina CA, Df Fort Co0io6 TASK PRINCIP AI L11 aLNIVX PLANNER PTANNER III II I DESIGNER IIUrIEU PRO PHOTO- GRAMMETRIS GRAMMETRIST TECHNICIAN MAPPING CAD Task 1- Project Management/ Coartlinatlon 1.1 Royty Management 12 Prided Coon inter 12 12 12 121 Kktkq Meefing 12.1 Tetlmial Adkisory Com Mlgs 23 1gdinn Team Mcetinga 1 12 12 12 124 pgenq CooNlnare g 26 8 12 16 8 Bubbtal Task 1 -Hours 8 42 6 28 4 SubNlal Task l-Cos $5320 $],WO $1�W6 $d.JW E2660 $264 d 30 $0 0 8 0 0 0 0 0 ask2-Data Collection $840 Ep $0 $0 2.1 Annual R Sgsaphic Mar,png 2.2 SUPOlancnt Survey 8 ROW De(dxen 23 &-row OfNYy lnPorme(lnn 24 Affeefed EnWonment 4 25 T2Mc ✓oWmes 6 6 20 22 2.6 Sgne/Tuning 27 Fiebineed canon 28 D2/rage0 a 29 BASE In/ stlon 21 Pmled Desgn Crifena 4 0 0 6 6 Subtotal Task2 - Hou2 Subbte Task2-Costs $560 $0 $0 $6]2 20 $90 $1,320 22 $ip88 0 $0 0 p 0 0 0 0 0 Iommmunity Outreach 6ulltling task 3-PublicRokU-Petebbah/ $0 $p by $p $0 $0 $p 3.1 I ind,I/ herear CommunllylnmAremen(Pmgam Lead Tea/Implerrenla 3,1d Lead Team 3.12 NgbMeDecde11.n 12 12 314 Land! Use Decide CM1areUes t2 20 12 12 3dd Odrelds nen Meade, 12 8 24 316 PreesartaOon�IPPI, ,dal GO.,., Ptlales 12 6 20 6 8 3,2 Create P.hm, Ince/y 12 12 12 33 Pudic Meshey OTanizatron 3.4 Publlc Process rocumentafian 3.5 Mece, ReGbons 36 Public Comia munfgn Tsdlrs 37 teen dive Project Web S4 Subtotal Task 3-Hours M 32 12 J6 20 32 0 Subbtal Task 3-Costs $6,160 $4400 $1,646 $8.512 $1,900 $2,112 $0 p $0 0 $0 p 0 0 0 0 0 Task 4 - Pwpose and Need Daflnition 50 $0 $0 $0 $0 $0 Purpose and Need De6nifion 8 2 6 d p SubtOral Task 4 -HOurm B 2 0 g d Subtotal Task4Costs Sflp20 $280 $0 $6go. 0 5380 d p 0 0 0 0 0 0 0 LB mason fee total .XLS 9/12/02 /\bR\ l 20 Mason Street Multi -Modal Transportation Corridor CityrF nc„n; , Please I Scope of Services TASK 3 - PUBLIC INVOLVEMENT/PUBLIC RELATIONS The vast majority of this work effort will be postponed until the next phase of work. Specific items that are included in Phase I are discussed below. Task 3.1 - Establish/Implement a Community Involvement Program Task 3.1.2 One -on -One Meetings/Discussions — A limited number of one-on-one meetings have been budgeted with Phase I. Task 3.1.4 Presentations and Public Official Updates- One public official presentation has been budgeted with Phase I. Task 3.2 - Create a Public Identity Early research and data collection will be conducted with Phase I. Task 3.2.1 Collect/Review Previous Reports/Marketing Materials - Collect and summarize any previous public surveys, Downtown Strategic Plan, historical information, chamber brochures and prior newsletters about the City, etc. as well as any news clips that have been previously published about the project. Task 3.2.2 Internal Information Gathering Process -- Gauge internal reactions to the project, and learn from internal stakeholders important messages to communicate through the brand. Task 3.5 - Media Relations Limited media relations will be conducted with Phase I. Task 3.5.1 Media Contact Database — Develop an up-to-date news media database categorized by media type. Task 3.5.2 Media Materials — Develop limited news media materials about the project as needed during Phase I. Task 3.5.3 On -Going Media Relations — The City will facilitate media relations during Phase I. Praco will assist in a limited capacity as needed. FELSBURG HOLT & ULLEVIG 5 8119102 Mason Street Transportation Corridor Fort Collins, Colorado Revised 8114/2002 (PHASE 2) Carter 8 Burgess, Inc. City of Port Collins TASK PRINCIPA �IUCIAII IN PLANNER III II I pESIGNER II G- GRAMMETRIST AM GRMETRIST TECHNICIAN ou"VHOTO MAPPING ERR 'IELD CAD CREW Task 8 - Prelim W ry Engineering By G..oftnlcallbARfgatrons 8.2 HydmlogY anal Hydmullus 93 D6ffiy and lngafion Canal Coba inaOon 0 Bd tgnbrg Oasing 0 s ear,a,Auro Desgn 0 . 86 Nsgnand" 0 6.] TsutsR Stations 0 Flans 0 89 8.9 Opinrons o/Pmbaal Cosf 0 0 Subtotal Task B-Hou HE 0 0 0 p 0 0 Subtotal TaskB so $0 $0 $0 $0 0 0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $p 50 $0 Task 9 1 Fossil Cloak Trail Final Oasi9n 9.1 FIneI ROW 92 Final Dowin 15 30 0 Devabp Typical Sections 24 15 84 HTblwe 0 cevebp a mree pimensb Dimensional 0 H1dmbs, and Hossulic5 0 Fnal Strucbre DeSgn 0 9.3 Final Consbudlan �cu eeview 0 0 tal Task 9- Hours 0 p 0 0 0 0 0 tal Task 9-Costs $0 $0 $0 SO $0 $0 0 0 0 0 0 0 15 30 2d 15 0 0 Bp Task 10 - ETA NOW Sons Bubmitlal $0 s0 $0 $0 $0 $0 $1455 $2100 $1,560 $1,890 50 s0 101 New Mans SubsuWals]2 0 10.2 FhNu Managemenf Plan ]2 ]6 Bp 60 40 Fina reManagement Plan so 480 104 Pm/ec(Managemenf Plen 0 0 l Task lO-Hours 0 ]2 72 ]6 00 60 dp p 0 0 al Task lO-Costs $0 $10,080 $9,866 $0,512 $7,600 $3.960 $2160 $0 $0 0 $0 0 0 0 p 0 a 0 0 00 d80 PROJECT TOTAL $0 $0 $0 $t so $a $p $2pep 2]8 2]8 272 672 4% 558 1.062 16 68 40 0 6,54 0 15 30 24 15 36 602 ce mason fee total .%LS 9/12/02 Mason Street Transportation Corridor Fort Collins, CO 8/14/2002 (PHASE 2) ^m6mz� Carter & Burgess, Inc. City of Fort Collins DIRECT NON -LABOR EXPENSES: Computer Plots Large Plots - Glossy Paper @ $1.18 /sf = $0.00 Large Plots - Plain Paper @ $0.31 /sf = $0.00 8 112 x 11 - Black and White @ $0.03 /ea = $0.00 11 x 17 - Black and White @ $0.06 lea = $0.00 8 112 x 11 - Color @ $0.10 /ea = $0.00 11 x 17 - Color @ $0.20 /ea = $0.00 Thermal Plots @ $0.15 lea = $0.00 Copies 8 1/2 x 11 @ $0.07 /ea = $0.00 11 x 17 @ $0.07 /ea = $0.00 22 x 34 or larger @ $0.30 /ea = $0.00 Miscellaneous Mileage 23,000 @ $0.37 /mile = $8,395.00 Delivery Service 5 @ $30.00 /ea = $150.00 Printing - Draft EA Document $2,000.00 Transcriber- Public Hearing $1,500.00 Photogrammetric Work Stations 0 @ $20.00 /hour = $0.00 Aerial Photography $0.00 GPS Survey Equipment 0 @ $100.00 /day = $0.00 TOTAL DIRECT EXPENSES: 12,045.00 cB mason fee total ALS 9/12/02 Mason Street Transportation Corridor PHASE 2 EDAW COSTS September 12, 2002 LOCATION: FIRM NAME: CONTACT NAME: TELEPHONE NUMBER: PROPOSALDATE Mason Street . Fort Collins EDAW Jana McKenzie 970-484-6073 09/12/02 1 LABOR COST Billing Employee Name Classification Rate x Workhours = Total Russ Butler Principal II $217.00 x 160 = $34,720.00 Jana McKenzie Principal 1 $146.00 x 341 = $49,786.00 Rebecca Apple Principal 1 $130.00 x 14 = $1,820.00 Brad Smith PM/Senior Associate $96.00 x 880 = $84,480.00 Kelley Savage LA/Associate $87.00 x 360 = $31,320.00 Brent Jeffries Irrig. Eng. /Associate $91.00 x 56 = $5,096.00 Staff LA/Planner Staff $63.00 x 985 = $62,055.00 Kim Lanford Biologist $67.00 x 26 = $1,742.00 Graphics/Intern Staff $42.00 x 760 = $31,920.00 Julie Wallace Business Mgr $102.00 x 13 = $1,326.00 Administration Staff $54.00 x 48 = $2,592.00 Total Labor 3,643 = $306,857.00 * See attached tabulaton of workhours. 2. OTHER DIRECT COSTS (DIRECT NON -LABOR EXPENSES) Total Direct Expenses $12,290.00 ** Estimated 4% of labor 3. OUTSIDE SERVICES (e.g., Subconsultants & Vendors): Firm Method of Compensation Cost Total Outside Services $0.00 4. TOTAL CONTRACT COST (SUM OF 1. 2. AND 3): $319,147.00 EDAW FeeEstinnate816.XLS 9/12/02 Mason Street Transportation Corridor PHASE 2 EDAW COSTS September 12, 2002 1 - Project Management I Coordination 1.1 Project Management 1.2 Project Coordination Kick off meeting TAC Meetings (18) Action Team Meetings (16) 2 - Data Collection Data Collection Map Significant Trees Site Analysis - Ped/Bike/Urban Design Context Archaelocic Resources 3 - Public Relations I Community Outreach I Support Building 3.1 Community Involvement Program Neighborhood Segment Meetings (6) One-on-one Meetings City-wide Open Houses (3) Presentations and Public Officials Updates (6) 3.2 Create a Public Identity 3.3 Public Meeting Organization 3.4 Public Process Documentation 3.5 Media Relations 3.6 Communication Tactics and Need a and Nee 5-Altematives Analysis 5.1 Baseline Alternative 5.2 Detailed Alternatives Modal Alignments Bike and Ped Facility Design Railroad Coordination Transit Facility Locations and Design Station location coordination Station Site Concepts qmm mm� City of Fort Collins EDAW FeeEstinnate816.XLS 9/12/02 Mason Street Transportation Corridor PHASE 2 EDAW COSTS September 12, 2002 Transit Operating and Maintenance Plans Parking Demand Analysis Automobile Mobility Urban Design Thematic Elements Art Master Plan Landscape / Streetscape Design Lighting Wayfinding/Signage Opinion of Probable Construction Cost Financial Analysis 6 -Transportation Impacts and Mitigation Measures 7 - NEPA Evaluation 7.1 Assessment of Impact Wildlife Resources Archaeologic Resources 7.2 Prepare Draft Outline of EA 7.3 Prepare Preliminary Draft of EA 7.4 Prepare, Print and Distribute Draft EA 7.5 Public Comment on Draft Fes. 7.6 Prepare Final EA 7.7 Prepare Final EA and FONSI 8 - Preliminary Engineering 8.1 BRT - Station Design 8.2 Pedestrian / Bicycle Side lks/Trails/Rest Areas Grade Separations 8.3 Automobile 8.4 Railroad Engineering 8.5 Urban Design Thematic Elements Landscape / Streetscape Design Lighting Coordination Wayrinding/Signage 8.6 Other Engineering Services Surveying, Right -of- ay Research and Mapping Geotechnical Drainage and Irrigation System Design 51 EDAW Fee Estimate816.XLS 9/12/02 Mason Street Transportation Corridor PHASE 2 EDA W COSTS September 12, 2002 City of Fort Collins Jars ning: Admin TQtal:: TASK McKezme 6tiHe1 Smdh Savage Jeffries Planned App)e .i Lani'md �: kttern BusMOR iippors Structural Design Constructability and Construction Phasing Utility Relocations! Design New Right-of-way 4 2 40 40; 24 2 112 Opinions of Probable Costs 4U 5M z�urnotat Fa—sR-B Task 9 - Fossil Creek Trail Final Design 9.1 Final ROW 9.2 Final Design Develop Typical Sections 4 Develop Horizontal and Vertical Alignments 4 0 Develop a Three Dimensional Model 24 2 2 46 Landscape Restoration 2 16 12 24 Signage and Site Furnishings 12 0 Hydrology and Hydraulics 0 Final Structure Design 0 9.3 Final Construction Document Production and Review zsumoiai Fa-s"- 32 Task 10 - FTA New Starts Submittal 10.1 New Starts Submittal 10.2 Fleet Management Plan 10.3 Finance Management Plan Plan 10.4 Project aansag u vi 6 �uMrTREnt PROJECT TOTAL 3411 644 1601 8801 360 561 9851 141 26 760 13 1 EDAWFeeEstirnate816.XLS 9/12/02 Mason Street Transportation Corridor PHASE 2 PRACO COSTS September 12, 2002 LOCATION: FIRM NAME: CONTACT NAME: TELEPHONE NUMBER: PROPOSAL DATE: 1 LABOR COST Emolovee Name Mason Street . Fort Collins PRACO Lisa Bachman (303) 689-0704, ext. 4140 09/12/02 Classification City of Fort Collins Billing Rate x Workhours = Total PI Program Mgr. & Creative Dir. $115.00 x 196 PR Acct. Executive $90.00 x 544 PR & Media Assistant $75.00 x 310 Planning Dir., Media Dir. & Web Mgr. $125.00 x 245 Acct. Planner, Media Planner/Buyer $85.00 x 10 Art Director $115.00 x 64 Art Designer & Prod. Artist/Mgr. $85.00 x 446 Sr. Web. Developer $105.00 x 75 Jr. Webmaster $70.00 x 30 Clerical/Admin. $60.00 x 240 Total Labor * See attached tabulaton of workhours. 2. OTHER DIRECT COSTS (DIRECT NON -LABOR EXPENSES) Total Direct Expenses ** ** See attached tabulation of direct expenses. 3. OUTSIDE SERVICES (e.a.. Subconsultants & Vendors): Firm Method of Compensation Total Outside Services 4. TOTAL CONTRACT COST (SUM OF 1.2. AND 3): PRACOFee Esti mate815.XLS 2,160 $22,540.00 _ $48,960.00 _ $23,250.00 $30,625.00 _ $850.00 $7,360.00 _ $37,910.00 $7,875.00 $2,100.00 _ $14,400.00 195 870.00 $54,163.25 Cost 0.00 $250,033.25 9/12/02 Mason Street Transportation Corridor PHASE Z PRACO COSTS September 1Z 2002 Agmikk City of Fort Collins Task 1 - Project M naenount I CpOrdlrudlkon 0 1.1 Proled MunegergrR 12 ------- 0 te T 0 0 0 0 0 0 Task 2 - Dala Callaction DM Collects, 0 Sooloial T.k 2 u 0 0 0 0 0 Task 3 -Public "aflons I Community Ouniusch I Su,,ssn, Building �yio� usfifPobuano� 60 211Esubblibullialphissourls .2 Neighlboroondl Se,meoMiuxl Use Rhooffings (6) 2 w 10 2 16 15 5 3A.4 Oo.nb MeNninsFERs.k. (IN) 6 30 i 3,15 id Cinse Ouns, H.. (3) 24 10 2 5 25 102 3.1.6 Poesentascus and! Public Officals Updates (6) 15 0 5 2 15 0 3,1.7 Baseline Project 0,sn.unicaboso; Plan & Mahni.is 3.2 0 3.21 CollalaEeview Previous ReponaMakebg slatenais 312 Inbunal Infounabon Galloedin, Pone 0 30 w 3,23 �I000s Infoornatil Gatond, Proms . TO 20 215 314 Coudi Development is 20 20 20 120 110 315 Bound Presentation and selection 20 TO 20 275 315 Obinniunifty RolkDolontoducloon of New Project Brent 20 75 010 is 7, 20 33 Po4lffc Ifni OrgsoftkUno, ....... . . . .... .... . ... . 33 Public Meeting OManionabon 16 40 C 34i.i 30 2101.1 34 Public Process 55 .1.1 35 Illinois Ralsol. ... :40 a 35.1 Klexim Conflact Database 48 352 Melia Materials 8 40 60 3.5,3 0o, l4edfia Relabons, 5 0 0 43 3.54 SpokesionnounTrainin, 3 :15 5 3.55 News CHIPpin, 2 10 36 C unhcakan Tacdcs 10 65 3.61Project Update thns0after (5-0) 5 w 10 Q �20 28 3.62 �nsnuoby NenslefflocIr Arficloo (8) B 040 30 3.63 Risks, Notifications 10 20 45 2 Is 10 IN 3.7 0. 3.7.1 StMe 3.7,2 StWeT�Picducfion 9 21 3.7.3 stage 11I.T.1fing 3 9 16 28 3.7.4 Stage Fcur-Lsuocb of Web SA, 3 9 40 52 -aunclAi 3.7.5 stage Frve-Port IdW n. 3 52 3.7,6 Sol SP-Ske Enioncenents(Pounoban 3 1% 3 20 10 bounds, I ask � -- ---- Task 4 -Purpose sold Need Definition 0 Pts,ose and! Need! Definithur, — ----- U— bubloial Tasit 4 — ---------- Task 5-ANerratlws AmIloiln; 0 5.1 Baselins Alternative 5.2 Doodled Mornalre. 0 k1od.1 Aliousits 0 Railroad! C ollnadku 0 Transit Facility locations and Desqo 0 Site Anarsis 0 71unne Development 0 TOD Opportunities 0 Tosout Openifin, and Maintenance Plans 0 Parking Demand Analysis 0 Ausunoble WNW 0 Udbsn DeMlyi 0 l-andsca,e I Slosinuncalbe Design 0 Bikeant Pedestown Facifil, Design 0 53 Financial Anidsh; 5A PRACOF"EsfinouitaMALS 9/12/02 Mason street Transportation Corridor PHASE 2 PRACO COSTS September IZ 2002 il* ot low, is Task S-Trans loops MW so �suoss 0 TM= IMP=od � Mij:L Measures �Uosofs ss�o Task 7; NEPA E.IMW 0 7 Assessment of Impact 0 T2 Preswe Draft �.. of FA 0 73 Po,,ve Prelivnina,, Draft of FA 0 74 Prepare, PdrA and DoArbuto Draft EA 0 rn 7 P bUcComentanDraftEA 0 T: P:.. Foos FJ 0 T7 Prepare FinW EA ate FONSl 0 Subtobs! Task 7 Task & Prs" liodq Engineeringa BM 0 82 Pwesbtso / Bicycle 0 83 A,=W 84 R ll� EWincesiN 0 85 U= Deoign 86 Mev En,io.N Services 0 Sumerng. Rig"f- Resssob aW MapPlw 0 (Ieom nical 0 Dmos5le ood Inigabon S,,om Design 0 sb,cmrel Design 0 .n."Lily fool GansbuMon PhMIN Uk., Reksa ons I Design 0 New Rightof� 0 Opintal T� of Prot(�Loss0 Subloask 8 Task 9 -Fossil Gross Tn'l Rml Design 0 9 1 Final ROW 02 Roa, Eleoi, 0 Develop Typikal Sections 0 Develop H =nW and Vecb�l Alignments O� 0 Develop s Th. D,.oslonal hkW.1 0 Hydrelogy sW Hydraulics 0 Fire) Sm Deskgn 0 iuWW Task 9 0 Task 10 - FfA N. ftft S.bm ! a 1 flMstartsSubmithil i002 Flosth`ooagementFlan . 103 F,..f`s sManagement Pl. 0 10A Nojectmana,,e000n ask IU .EGT TOTAL lea 9/lD02 PRACC)FeeEsbmteS15.% S Mason Street Transportation Corridor PHASE 2 PRACO COSTS September 12, 2002 �= City of Fort Collins DIRECT NON -LABOR EXPENSES: Research Services (pass through cost) Stakeholder Surveys (approx. 300 participants) 1 @ $4,500.00 /ea. _ $4,500.00 Focus Groups to test brand acceptance (based on 6) 1 @ $7,000.00 /ea. _ $7,000.00 Public Meeting Expenses Public Meeting refreshments 9 @ $25.00 /ea. _ $225.00 Public meeting notices/paid ads (to be placed by the City) 6 @ $0.00 /ea. _ $0.00 Web Hosting (one to be selected depending on size of site) (hosted by City) Copies 8112 x 11, 8 1/2x14, 11x17 7,500 @ $0.15 /ea = $1,125.00 Color copies 90 @ $8.00 /ea = $720.00 Color copy duplicates 800 @ $1.00 /ea = $800.00 Printing (unnegotlated rates at this point) Newsletters (approx. 5,000 copies ea., 2-color, 8 1/2 x 11", 4 pg.) 4 @ $2,500.00 issue = $10,000.00 Flyers (approx. 2,000 copies ea., B&W, 81/2x11", 2 pg.) 6 @ $300.00 /issue = $1,800.00 Postcard notices (approx. 3000 copies ea., 2-color, 5x7") 6 @ $500.00 /issue = $3,000.00 Door hanger notices (approx. 200 copies ea., 2-color) 6 @ $350.00 /issue = $2,100.00 Newspaper insert (1 issue of 40,000 copies, tabloid size, 4 pg.) 1 @ $8,000.00 /ea. _ $8.000.00 Materials/Project Supplies Notebooks - 3 ring binders w/ tabs 20 @ $5.00 /ea. _ $100.00 Large foamoore presentation boards 10 @ $50.00 /ea. _ $500.00 Art boards 40 @ $10.40 /ea. _ $416.00 Zip disks 5 @ $100.00 lea. _ $500.00 CD's 100 @ $2.00 /ea. _ $200.00 Brand launch specialty items 200 @ $6.00 /ea. _ $1,200.00 Miscellaneous Mileage 10,650 @ $0.37 /mile = $3,887.25 Delivery Service/Frieght (pass through cost) 8 @ $30.00 /ea. _ $240.00 Photography shoot and unlimited use fees 1 @ $5,000.00 /ea. _ $5,000.00 Postage (pass through cost) 1 @ $90.00 /ea. _ $90.00 Long Distance Telephone (pass through cost) 1 @ $480.00 /ea. _ $480.00 Video clip short transcript reports 6 @ $15.00 /ea. _ $90.00 Displays for a City -owned stand-up exhibit 1 @ $2,000.00 /ea. _ $2,000.00 Newspaper insert cost (1x into Coloradoan-to be placed by the City) 1 @ $0.00 /ea. _ $0.00 Misc. travel expenses (pass through cost) 1 @ $190.00 /ea. _ $190.00 TOTAL DIRECT EXPENSES: $54,163.25 PRAC0FeeEstimate815.XLS 9/12/02 Mason Street Multi -Modal Transportation Corridor City of Fart Collins Phase 1 Scope Of Services Deliverables: A draft Statement of Purpose and Need will be prepared, followed by a draft of Chapter One of the EA. Thirty copies of draft will be provided to FTA, CDOT and the City for review. Comments will be incorporated and this chapter will be finalized. TASK 5 - ALTERNATIVES DEVELOPMENT AND ANALYSIS Alternatives development will begin using the City's GIS database as the existing conditions backdrop. As the City completes the topographic mapping, the project team will update the work previously performed sensitive to the more accurate data. We anticipate that 75% of this task will be accomplished as described below. Task 5.1 - Baseline Alternative The use of the no -build alternative as the FTA "Baseline" alternative will be re-examined. This will consist of: Review assumptions in "no -build" alternative and identify service improvements, if appropriate, to include in the baseline alternative. Prepare revised operating plan. Meet with FTA staff for review and approval of revised baseline alternative. Develop fleet requirements, capital and O&M costs for baseline alternative. Deliverables: Operating Plan and capital and O&M costs for revised Baseline alternative. FTA approval of Baseline alternative Task 5.2 - Detailed Alternatives Alternatives developed through the Master Plan, and any new options identified through the scoping process, will be examined and refined. Alternatives will be developed to a conceptual engineering detail. Task 5.2.1 Alternative Alignments The Master Plan will be detailed and alternate alignments will be developed for comparison to the Baseline Alternative. Work associated with developing these alternatives will include: Develop preliminary horizontal and vertical alignments with geometric control for each mode (BRT, bike, ped) alternative. FELSBURG HOLT & ULLEVIG 7 8119102 Mason Street Transportation Corridor PHASE 2 MANUEL PADRON AND ASSOCIATES COSTS September 12, 2002 ft City of Fort Collins LOCATION: Mason Street, Fort Collins FIRM NAME: Manuel Padron & Associates CONTACT NAME: Jim Baker TELEPHONE NUMBER: (404)-873-3206 Ext. 14 PROPOSAL DATE: 08/20/02 1 LABOR COST Billing Employee Name Classification Rate x Workhours = Total Jim Baker Senior Assoc. $120.42 x 388 = $46,724.71 Dennis Markham Senior Assoc. $116.27 x 552 = $64,179.11 Phil Boyd Senior Assoc. $116.27 x 24 = $2,790.40 Herb Higgenbothem Associate $70.59 x 120 = $8,470.98 Kara Gillies Associate $49.83 x 64 = $3,189.31 Paul Cook Associate $47.75 x 40 = $1,910.16 2. Note - 2002 billing rates inflated by 5% to reflect approx. 2003 rates. The 2003 rates are not yet known, but will be effective beginning 1/1/03. . See attached tabulaton of workhours. " See attached tabulation of direct expenses. Total Labor Total Direct Expenses'" 3. OUTSIDE SERVICES (e.o.. Subconsultants & Vendors): Firm Method of Compensation Total Outside Services 4. SUBTOTAL CONTRACT COST (SUM OF 1. 2. AND 3): 5 LESS PHASE 1 FEE 6 TOTAL CONTRACT COST (4-5) Pad ron FeeEsti nrate809.XLS 1,188 = $127.2sa.ss 6 450.00 Cost 0.00 $133,714.66 $30,000.00 $103,714.66 9/12/02 Mason Street Transportation Corridor PHASE 2 MANUEL PADRON AND ASSOCIATES COSTS September 12r 2002 1 - Project Management/ Coordination 1.1 Project Management I Iu g 1.2 Proiect Coordiantion �uIuII�Nu��uII II 0 2 - Data Collection Data Collection 3 - Public Relations / Community Outreach / Support Building 3.1 Establish / Implement a Community Involvement Program 0 3.2 Create a Public Identity 00 3.3 Public Meeting Organization 3.4 Public Process Documentation 0 3.5 Media Relations 0 3.6 Communication Tactics _ .�—. 0 4. Purpose and Need Definition Purpose and Need Definition 5 -Alternatives Analysis 0 5.1 Baseline Alternative 5.2 Detailed Alternatives 0 Modal Alignments 0 Railroad Coordination 0 Transit Facility Locations and Design 0 Site Analysis 0 Theme Development 0 TOD Opportunities Transit Operating and Maintenance Plans 160 24 40 40 264 Parking Demand Analysis 0 Automobile Mobility Urban Design Landscape / Straetscape Design LLLL2480o Bike and Pedestrian Facility Design 5.3 Financial Analysis 200 80 S w q--i— 24 16 6 - Transportation Impacts and Mitigation Measures Transoortation Impacts and Mitioation Measures 0 Mason Street Transportation Corridor PHASE 2 MANUEL PADRON AND ASSOCIATES COSTS September 1Z 2002 7 - NEPA Evaluation 7.1 Assessment of Impact 16 16 7.2 Prepare Draft Outline of EA 7.3 Prepare Preliminary Draft of EA 7.4 Prepare, Print and Distribute Draft EA 7.5 Public Comment on Draft EA 7.6 Prepare Final EA 7.7 Prepare Final EA and FONSI 8 - Preliminary Engineering 8.1 BRT 8.2 Pedestrian / Bicycle 8.3 Automobile 8.4 Railroad Engineering 8.5 Urban Design 8.6 Other Engineering Services Surveying, Right-of-way Research and Mapping Geotechnical Drainage and Irrigation System Design Structural Design Constructability and Construction Phasing Utility Relocations / Design New Right-of-way 32 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Task 9 - Fossil Creek Trail Final Design 9.1 Final ROW 0 9.2 Final Design Develop Typical Sections 0 Develop Horizontal and Vertical Alignments 0 Develop a Three Dimensional Model 0 Hydrology and Hydraulics 0 Final Structure Design 0 9.3 Final Construction Document Production and Review 0 zsuototal laSK 9 U U u u u Task 10 - FTA New Starts Submittal 10.1 New Starts Submittal 8 80 0 88 10.2 Fleet Management Plan 160 24 10.3 Finance Management Plan 240 40 280 10.4 Project Management Plan 0 u oIaSK IV PROJECT TOTAL 388 552 24 120 64 40 �1�1�0�1 2,212 Mason Street Transportation Corridor PHASE 2 MANUEL PADRON AND ASSOCIATES COSTS September 12, 2002 DIRECT NON -LABOR EXPENSES: Travel Air fare from Atlanta - # of trips Airfare from Oakland - # of trips Hotel - 2 nights/trip Rental Car for 4 3 day person trip = 12 days Per diem - 18 person days Copies 81/2x11 11 x 17 22 x 34 or larger Materials Notebooks - 3 Ring Binders Report Covers GBC Binders Miscellaneous Mileage Delivery Service Railroad Fees 3 @ $600.00 /sf = $1,800.00 3 @ $600.00 /sf = $1,800.00 12 @ $90.00 /ea = $1,080.00 21 @ $50.00 /ea = $1,050.00 18 @ $40.00 /ea = $720.00 @ /ea = $0.00 @ /ea = $0.00 @ $0.07 /ea = $0.00 @ $0.07 /ea = $0.00 @ $0.30 /ea = $0.00 @ $3.00 /ea = $0.00 @ $2.70 /ea = $0.00 @ $2.00 /ea = $0.00 @ $0.37 /mile = $0.00 @ $30.00 /ea = $0.00 $0.00 TOTAL DIRECT EXPENSES: $6,450.00 Pad ronFeeEstimate809.XLS 9/12/02 Mason Street Transportation Corridor TOTAL FEHR AND PEERS COSTS August, 2002 LOCATION: FIRM NAME: CONTACT NAME: TELEPHONE NUMBER PROPOSAL DATE: 1 LABOR COST Employee Name Mason Street . Fort Collins Fehr & Peers Matthew Ridgway 415-369-0425 08/20/02 Billing Classification Rate City of Fort Collins x Workhours = Total Jerry Walters Senior Principal 1 $180.00 x 0 Matthew Ridgway Senior Associate II $150.00 x 110 Brian Welch Senior Associate 1 $135.00 x 28 David Robinson Senior Engineer III $145.00 x 0 Seleta Reynolds Engineer III $100.00 x 40 Jeremy Klop Engineer III $95.00 x 56 Tao Anna Luo Engineer 1 $80.00 x 32 Steve Rhyne Senior Eng Tech 111 $105.00 x 60 Phyllis Chan Senior Eng Tech 1 $85.00 x 32 Total Labor See attached labulaton of workhours. 2. OTHER DIRECT COSTS (DIRECT NON -LABOR EXPENSES) Total Direct Expenses "" See attached tabulation of direct expenses. 3. OUTSIDE SERVICES (e.g., Subconsultants & Vendors): Firm Method of Compensation Total Outside Services 4. TOTAL CONTRACT COST (SUM OF 1, 2, AND 3): 358 _ $0.00 _ $16,500.00 _ $3,780.00 $0.00 _ $4,000.00 $5,320.00 $2,560.00 $6,300.00 $2,720.00 $41 180.00 3 084.80 Cost 0.00 $44,264.80 F PFeeEstirnate809.XLS 8/20/02 Mason Street Transportation Corridor Total Fehr & Peers Costs August, 2002 City of Fort Collins Walters Ridgway Welch Robinson Reynolds Klop Luo Rhyne Chan TASK' PRINCIPAL ASSOCIATE ASSOCIATE ENGINEER III )il I ENGI'ECH ENGi EGH Task 1 - Project Management I Coordination 0 IT Project Management 8 1.2 Project Coordination 8 �Iublo al I aSK 7 u��� Task 2 -Data Collection 0 u Data Collection ���.,. ��u,������ u o a as Task 3 - Public Relations / Community Outreach I Support Building 0 3.1 Establish / Implement a Community Involvement Program 0 3.2 Create a Public Identity 0 3.3 Public Meeting Organization 0 3 A Public Process Documentation 0 3.5 Media Relations 0 3.6 Communication Tactics u o a as 11 u IL--U—il it A T� Task 4 •Purpose and Need Definition I-�������� 0 Purpose and Need Definition u o a as ��u������T� Task 5 - Alternatives Analysis 24 88 20 60 40 40 60 26 358 5.1 Baseline Alternative 5.2 Detailed Alternatives 0 Modal Alignments 0 Railroad Coordination 0 Transit Facility Locations and Design 0 Site Analysis 0 Theme Development 0 TOD Opportunities 0 Transit Operating and Maintenance Plans 0 Parking Demand Analysis 0 Automobile Mobility 0 Urban Design 0 Landscape / Streetscape Design 40 16 12 100 Bike and Pedestrian Facility Design 24 8 0 5.3 Financial Analysis 0 5.4 Screening — u o a as ®©®�� 8/20/02 8120102 Mason Street Transportation Corridor a Total Fehr & Peers Costs 6 August, 2002 City of Fort Collins Walters Ridgway Welch Robinson Reynolds Klop Luo Rhyne Chan MOM rnr--r..c--t. onn VI C Mason Street Transportation Corridor Total Fehr d Peers Costs October 8, 2001 DIRECT NON -LABOR EXPENSES: Computer Plots Large Plots - Glossy Paper Large Plots - Plain Paper 8 112 x 11 - Black and White 11 x 17 - Black and White 8 1/2 x 11 - Color 11 x 17 -Color Thermal Plots Copies 81/2x11 11 x 17 22 x 34 or larger Materials Notebooks - 3 Ring Binders Report Covers GBC Binders Miscellaneous Travel Communications Railroad Fees Citv of Fort Collins @ $1.18 /st = $0.00 @ $0.31 /sf = $0.00 @ $0.03 lea = $0.00 @ $0.06 lea = $0.00 400 @ $0.10 lea = $40.00 @ $0.20 lea = $0.00 @ $0.15 lea = $0.00 400 @ $0.07 lea = $28.00 @ $0.07 lea = $0.00 @ $0.30 lea = $0.00 2 @ $3.00 lea = $6.00 4 @ $2.70 lea = $10.80 @ $2.00 lea = $0.00 3 @ $600.00 /2-day trip = $1,800.00 12 @ $100.00 /month = $1,200.00 $0.00 TOTAL DIRECT EXPENSES: $3,084.80 FPFeeEstinnate809.XLS 8/20/02 H. C. Peck & Associates, Inc. Felsburg Holt & Ullevig - Mason Street Transportation Corridor - Environmental Assessment and Preliminary Engineering PHASE 2 SCOPE OF SERVICES - TIME & COST ESTIMATES 1 Determine the basis of the BNSF's right-of-way; i.e., land grant, fee purchase, etc. (EA) 2 Assisting with the coordination of activities directly involving the BNSF including but not limited to, the acquisition of right-of-way and valuation maps, analyzing the impacts of third party occupants within BNSF right-of- way; acting as a liaison between the City's project team and the BNSF vis a vis addressing the concerns (safety, etc) that BNSF may have in connection with the Project; and negotiating an agreement for the use of BNSF right-of-way. (EA and PE) 3 Attend Project meetings. (EA and PE) Total Man Hours Estimate of Reimbursables Mileage - 5000 @ $0.365/mile Court House Copies - 300 pages @ $1.25/page Plats and Maps - 100 @ $5/page BNSF Maps Travel Flights (4 x $550) $2,200 Hotels (4 x $100) $ 400 Meals (4 x $ 50) $ 200 Total Reimburseables SUBTOTAL LESS PHASE 1 FEE TOTAL TIME & COST ESTIMATE Project Sr. Agent Agent Mgr. Hrs. Hrs. Hrs. 82 300 Trainee Staff Asst Hrs Hrs. 100 400 82 0 0 0 $1,825 $375 $500 $300 $2,800 $5,800 Total $ 5,430.04 23,178.00 7,726.00 36,334.04 5,800.00 42,134.04 20,000.00 22,134.04 � Mason Street Multi -Modal Transportation Corridor 97��� City of Fon Collins Phase I Scope of Services Define cross sectional elements such as widths, edge treatments (curb and gutter, etc), railroad buffers (physical or spatial), parking, landscape zones, right-of-way, etc. Perform a grade separation study for pedestrian crossings of the railroad and arterial streets. Define over/under options, determine types of structures, define limits of walls, test the merits of the alignments with drainage, utilities, accessibility, etc.. Develop working plans with conceptual structure layouts and sections. Perform a grade separation study for an arterial street crossing of the railroad. The City has identified Drake as a possible location for consideration. Horsetooth appears to offer some potential and may offer additional benefits relative to realigning McClelland Drive. Horizontal and vertical alignments will be developed. Access to adjacent streets and businesses will be studied. Impacts to drainage systems, utilities and traffic flow will be quantified. Integrate transitways, bike trails, and pedestrian sidewalks with transit stations, stops, and park-n-rides. Detail corridor intersections with other city streets, local business access, and neighborhoods. Deliverables: • Master Plan and alternative alignments for BRT, pedestrian and bicycle systems • Conceptual level bike and pedestrian improvements illustrated on roadway plans • Conceptual level bike and pedestrian trails illustrated on separate plans where off-street • Grade separation options and details for pedestrian facilities • Grade separation options for an arterial street crossing • Right-of-way impacts • Opinions of probable cost at a conceptual level Task 5.2.2 Urban Design and Landscape Architecture Early studies will begin with Phase I to develop themes and concept designs for City staff input and to prepare elements for discussions with the community during the next phase of work. Task 5.2.2.1 Thematic Elements Work efforts would include: • Develop alternative messages/names that will brand the system. • Prepare alternative "Kit -of -parts" that illustrate the look of site furnishings, shelters, lights and signs. FELSBURG HOLT & ULLEVIG 0 8119102 Mason Street Transportation Corridor PHASE 2 ALLER-UN6LE COSTS SEPTEMBER 12, 2002 LOCATION: FIRM NAME: CONTACT NAME TELEPHONE NUMBER: PROPOSAL DATE: 1 LABOR COST Employee Name Mason Street , Fort Collins Aller-Lingle Architects P.C. David Lingle. AIA (970) 223-1820 09/12/02 Classification Billing Rate x Workhours Principal $100.00 x 66 Sr. Project Manager/Architect $80.00 x 200 Project Manager/Architect: $72.00 x 0 Intern/CAD Technician 2: $56.00 x 26 Intern/CAD Technician 1: $48.00 x 42 Clerical/Administrative: $35.00 x 26 Total Labor * See attached tabulaton of workhours. 2. OTHER DIRECT COSTS (DIRECT NON -LABOR EXPENSES) ** See attached tabulation of direct expenses. 3. OUTSIDE SERVICES (e.g.. Subconsultants & Vendors): Firm Total Outside Services Total Direct Expenses ** Method of Compensation 4. SUBTOTAL CONTRACT COST (SUM OF 1.2. AND 3): 5 LESS PHASE 1 FEE 6 TOTAL PHASE 2 FEE 360 �a — City of Fort Collins Total _ $6,600.00 _ $16,000.00 $0.00 $1,456.00 $2,016.00 $910.00 = 26 982.00 = 713.88 Cost 0.00 $27,695.88 $10,000.00 $17,695.88 Aller-LingleFeeEstimate809.xls 9/12/02 Mason Street Transportation Corridor PHASE 2 ALLER-LINRE COSTS SEPTEMBER 12, 2002 (00 � City of Fort Collins Aller-LingleFeeEstimate809.x1s 9/12/02 5 - Alternatives Analysis 5.1 Baseline Alternative 5.2 Detailed Alternatives Modal Alignments Railroad Coordination Transit Facility Locations and Design Site Analysis Theme Development TOD Opportunities Transit Operating and Maintenance Plans Parking Demand Analysis Automobile Mobility Urban Design Landscape / Streetscape Design Bike and Pedestrian Facility Design 5.3 Financial Analysis 5.4 Screeninq 6 - Transportation Impacts and Mitigation Measures Transportation Impacts and Mitiaation Measures 7 - NEPA Evaluation 7.1 Assessment of Impact 7.2 Prepare Draft Outline of EA 7.3 Prepare Preliminary Draft of EA 7.4 Prepare, Print and Distribute Draft EA 7.5 Public Comment on Draft EA 7.6 Prepare Final EA 7.7 Prepare Final EA and FONSI 0 0 16 28 4 48 0 2 8 1 11 0 0 2 16 2 20 0 4 12 16 4 2 6 0 Aller-LingleFeeEstimate809.xls 9/12/02 8 - Preliminary Engineering 8.1 BRT Conceptual Design 12 32 16 24 8.2 Pedestrian / Bicycle 8.3 Automobile 8.4 Railroad Engineering 8.5 Urban Design Coordination 4 8.6 Other Engineering Services Surveying, Right-of-way Research and Mapping Geotechnical Drainage and Irrigation System Design Structural Design Constructability and Construction Phasing Utility Relocations / Design New Right-of-way Opinions of Probable Costs 4 8.7 Maintenance Facility Conceptual Design 4 16 10 18 3-Dimensional Reoresentations 48 9 - Fossil Creek Trail Final Design 9.1 Final ROW 9.2 Final Design Develop Typical Sections Develop Horizontal and Vertical Alignments Develop a Three Dimensional Model Hydrology and Hydraulics Final Structure Design 9.3 Final Construction Document Production and Review 84 0 0 0 0 0 0 0 6 48 48 r Task 10 - FTA New Starts Submittal 10.1 New Starts Submittal 0 10.2 Fleet Management Plan 10.3 Finanace Management Plan 0 10.4 Project Management Plan 0— Zjubtotal I aSK I U PROJECT TOTAL 66 200 26 42 26 360 Aller-LingleFeeEstimate809.x1s 9/12/02 Kumar & Associates, Inc. Mason Street Transportation Corridor City of Fort Collins Proposal No. P-842 Date: 31-Jul-02 Project: Geotechnical Engineering Study For Structures and Prel. Pavement Design Client: Felsburg Holt & Ullevig Contact: Dean Bradley, P.E. Proposal No. P-02-443 Field Study Field Engineer Drilling Rig Laboratory Testing Moisture Content & Dry Density Atterberg Limits Gradation Analyses % Passing No. 200 Sieve Swell -Consolidation Unconfined Compression Hveem R-value Water Soluble Sulfates Resistivity Engineering Project Manager Senior Project Geologist Staff Engineer Drafting Word Processing $55.00 /hr x $115.00 /hr x $15.00 /ea $40.00 /ea $50.00 /ea $20.00 /ea $50.00 /ea $40.00 /ea $250.00 /ea $30.00 /ea $100.00 /ea 190 125 80 80 20 60 40 15 8 20 10 $110.00 /hr x 40 $105.00 /hr x 64 $65.00 /hr x 60 $55.00 /hr x 30 $45.00 /hr x 20 $10,450.00 $14,375.00 $24,825.00 $1,200.00 $3,200.00 $1,000.00 $1,200.00 $2,000.00 $600.00 $2,000.00 $600.00 $1,000.00 $12,800.00 $4,400.00 $6,720.00 $3,900.00 $1,650.00 $900.00 $17,570.00 Quick Set Concrete $15 /bag x 50 $750.00 Asphalt Patch $10 /bag x 5 $50.00 Traffic Control (United Rental) $6,000.00 $6,800.00 Estimated Project Total $61,995.00 Does not include any fees associated with Railroad Protective Liability Insurance Permits (City or BNSF) or Railroad Supervisor/Flagger. Mason Street Corridor Project Stewart Environmental Consultants, Inc. Phase 2 Estimate of Costs 2-Aug-02 TASK ENGINEER SCIENTIST DRAFTING EDITOR CLERICAL SERVICES EXPENSES Task 7 - NEPA Evaluation 7.1 Assessment of impact 17 Hazardous Materials 17A Field reconnaissance of corridor & 1-block buffer 80 $ 500.00 17B Records research - NPL (1 mile), CERCLIS/NFRAP (1/2 mile); RCRIS CORRACTS (1 mile); State CERCLIS (1/2 mile); RCRA TSD (1/2 mile); RCRA Hazardous Waste Generators (118 mile); 100 $ 500.00 LUST sites (1/4 mile); UST sites (1/8 mile); EPA/CDPHE violations & citations; HAZMAT incidents & Local emergency management reporting (ERNS, site only) 17C Historical records research (aerial Incl. in above photos, Sanborn Fire Insurance Maps, City Directories, etc. Lead Paint Use - age observation incl. in above 17D Report 80 40 40 40 $ 1,200.00 17E Project Management/Review 1 24 1 28 Total Hours 24 28 260 40 40 40 0� Hourly Rate $ 155.00 $ 130.00 $ 95.00 $ 53.00 $ 47.00 $ 40.00 - SubTotal $ 3,720.00 $ 3,640.00 $ 24,700.00 $ 2,120.00 $ 1,880.00 $ 1,600.00 $ $ 2,200.00 SUBTOTAL $ 39,860.00 LESS PHASE 1 $ 10,000.00 Mason Street Transportation Corridor TOTAL CLANTON COSTS August, 2002 LOCATION: FIRM NAME: CONTACT NAME: TELEPHONE NUMBER: PROPOSAL DATE: 1 LABOR COST Employee Name City of Fort Collins Mason Street . Fort Collins Clanton & Associates Inc. Nancy Clanton (303)530-7229 08/20/02 Billing Classification Rate x Workhours = Nancy Clanton Principal II $130.00 x 28 Greg Flageolle Senior Engineer $95.00 x 65 Dane Sanders Engineer II $65.00 x 91 Gregg Adams Senior Designer $70.00 x 152 Jon Ehnert CAD Technician $50.00 x 124 Total Labor ' See attached tabulaton of workhours. 2. OTHER DIRECT COSTS (DIRECT NON -LABOR EXPENSES) Total Direct Expenses " See attached tabulation of direct expenses. 3. OUTSIDE SERVICES (e.g. Subconsultants & Vendors): Firm Method of Compensation Total Outside Services 4. TOTAL CONTRACT COST (SUM OF 1, 2 AND 3): I•1 Total $3,640.00 $6,175.00 $5,915.00 _ $10,640.00 $6,200.00 = 32 570.00 915.50 Cost 0.00 $33,485.50 Clanton FeeEstimate809.XLS 8/20/02 Mason Street Transportation Corridor Total Clanton Costs August, 2002 City of Fort Collins 1 -Project Management I Coordination II II II II �� O 1.1 Project Management 1.2 Project Coordiantion 2 -Data Collection II II II �I II _ Data Collection uu� u k 3 - Public Relations / Community Outreach / Support Building 3.1 Establish / Implement a Community Involvement Program 0 3.2 Create a Public Identity 0 3.3 Public Meeting Organization 0 3.4 Public Process Documentation 0 3.5 Media Relations 0 3.6 Communication Tactics 0 4 -Purpose and Need Definition II II II II �I I� _ 0 Purpose and Need Definition uL Clanton FeeEstimate809.XLS 8/20/02 Mason Street Transportation Corridor Total Clanton Costs August, 2002 5 - Alternatives Analysis 5.1 Baseline Alternative 5.2 Detailed Alternatives Modal Alignments Railroad Coordination Transit Facility Locations and Design Site Analysis Theme Development TOD Opportunities Transit Operating and Maintenance Plans Parking Demand Analysis Automobile Mobility Urban Design Landscape / Streetscape Design (Lighting) Bike and Pedestrian Facility Design 5.3 Financial Analysis 5.4 Screening 6 - Transportation Impacts and Mitigation Measures Transoortation Impacts and Mitigation Measures 16 11 22 City of Fort Collins EN 0 ('IantnnFPPFctimatPAnq v S 8/20/02 Mason Street Transportation Corridor Total Clanton Costs August, 2002 7 - NEPA Evaluation 7.1 Assessment of Impact 7.2 Prepare Draft Outline of EA 7.3 Prepare Preliminary Draft of EA 7.4 Prepare, Print and Distribute Draft EA 7.5 Public Comment on Draft EA 7.6 Prepare Final EA 7.7 Prepare Final EA and FONSI 8 - Preliminary Engineering 8.1 BRT 8.2 Pedestrian I Bicycle 8.3 Automobile 8.4 Railroad Engineering 8.5 Urban Design 8.6 Other Engineering Services Surveying, Right-of-way Research and Mapping Geotechnical Drainage and Irrigation System Design Structural Design Constructability and Construction Phasing Utility Relocations I Design New Right-of-way Opinions of Probable Costs City of Fort Collins 14 11 30 11 50 11 95 11 84 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 273 f InntnnFPPFctimntaR(1Q XI i 8/20/02 u g. Mason Street Multi -Modal/ s frLMUMI Transportation Services City of Fort Collins Phase 1 Scope Of .l7ervices • Identify distinctive variations of the name or the elements associated with each segment of the corridor. Prepare sketches that illustrate the concepts. Task 5.2.3 Transit Facility Locations and Design Work associated with this task for Phase I will be limited to the early action items in the broader scope of work. This includes review of the corridor for TOD opportunities, working with the City as the City land use plan progresses, review of the previous transit facility locations, and early studies of layout for these sites. Task 5.2.3.1 — Transit Facilities Site Analysis/Transit Oriented Development Opportunities A site analysis will be completed to analyze and refine the BRT transit facilities locations developed in the Master Plan. Specific Phase I tasks include: • Review BRT Transit Facilities Locations Established in Master Plan —to determine what has changed since the Master Plan was adopted. New development, changes in community sentiment, and other factors will be evaluated to determine whether the transit facilities locations established in the original plan are still viable. • Review and Refine Station/Stop Types Established in Master Plan —This review will focus on clearly identifying the amenities levels and physical site requirements of the five types of Stations/stops. Opportunities to standardize or consolidate the amenity levels and physical site requirements of station/stop types will be evaluated to determine if there are potential advantages. Task 5.2.3.2 Station Concepts Phase I tasks include: Establish Urban Design Elements for Stations - This work effort will begin in concert with the thematic design effort for the entire corridor. Task 5.2.7 Transit Ridership Estimates Work associated with this task will be started with Phase I but completed in the next phase of work. Task 5.2.8 Traffic Analysis Phase I work efforts include: Task 5.2.8.1 Mason/Howes One -Way to Two -Way Traffic Conversion Analyze the conversion of Mason Street from a one-way to a two-way operation. Work elements include: • Compare the operational conditions of both traffic scenarios using the Synchro traffic analysis and SIMTraffic operational simulation software. Measures of Effectiveness (MOE's) can be compared in a variety of manners, including levels of service, stopped delay and average travel speed. The City's current Synchro traffic signal system model will be obtained for this analysis. FELSBURG HOLT & ULLEVIG 8119102 Mason Street Transportation Corridor Total Clanton Costs August, 2002 City of Fort Collins 9 - Fossil Creek Trail Final Design 9.1 Final ROW 0 9.2 Final Design Develop Typical Sections 0 Develop Horizontal and Vertical Alignments 0 Develop a Three Dimensional Model 0 Hydrology and Hydraulics 0 Final Structure Design 0 9.3 Final Construction Document Production and Review Liahtinq Design 10 35 25 35 40 145 10 - FTA New Starts Submittal 10.1 New Starts Submittal II II II II II II 0 10.2 Fleet Management Plan 10.3 Finanace Management Plan 0 10.4 Project Management Plan 0 TOTAL II 28 II 65 II 91 II 152 II 124 II 460 ('.IantnnFaaFctimatoRnci v 4 8/20102 Mason Street Transportation Corridor Total Clanton Costs City of Fort Collins DIRECT NON -LABOR EXPENSES: Computer Plots Large Plots - Glossy Paper @ $1.18 /sf = $0.00 Large Plots - Plain Paper @ $0.31 /sf = $0.00 8 1/2 x 11 - Black and White @ $0.03 lea = $0.00 11 x 17 - Black and White @ $0.06 lea = $0.00 8 1/2 x 11 -Color 11 x 17 - Color @ $0.20 lea = $0.00 Thermal Plots @ $0.15 lea = $0.00 Copies 8 1/2 x 11 @ $0.07 lea = $0.00 11 x 17 300 @ $0.07 lea = $21.00 22 x 34 or larger _ Materials Notebooks - 3 Ring Binders @ $3.00 lea = $0.00 Report Covers 10 �° 52.70 /as = $27.00 GBC Binders 10 @ $2.00 lea = $20.00 Miscellaneous Mileage 1500 @ $0.37 /mile = $547.50 Delivery Service 10 @ $30.00 lea = $300.00 Railroad Fees $0.00 CIantonFeeEstimate809.XLS 8/20/02 Memorandum To: Rich Follmer, Felsberg Holt & Ullevig From: Gail M. Keeley, Hermsen Consultants Date: August 5, 2002 Subject: Fort Collins — Mason Street Multi -Modal Transportation Corridor Revised Scope of Services and Cost Estimate for Historic Resources Survey ReportSection 106 review, EA sections — Phase 2 The following is the basis for my revised cost estimate for conducting the historic resources clearance for Mason Street in Fort Collins. TASK HOURS File search, literature and records search, field assessment, data gathering 60 Determine ages of buildings in corridor; prepare matrix showing properties, address, year built, and historic status 40 Analysis of data, research on potentially historic properties 60 Preparation of survey forms and historic resources survey report 60 Coordination 30 Determine effects and preparation of draft letter for the SHPO. (Assumption of adverse effect for 2 properties) 20 Develop a mitigation plan and draft Memorandum of Agreement (Assumption of 2 properties) 20 Total Hours 290 Cost Estimate My charge rate for 2002 is $130.00/hour 290 hours X $130 = $37,700 Expenses Transportation (1200 miles @ $.34/mi + parking) $500 Photos, Data and Reproduction $400 Total Expenses $900 Subtotal Cost Estimate $38,600 Less Phase 1 $10,000 Total Phase 2 $28,600 This cost estimate is based on preparing survey forms, linear feature forms or reevaluations for 15 properties over 45 years old. It is assumed that many of the older properties in the study area have already been surveyed. If research shows that additional surveys are needed, the budget will need to be adjusted. It also assumes an adverse effect for an estimated two historic properties. Mason Street Transportation Corridor Fort Collins, Colorado August, 2002 LOCATION FIRM NAME: CONTACT NAME: TELEPHONE NUMBER: PROPOSALDATE: 1 LABOR COST Classification Principal 11 Principal I Associate Senior Engineer Engineer III Engineer Senior Designer Designer II Clerical Mason Street Fort Collins Felsburq Holt & Ullevio Bob Felsburq (303)721-1440 08/19/02 Billing Rate x $140.00 x $125.00 x $115.00 x $100.00 x $90.00 x $70.00 x $85.00 x $65.00 x $55.00 x Total Labor (1k:60�AMOM City of Fort Collins Workhours = Total 97 = $13,580.00 160 = $20,000.00 76 = $8,740.00 530 = $53,000.00 618 = $55,620.00 724 = $50,680.00 60 = $5,100.00 492 = $31,980.00 62 = $2 310.00 2,799 = $zal.olo.00 See attached tabulalon of workhours. 2. OTHER DIRECT COSTS (DIRECT NON -LABOR EXPENSES) Total Direct Expenses (5% of Labor) 3. OUTSIDE SERVICES (e.g.,Subconsultants & Vendors): Firm Method of Compensation Total Outside Services 4. TOTAL CONTRACT COST fSUM OF 1 2 AND IL 12 050.50 Cost 0.00 $253,060.50 Mason Street Transportation Corridor PHASE 2 ALLER-UN&E COSTS SEPTEMBER 12, 2002 ^m6mw� City of Fort Collins DIRECT NON -LABOR EXPENSES: Computer Plots Large Plots - Glossy Paper 60 @ $1.18 /sf = $70.80 Large Plots - Plain Paper 144 @ $0.31 /sf = $44.64 8 1/2 x 11 - Black and White 120 @ $0.03 /ea = $3.60 11 x 17 -Black and White 40 @ $0.06 /ea = $2.40 8 1/2 x 11 - Color 24 @ $0.10 /ea = $2.40 11 x 17 - Color 12 @ $0.20 /ea = $2.40 Thermal Plots 0 @ $0.15 /ea = $0.00 Copies 8 1/2 x 11 240 @ $0.07 /ea = $16.80 11 x 17 60 @ $0.07 /ea = $4.20 22 x 34 or larger 0 @ $0.30 /ea = $0.00 Materials Notebooks - 3 Ring Binders 0 @ $3.00 /ea = $0.00 Report Covers 0 @ $2.70 /ea = $0.00 GBC Binders 0 @ $2.00 /ea = $0.00 Miscellaneous Mileage 336 @ $0.37 /mile = $122.64 Delivery Service 4 @ $30.00 /as = $120.00 Fax Transmissions 240 @ $0.75 /as = $180.00 Long Distance Telephone 12 @ $12.00 /mo. _ $144.00 TOTAL DIRECT EXPENSES: $713.88 Aller-LingleFeeEstimate809.xls 9/12/02 Agfflbk MO`_ Mason Street Multi -Modal Transportation Corridor 59�City 4 Fm CnOins Phase I Scope of Services • Conduct a vehicle progression analysis comparison using the PASSER optimization software program. A PASSER analysis will provide the City with further information in regards to the capability of a vehicle to progress along the corridor in a timely manner. The progression bandwidth, the ability to obtain the bandwidth, and the efficiency of vehicle travel through the corridor are the MOE's that will be compared. • Estimate the change in Vehicle Miles of Travel (VMT) that would result from the conversion of a one-way couplet to two-way streets. Portray the two-way traffic scenario using the VISSIM simulation software between Cherry and Laurel Streets on Mason and Howes Streets. Document on -street parking changes along Mason and Howes Streets that would result from the conversion. • Provide an assessment of pedestrian and vehicle access and safety impacts that would occur as a result of changing to two-way operation. • Conduct an informal survey of property and business owner opinions on the conversion through one-on-one meetings and telephone conversations. • Prepare an evaluation matrix of critical issues. Utilize an Action Team meeting to discuss the advantages and disadvantages of converting these streets to a two-way system and provide a recommendation regarding the conversion. • Analyze the cost of such a change. Summarize the changes in traffic signal hardware and roadway signing and striping using current cost data for such improvements. Compare the costs of these changes to those improvements that would be required if the one-way system remains, i.e., development of the contra -flow bicycle lanes and replacement of on -street parking. • Summarize the technical evaluations and decisions in a Technical Memorandum. • Attend Transportation Board and City Council meetings (one each) to present the findings of the task efforts. Deliverables: • Technical Memorandum Task 5.2.8.2 Mason Street/McClelland Drive Offset Evaluate street alignment and access alternatives to connect Mason Street and McClelland Drive at Horsetooth Road . Specific work assignments include: Re-evaluate the options proposed in the Master Plan and develop both short-term and long-range alternatives. Evaluate other alternatives for reaching the objective. Prepare FELSBURG HOLT & ULLEVIG 10 8119102 Mason Street Multi -Modal Transportation Corridor City if Poo Collinx � Phase I Scope of Services drawings of acceptable alternatives and prepare conceptual cost estimates of each alternative. Conduct an alignment design meeting with surrounding property and business owners to discuss alignment alternatives and to obtain concurrence on a preferred alternative. Summarize the technical evaluations and decisions in a Technical Memorandum. Deliverable: • Design decision and recommendations that will be carried forward into the Preliminary Engineering plan preparation. Task 5.3 Railroad Coordination Engage the BNSF and their representatives to assist the City with securing a use agreement for corridor elements within the railroad right-of-way. Specific Phase I work tasks include: • Attend a project introduction meeting with the City and the BNSF to explain the limits of the project and the basic needs of the proposed plan. Discuss a basis for agreement for use of the corridor. • Develop engineering alternative solutions to address separation of pedestrians and automobile traffic concerns that the railroad may have. • Conduct progress meetings in October, November and December with BNSF and City staff. • Conduct one working session with City and local and other BNSF as essential. Resolve areas of disagreement. Task 5.4 - Financial Analysis The project team will assist the City with submittal of their October 2002 New Starts submittal update. FELSBURG HOLT & ULLEVIG 8119102 Mason Street Multi -Modal Transportation Corridor carrFnc„nPlease II Scope of Services EXHIBIT B MASON STREET MULTI -MODAL TRANSPORTATION CORRIDOR PHASE H SCOPE OF SERVICES TASK 1 - PROJECT MANAGEMENTICOORDINATION Task 1.1—Project Management Key elements associated with project management include: Develop and maintain a project schedule. Provide monthly progress reports and schedule updates, determine schedule impacts due to monthly activities, and recommend corrective actions, if necessary, to maintain the project on schedule. Develop and maintain a financial tracking spreadsheet that predicts monthly work efforts and expenditures; determine the actual efforts compared to anticipated expenditures; recommend corrective actions to maintain the project on budget. Communicate with the City project manager on a regular basis and the project director(s) as necessary to coordinate work efforts, share communications, and discuss project progress. Deliverables: • Project Schedule • Project Financial Plan • Monthly Progress Reports • Communication Records Task 1.2 — Project Coordination Regular communication will be required with City staff as well as with BNSF, FTA, CDOT, adjacent property owners and other vested interest groups: Task 1.2.1 Project Kickoff Meeting — A project kickoff meeting will be conducted at the City offices to introduce project participants to reconfirm the goals of the project and to confirm schedule. The Professional will schedule the meeting, prepare an agenda, and prepare meeting minutes. A project tour will occur after the kickoff meeting to allow City staff to relate specific design issues and concerns along the corridor. 119FELSBURG IHOLT & ULLEVIG 8119102 Mason Street Multi -Modal Transportation Services 11 City of FFm Collins Phase Scope Of 47ervices Task 1.2.2 Technical Advisory Committee Meetings — TAC meetings will be conducted with City staff and the Professional approximately monthly (until August 2003 FTA submittal) and bi-monthly (until EA completion) to present progress, to discuss upcoming work and technical issues, and to assign work tasks. Fifteen TAC meetings are programmed. These meetings will be conducted at the City's offices. Other agency representatives may be invited to attend should the agenda require. The Professional will schedule the meetings, prepare necessary handouts and graphics, and prepare meeting minutes. Task 1.2.3 Action Team Meetings — Action teams, comprised of City staff and key individuals from other affected entities, will be formed to deal with specific subjects. These teams will meet as necessary to resolve issues and to establish direction for the project. Minutes of these meetings will be prepared. Thirty meetings are programmed for this task. To make efficient use of this time, we have estimated that these meetings will be conducted one day per week over six hours over eight months. Task 1.2.4 Agency Coordination Meetings — Coordination meetings with the vested agencies such as FTA, North Front Range MPO, CSU, will be conducted on a regular basis to assure that the work is proceeding in compliance with FTA and other agency guidelines. BNSF coordination/negotiation sessions will be conducted as necessary to gain consensus for integrated corridor use. Most meetings are anticipated to occur at City offices; however, it is understood that some meetings will occur at FTA's Denver office or at BNSF's office. Deliverables: • Agendas • Handouts • Meeting Minutes FELSBURG HOLT & ULLEVIG 2 8119102 termination to the Professional. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: Professional: City: With Copy to: Felsburg Holt & Ullevig City of Fort Collins City of Fort Collins 7951 E. Maplewood Ave. Transportation Planning Purchasing Division Suite 200 P.O. Box 580 P. O. Box 580 Greenwood Corporate Plaza Fort Collins, CO 80522 Ft. Collins, CO 80522 Englewood, CO 80111 Attn: Kathleen Reavis Attn: City Clerk Attn: Robert Felsburg In the event of any such early termination by the City, the Professional shall be paid for services rendered prior to the date of termination, subject only to the satisfactory performance of the Professional's obligations under this Agreement. Such payment shall be the Professional's sole right and remedy for such termination. 4. Design, Project Indemnity and Insurance Responsibility. The Professional shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all services rendered by the Professional, including but not limited to designs, plans, reports, specifications, and drawings and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. The Professional shall indemnify, save and hold harmless the City, its officers and employees in accordance with Colorado law, from all damages whatsoever claimed by third parties against the City; and for the City's costs and reasonable attorneys fees, arising directly or indirectly out of the Professional's negligent performance of any of the services furnished under this Agreement. The Professional shall maintain commercial general liability insurance in the amount of $500,000 combined single limits, and errors and omissions insurance in the amount of $1,000,000. PSA 10/97 2 AMELN Mason Street Multi -Modal Transportation Corridor City �f F„n a,m„ , Phase H Scope of Services TASK 2 - DATA COLLECTION Conduct a comprehensive data collection effort to collect pertinent information. Work elements will include: Task 2.1- Aerial Topographic Mapping The City will conduct aerial photography of the corridor and will produce a Digital Terrain Model (DTM) to 1-foot accuracy. This mapping will provide final design accuracy 900 feet either side of the railroad centerline. Mapping will be developed only in the areas where required for engineering evaluation, which is expected to be 400 feet either side of centerline. Additionally, digital color ortho photography will be developed from the mapping photography that will provide scalable horizontal features 1,800 feet either side of centerline. The base mapping and ortho photography will become the backdrop for the engineering, right-of-way and environmental documents. This process will minimize impact to the railroad during data collection. Task 2.2 - Supplemental Survey and Right -of -Way Definition Supplemental Survey - The aerial mapping will be supplemented with field surveys by City forces at critical locations. These may involve edge -of -road definition at connection to existing pavement or at critical points of vertical clearance. Mapping will be field verified for features not defined by the photography including signs, drainage structures and utilities. A primary control network (control diagram) will be established that includes horizontal and vertical datum and monumentation. Right -of -Way Definition — Right -of- way for the BNSF will be input by the Professional from RR plats referenced to on -the -ground monumentation. Adjacent properties and public ROW will be graphically represented from assessor maps and records as provided by the City. The ownership information will be in the form of a GIS with the color ortho photography as a background. The parcel boundaries will be a layer on the mapping and engineering drawings. Boundary surveys of ownership will not be performed. 'FELSBURG HOLT & ULLEVIG RJ 8119102 Mason .Street Multi -Modal Transportation Services City of Fon Collins hbase IL Scope Of Services TASK 3 - PUBLIC INVOLVEMENTIPUBLIC RELATIONS The strategy for community outreach is to gain the cooperation of all parties through a two-way communication process that includes 1) public involvement - actively seeking input throughout the EA/PE phases, and 2) public relations - providing on -going, thorough feedback and information to all stakeholders throughout each step of the process. Task 3.1 - Establish/Implement a Community Involvement Program Task 3.1.1 Neighborhood Meetings — The MSTC will be divided into three smaller segments for focused discussions on design issues with stakeholders and neighbors. Two meetings will be held in each segment, for a total of six meetings. Develop communication materials and meeting handouts/reports and summaries as needed. Task 3.1.2 One -on -One Meetings/Discussions - Approximately 100 one-on-one meetings/discussions with adjacent property owners, businesses, community organizations and other vested interests will be conducted on -site at their locations to obtain input on specific design issues related to their immediate area. Schedule meetings, prepare handout materials, prepare comment/feedback form and necessary handouts and graphics, and prepare meeting reports/ minutes. Task 3.1.3 Citywide Open Houses- Schedule, prepare for, coordinate and conduct three citywide open houses/town meetings to inform the general public about the project and solicit input from those attending. The open houses will be held in geographically different locations in the City to encourage a broader spectrum of community attendance. The third of these meetings will be held during the public comment phase of the EA preparation. Task 3.1.4 Presentations and Public Official Updates- Provide regular project updates to all elected and appointed officials and agency representatives. It is estimated that six presentations will be made. Task 3.1.5 Baseline Project Communications Plan and Materials (prior to November vote) — Develop a plan for baseline communications about the project that communicates its goals, objectives, purpose and attributes (under the existing name of Mason Street Transportation Corridor). Deliverables: • Ongoing updates to the City's project stakeholder database • Public meeting schedules/agendas/minutes and summary reports • Sign -in logs/comment forms • Presentation materials and handouts • Quarterly project updates • Meeting notification materials FELSBURG HOLT & ULLEVIG 8119102 ` & Mason Street Multi -Modal Transportation Corridor City afFV Cdlins Please II Scope of Services • Photo documentation of meetings • Key message development resulting from client, project team, citizen, and stakeholder input • Baseline communications plan and supporting communication materials and events • Newspaper insert pull-out section • Project exhibits/displays Task 3.2 - Create a Public Identity Establish a brand identity for the project that will include theme/logo development, consistent messaging, integration of the theme/graphic look into the Web site, collateral materials, public meeting advertisements/notices, and presentation materials for public forums. Task 3.2.1 External Information Gathering Process — Gauge actual unbiased opinion about the project among target audiences via phone surveys. Includes secondary research about residents and how they respond to specific brand attributes and determine the effectiveness, understanding and misconceptions by residents of the information disseminated about the project to date. Task 3.2.2 Creative Development - Outline findings from both internal and external stakeholders and secondary research; identify key areas of disconnect and their meanings; identify necessary components of the brand; and a description of all uses of the brand including channel extensions. Develop five to seven brand options for presentation. Brand names will be supported by accompanying graphics and taglines, and will be based on the strategic development that previously occurred. Task 3.2.3 Brand Presentation and Selection - Selection of the top three to five brands by the client team. Concept test focus groups among residents will be conducted to gain understanding about what the most appropriate implementation of the brand is in relation to the project. Implementation details will be finalized and refined in this process. Task 3.2.4 Community Roll-Out/Introduction of the New Project Brand - A new brand rollout program will be developed to introduce the new brand to the community through a mailing, newspaper insert, or other communications tactics such as a possible media event. Deliverables: • Summary of previous reports and marketing materials • Internal team survey/questionnaire and summary of results • Public opinion phone survey/questionnaire and summary of results • Schedule/timeline FELSBURG HGLT & ULLEVIG 5 8119102 `_ Mason Street Multi -Modal Transportation Corridor lr�City of Fbn Cnllp,, Phase II .Scope of services • Six stakeholder focus groups • Focus group questionnaire/discussion guide and executive summary of results • Final brand and implementation recommendations • Key messages about the branding/project identity and the project itself • Preliminary theme/logo treatments • Graphics application standard booklet • Brand rollout plan • Newspaper insert and other communications materials to support information about the new brand • 6 — 7 internal meetings with Branding Program Action Team Task 3.3 - Public Meeting Organization Host and facilitate each of the public meetings as discussed in Task 3.1 Community Involvement. The City will provide all scheduling and logistical arrangements for the neighborhood and public meetings. Comment forms will be developed to solicit input and expand the project database. Deliverables: • Checklist of logistical arrangements associated with each meeting • Agendas and reports • Development of all meeting notification materials Task 3.4 - Public Process Documentation/Management The public process and meetings will be cataloged and filed all throughout the EA/PE process. Copies of all public process documentation and copies of communication materials will be organized into project notebooks and/or cataloged and filed within the internal team section of the project Web site. Develop and maintain a communications action plan for all public relations and public involvement activities. Provide monthly updates of the schedule. Deliverables: • Communications Action Plan • Public Relations program budget tracking spreadsheet • Monthly public relations and public involvement progress reports • Communication records • Communications document tabbed notebook and/or internal team Web site filing of copies of all public involvement related forms reports/summaries, correspondence, and public communications materials. Listing of individuals/organizations and schedule for one-on-one public meetings • Meeting reports/summaries FELSBURG HOLT & ULLEVIG Ef 8119102 AGNINIMM Mason Street Multi -Modal Transportation Corridor City of Fmt C,9lins Phase II Scope of Services Task 3.5 - Media Relations Pro -actively involve members of the local news media in following the progress of the project and provide them on -going information/updates. Invite news media to public meetings/open houses and will provide ample opportunities for news coverage and stories. Task 3.5.1 Media Materials — Develop and distribute project fact sheets, press releases at key milestones and media advisory notifications for all public meetings. Task 3.5.2 On -Going Media Relations — Keep in regular contact with representatives of the news media to assure they are included in the process as a conduit for communicating with the public. Respond to media requests and facilitate interviews with key project team spokespersons. Task 3.5.3 Spokesperson Training — Develop key messages and prepare project team spokespersons for media interviews as needed. Task 3.5.4 News Clipping — Track, clip, forward and catalog all news articles that appear about the project. Deliverables: • Media contact database • Project fact sheets, press releases and media advisories • Tracking matrix of media requests for information • Spokesperson training materials • Copies of all news articles/clips and reports Task 3.6 - Public Communication Tactics The City will be responsible for payment of paid advertisements, printing of newsletters, etc. Task 3.6.1 Project Update Newsletter - Project update newsletters/bulletins will be developed for mailings to all individuals on the project stakeholder database, to the news media and other interested individuals and organizations. Task 3.6.2 Community Newsletter Articles - Information updates and articles will be provided to local community organizations (such as business associations, HOA's, merchant's association, chamber, etc.) to publish in their newsletters. FELSBURG HOLT 6 ULLEVIG 7 8119102 Mason Street Multi -Modal Transportation Corridor City of FM C,Mli , Please II Scope of Services Task 3.6.3 Meeting Notifications - Paid advertisements, press releases and calendar listings in local newspapers, and flyers distributed at key locations in the community will be developed to promote each of the citywide town meetings. Postcard notices and/or newsletter mailings, e- mail notifications and newspaper calendar listings will be developed to promote the individual segment public meetings. Deliverables • Three to four paid advertisements for the citywide town meetings/open houses • Approximately 5 - 6 project newsletters/updates (quarterly) • Approximately 8 informational articles for community newsletters • Press releases and calendar listing notices of public meetings • Flyer notices Task 3.7 - Interactive Project Web Site A project Web site will play a pivotal role in gathering information from and disseminating information to the public about issues surrounding the project. Task 3.7.1 Strategy/Research/Design: Defines the mission of the site and how to accomplish that mission. Meet with the City and develop the final list of site features, a site architecture flowchart, establish the list of contacts, and outline the requirements for all parties. Task 3.7.2 Production: Development will occur on one of our development servers, which will be password protected and available only to authorized developers and authorized City staff. The final product is the completed Web site/application, installed on the development server, password protected and available for beta testing by City personnel and other beta testers. Task 3.7.3 Testing: Once production is complete, the site/application will be made available to a defined group of users for viewing and approval. Document and fix any bugs found, make final changes and move the site to the production server. Complete a training session with City personnel on the administrative functions of the site if required. Task 3.7.4 Launch: Makes the application available to the end user. Task 3.7.5 Post Launch/Maintenance: City will monitor and maintain the site once launched for performance issues, undiscovered bugs, and user interface problems. Task 3.7.6 Site Enhancements/Promotion: Assist in implementing additional enhancements to the site. Implement strategies for promoting the site using online and traditional marketing channels. FELSBURG HOLT & ULLEVIG E 8119102 Mason Street Multi -Modal Transportation Corridor City oPFon c„nmPhase II Scope of Services Deliverables • Web site Development Document that will function as a blueprint for site designers and developers to build the site • Web site static design concepts and design page templates • Completed Web site/application, installed on the development server, password protected and available for beta testing • Web site launch • Administration training document • Meeting reports from client Web site Action Team meetings 0-1FELSBURG 'HOLT & ULLEVIG N 8119102 ` \ Mason .Street Multi -Modal Transportation Corridor city „f Fm o,m,. Phase II Scope of Services TASK 4 - PURPOSE AND NEED DEFINITION The full work efforts with this task were completed in Phase 1. TASK 5 - ALTERNATIVES DEVELOPMENT AND ANALYSIS This task will merge the development and analysis of alternatives performed during the Master Plan with the requirements of the NEPA process. It is anticipated that the merging process will verify many of the recommendations in the Master Plan. This work assignment will detail the alternatives, evaluate the alternatives, and screen them to a preferred alternative. Task 5.1 - Baseline Alternative The full work efforts with this task were performed in Phase 1. Task 5.2 - Detailed Alternatives Alternatives developed through the Master Plan, and any new options identified through the scoping process, will be examined and refined. Alternatives will be developed to a conceptual engineering detail. Task 5.2.1 Alternative Alignments The Master Plan alternatives will be detailed and alternate alignments will be developed for comparison to the Baseline Alternative. Efforts to be accomplished for this task during Phase II include: • Develop a three-dimensional model of the alternatives to determine vertical relationships and limits of impacts to right-of-way. • Determine and tabulate right-of-way impacts and relocation requirements. • Perform a constructability test of the alternatives. • Quantify elements of the alternatives and prepare opinions of probable cost. Task 5.2.2 Urban Design and Landscape Architecture Urban design elements with landscaping will be integrated into the alternatives to enhance the visual experience of the corridor. A study of alternate techniques is included with this scope. Only a minimal amount of work on urban design features and landscaping between Cherry and Laurel Streets is programmed. Specific work tasks include: Task 5.2.2.1 Thematic Elements This work effort focuses on developing the thematic framework that provides the structure for the appearance of the corridor and includes theme development, sign systems, art master plan, streetscape design, landscape design and lighting. Work efforts would include: FELSBURG HOLT & ULLEVIG 10 8119102 Mason Street Multi -Modal Transportation Corridor City fFonCollins Phase II Scope of Services Develop alternative messages/names that will brand the system. Test ideas with the public at neighborhood meetings. Select preferred idea, design logo, and refine into color palette and areas for application. • Prepare alternative "Kit -of -parts" that illustrate the look of site furnishings, shelters, lights and signs. Select preferred and refine. • Identify distinctive variations of the name or the elements associated with each segment of the corridor. This will complement the wayfinding system by giving each stop its own identity. Develop alternatives for ways to express this individuality on structures, signage, furnishings and pavement. Integrate art concepts into the theme variations. Prepare sketches that illustrate the concepts. Deliverables: • Alternative and preferred logo and corridor branding ideas coordinated with PR messages. Alternative and preferred conceptual elevations, sections and other graphics to communicate theme options applied to shelters, signs, lights, site furnishings, banners, etc. Renderings of corridor thematic elements. Task 5.2.2.2 Art Master Plan The Professional will work with the Art -in -Public -Places Commission to define the level of specificity for the corridor art plan. Identify specific locations for separate commissions for free- standing sculptures, landscape art, and appliques to other elements that can be added at any time versus that which must be integrated into the actual construction of basic corridor elements. This is important at this stage of design because it may influence structural design, concrete forming, pavement materials, railing design, site furnishings selection and other decisions that affect cost. Document decisions in plan, sketches and text. Deliverables: • Art Master Plan • Conceptual sketches of key opportunity areas. Task 5.2.2.3 Landscape / Streetscape Design The Professional will document the size, species and condition of large trees along the corridor where improvements have the potential to affect them. Plans will be developed to complement the streetscape, screen negative views and enhance the user experience. Locations will be coordinated with existing and planned utilities. A tree mitigation plan for lost trees will be developed in compliance with City ordinances. The team will coordinate with the Natural Resources staff to develop restoration plans along the open canals and for the trail connection to the Fossil Creek Trail in the Redtail Grove Natural Area. FELSBURG HOLT & ULLEVIG 11 8119102 Mason Street Multi -Modal Transportation Corridor City ,M" Collin, Phase II Scope of Services Existing conditions will be thoroughly documented and concepts for the redesign of existing walks or the addition of new walks, access ramps, pedestrian lights, site furnishings, special paving, landscaping and other elements that affect the pedestrian environment and appearance of the corridor will be developed. Concepts will be closely coordinated with locations of access drives, utilities and other physical components that may influence the design and construction costs. Illustrative sketches, plans and prototypical details for the entire corridor will be prepared. Deliverables: • Streetscape/Hardscape Master Plan, coordinated with roadway plans • Tree Mitigation Plan • Conceptual details for hardscape improvements • Landscape Master Plan with prototypical plant list. Task 5.2.2.4 Liighting Lighting is both aesthetic and functional. This task involves coordination with the overall theme of the project, providing appropriate levels of lighting and using it as an element of the site furnishings or art program to add interest. The objectives of the lighting design will include: • Providing a safe and scenic environment • Adding to the aesthetic image of the corridor • Providing nighttime visibility and function • Being sensitive to the environment Deliverables: • Lighting Master Plan • Alternative and preferred pole and fixture options (coordinated with Urban Design theme) Task 5.2.2.5 Wavfinding/Signage Develop the design for a comprehensive sign system, including regulatory, identity, interpretive and wayfinding signs as well as BRT scheduling signing. This includes freestanding and structure -mounted signage. Prepare location plans and conceptual details. Deliverables: • Signage Master Plan (not including regulatory signage, which is assumed to be more detailed than this level of design) • Conceptual details for wayfinding, identification, interpretive and regulatory signage Task 5.2.3 Transit Facility Locations and Design A detailed analysis of transit station, stops, and design will be conducted. As a part of this task a site analysis will be completed along with the development of conceptual station plans. In addition, transit -oriented development (TOD) opportunities will be evaluated and strategies to encourage TOD implementation on will be recommended. 'FELSBURG HOLT & ULLEVIG 12 8119102 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 according to the following schedule: Hourly billing rates: Principal11 $140.00 Principal $125.00 Associate $115.00 Senior Engineering $100.00 Engineer III $ 90.00 Engineer 1 $ 70.00 Senior Designer $ 85.00 Designer II $ 65.00 Clerical $ 55.00 with maximum compensation (for both Professional's time and reimbursable direct costs) not to exceed Five Hundred Forty-six Thousand Two Hundred Seventeen Dollars ($546,217.00) for Phase I, as shown in Exhibit "W, consisting of nineteen (19) pages, attached hereto and incorporated herein by reference. Should the City proceed with Phase II, the City agrees to pay Professional on a time and reimbursable direct cost basis for Phase II, with maximum compensation (for both Professional's time and reimbursable direct costs) not to exceed One Million Nine Hundred Thirteen Thousand Four Hundred Eighty-three Dollars ($1,913,483.00) for Phase 11, as shown in Exhibit "E", consisting of forty-four (44) pages, attached hereto and incorporated herein by reference. The parties acknowledge that Carter Burgess, EDAW, Praco, Manuel Padron & Associates, Fehr & Peers, Peck and Associates, Aller-Lingle, Kumar & Associates, Stewart Environmental, Clanton & Associates, and Hermsen & Associates are not parties to this agreement. However, the rates listed for services to be provided by these subcontractors shall be the rate paid by the City to the Professional for these services. If the amounts charged by these subcontractors exceed the rates listed in Exhibit "D" and Exhibit "E" the excess amount shall not be paid or owed by the City. PSA 10/97 3 AMIX Mason Street Multi-ModalTransportation Corridor City„ fimc,m„, Phase II Scope of Services i oat, .,.c. 1 - i ianau vault,uCa out: tAiidrvsisi i ransit Vnemeo Ueyelopmem UI A site analysis will be completed to analyze and refine the BRT transit facilities developed in the Master Plan. Specific tasks include: Transit -Oriented Development Opportunities We will work with City staff developing the Mason Street Land Use Implementation Plan to analyze "enhanced development areas" within the corridor. This scope assumes that City staff will develop a parcel database and map which highlights individual parcel information including property ownership, assessed property values, available parking, availability of vacant land, zoning, and other pertinent information (Assumption based on draft scope from Troy Jones). Conditions impacting the viability of transit -oriented development along the corridor will be evaluated, such as: ❑ Parcel Configuration — can parcels be configured efficiently to encourage development? ❑ Existing Zoning/FAR — do the uses and densities allowed under the current zoning support the compact, mixed -use transit -oriented development? ❑ Existing Uses — are the existing uses on site viable or do they present opportunities for redevelopment? Physical site analysis — are there issues related to access, parcel orientation to Mason Street, or other factors which influence its physical ability to facilitate TOD on site? ❑ HazMat Issues — are there any signs of environmental contamination? ❑ Available City Incentives — does the City have incentives available to encourage redevelopment on new development? ❑ Property Owner Sentiment — what are the current property owners' plans for the future and would they consider redeveloping their property with transit supportive uses and densities? ❑ Third Party Interests — Are there developers who are interested in transit -oriented development along the corridor? FELSBURG HOLT & ULLEVIG 13 8119102 M. Mason Street Multi -Modal Transportation �orridor City n(Hin. CM1 lina Phase 1 cope of .l7erv;ces Transit Facilities Opportunities and Constraints Analysis - This analysis will consider opportunities and constraints related to the following issues at a minimum: ❑ BRT Operations ❑ Connectivity to Feeder Bus Routes ❑ Opportunity for TOD Community Sentiment ❑ Neighborhood and Local Business Accessibility ❑ Right-of-way Impacts n Accessibility to Activity Centers/Major Destinations ❑ Traffic Safety and Operations Environmental Issues Neighborhood and Business Parking Impacts Refine Transit Facilities Locations — Station locations and configurations will be refined based on input received through the public workshop, the Stations Workgroup, and other public involvement activities. Deliverables: • Station Alternatives and Evaluation Report Task 5.2.3.2 Station Concepts Station concepts will be developed to provide the basis for design of individual stations and stops along the corridor. In addition, concepts will be developed to site locate and determine details for the South Transit Center and modifications to the maintenance facility. This task, in particular, will require extensive input from the community on the design and integration of transit facilities into the surrounding neighborhoods. Specific tasks include: Establish Urban Design Elements for Stations — Station urban design will be established and will include the following, at a minimum: Passenger shelters ❑ Landscaping ❑ Station lighting ❑ Signage ❑ Benches and other street furniture ❑ Bridges and railings ❑ Walls ❑ Opportunities for public art FELSBURG HOLT & ULLEVIG 14 8/l9102 Mason Street Muhi-Modal Transportation Corridor Co of F,,n C,,M. Please H Scope of Serv;ces Station urban design elements will be divided into two categories: baseline elements and non -baseline elements. Baseline elements will be common to all stations and will allow for minimal changes as result of community input. Non -baseline elements will also be established to provide the opportunity for the community to shape their appearance and design. Non -baseline elements will provide opportunities to allow stations to have unique elements that tie individual stations to the surrounding neighborhood character and history. The development of baseline and non -baseline elements will be determined based the need for design consistency in the corridor, cost/budget for the baseline program elements, and financial participation by third parties. Develop Alternative Station Concepts — Alternative station conceptual designs will be developed using the baseline and non -baseline urban design elements. Station concepts will be developed for all stations/stops identified through the Site Analysis process. Sketches will be developed which depict the basic design and relationship of the station/stop to the surrounding neighborhood. If appropriate, transit -oriented development opportunities will be depicted as part of the sketches to indicate how new development could be integrated with the station/stop. • Refine and Select Preferred Station Concepts — Station concepts will be refined and a preferred concept selected for each station/stop based on input received from the station design charette, a Stations Action Team, other public involvement activities, and city staff. Recommend Implementation Strategies to Encourage TOD — Strategies to encourage transit -oriented development in the corridor will be evaluated and recommended. These strategies will build upon the TOD Opportunities Analysis and potentially be targeted towards the preferred alternative development scenarios for the two "enhanced development areas" with the potential for redevelopment. Strategies which will be evaluated include: ❑ Public/private partnerships ❑ Tax increment financing ❑ Expansion of the DDA ❑ Land banking by the City C Special improvement districts ❑ Business improvement districts ❑ Private activity bonds ❑ Revolving loan funds ❑ Density bonuses ❑ Parking requirement reductions 0 Creation of new transit -oriented zone districts ❑ Other economic development incentives Deliverables • Station Concepts Report • Transit -Oriented Development Opportunities and Implementation Report FELSBURG HOLT & ULLEVIG ]5 8119102 Mason Street Multi -Modal Transportation Corridor Phase II Scope of Services Task 5.2.4 Transit Operating and Maintenance Plans Operations plans for all Build Alternatives will pivot from the Baseline Alternative. Alternative BRT operating concepts will be defined with recommended changes to Transfort's existing local routes. Changes in operating hours/days, frequency of service, route alignments, peak equipment demand and revenue miles and hours of service will be identified. This will be done on route -by -route basis. Impacts to operations at the Downtown Transit Center, the CSU Transit Center and the South Transit Center will also be identified. Annual O&M costs will be developed for Transfort local route bus operations and for BRT operations. Bus O&M costs will be based on existing cost data from Transfort. A bus O&M cost model using existing Transfort budget data will be prepared. The cost model will be a disaggregate cost model that estimates costs on the basis of service supplied. For example, bus operator costs will be estimated on the basis of projected bus -hours of service. Bus maintenance costs will be estimated on the basis of projected bus -miles of service. Deliverables: • Draft and Final Transit Operations Plans Report that details proposed bus route alignment and frequency changes and impacts to operating statistics for each project alternative. Task 5.2.5 Vehicle Technology Identify advantages and disadvantages of alternative bus fleet technologies with regards to operations, capacity, vehicle maintenance and capital and O&M cost implications and other factors. An evaluation matrix will be prepared to compare candidate vehicle technologies. Deliverables • Evaluation and recommendation of bus fleet technology Task 5.2.6 Parking Demand Analysis A parking demand analysis will be prepared for the corridor. This activity will be based on travel demand model output as well as any needed off -model adjustments and will include the following: • Review the assumptions used to generate the initial range of parking space recommendations from the Master Plan. • Coordinate with the concurrent City land use project for the proposed land uses and intensity of development that is forecasted for the corridor. • Parking rates that were used in the Master Plan to estimate the number of spaces required for the corridor will be reviewed. • The rates for each land use will be compared to the Fort Collins parking code requirements and to ITE Parking Generation Manual parking rates. These rates will be reviewed with City staff and a final set of parking rates will then be recommended for use in determining the total parking demand for the corridor. FELSBURG HOLT & ULLEVIG j6 8119102 Mason Street Multi -Modal Transportation Corridor 0 ofFonC„n;,,, Phase II Scope of Services Once the land uses and parking rates have been finalized, the total parking needs will be calculated for the corridor. Spaces will be allocated to the six Park-n-Ride locations and other on -street facilities based on the demand throughout the corridor. Deliverables: • Technical Memorandum of parking demand requirements. Task 5.2.7 Transit Ridership Estimates The City of Fort Collins TransCAD travel demand model will be used to estimate transit usage characteristics for each of the alternatives. This assumes the travel model and all necessary inputs (including land use) are furnished by the City/MPO. We will define, code, run, and analyze travel model results for up to four 2025 alternatives. This will include preparation of easy -to -understand summaries of model results. Specific analysis items may include: • Ridership Forecasts. Transit ridership forecasts of corridor and regional transit trips and mode share, boardings by station by mode of access, and ridership volumes between stations at up to four key points along the corridor. • Travel Time Estimates for transit and roadway. • Travel Patterns. Transit access travel sheds from the travel model. • Input to O&M cost model. This may include travel times, boardings, passenger volumes, miles, passenger -miles, and number of buses by segment by route. • User benefit calculations. Deliverables: • A summary of all transit forecasts. Task 5.2.8 Traffic Analysis Address five primary traffic analysis tasks along the corridor to assure an interactive relationship of vehicles with other modes of travel. These include: Develop access recommendations that safely and efficiently convey BRT vehicles to/from McClelland Drive in the area to the south of Drake Road. Work assignments include: Prepare conceptual drawings of access alternatives for Technical Advisory Committee evaluation. Develop conceptual cost estimates of each alternative. Summarize the technical evaluations and decisions in a Technical Memorandum. FELSBURG HOLT & ULLEVIG 17 8/l9102 Mason .Street Multi -Modal Transportation Corridor City 4Fon nm�� Please II Scope of .Services Draft ITS Concept Plan — Report reflecting a draft ITS plan for the corridor, including recommended elements, relationships, and order -of -magnitude benefits and costs Final ITS Concept Plan — Report reflecting a final integrated ITS plan for the corridor, including concept -level benefits and costs Task 5.2.8.3 Access Management This work would include an evaluation of the potential for implementing access management strategies along the MSTC that would balance the local transportation and property access needs while creating a safer traveling environment for bicyclists, pedestrians, motorists, the railroad, and the BRT system. Strategies could include combining or sharing access, restricting certain vehicle movements, improving sight distance, relocating access or by maximizing access spacing. Some of this work will depend upon safety and land use discussions with the BNSF, with specific focus in the northern part of the corridor. Deliverable: • Technical memorandum of access management recommendations Task 5.2.9 Bicycle and Pedestrian Analysis Task 5.2.9.1 Bicycle and Pedestrian Forecasting Develop estimates of non -motorized users by segment in order to assist in the development of the trail, bike lane and sidewalk options and to enhance the New Starts submittal. The following elements will be included: Forecasting Approach — Meet with representatives of the City and FTA to develop an approach to non -motorized forecasting. Present a variety of forecasting options ranging from sketch -planning techniques that derive non -motorized projections from adjacent street and transit volumes or from adjacent land use totals to four -step modeling tools that use parcel -level land use data to estimate non -motorized trips by parcel, distribute trips based on a gravity model process and assign trips based on measures of user convenience and comfort. Model Development — Develop a forecasting tool, develop an accompanying User's Guide and, as appropriate, install the program at the City offices and conduct in-house training. Alternatives Analysis — Apply the model to various land use and circulation system alternatives. Task 5.2.9.2 Bicycle and Pedestrian Design Parameters Define desirable bicycle and pedestrian design treatments and consider applications of innovative bicycle and pedestrian design treatments. Recommendations for bicycle and pedestrian facility dimensions will be based on forecasted non -motorized volumes and engineering standards. FELSBURG HOLT & ULLEVIG ]g 8119102 AIM LX Mason Street Multi -Modal Transportation Corridor cnv „r F,n a,u o. Phase II Scope of Services Crossing Treatments — Make recommendations related to non -motorized facility design in conflict areas such as cross streets, transit stops and transition points. Innovations — Formulate design alternatives, particularly as related to the use of innovative treatments such as contra -flow bike lanes, shared bike/bus lanes, bike boxes, traffic calming treatments, bike signals, special pedestrian crossing treatments (such as Pelicans, Puffins and Toucans) and various pedestrian signal phasing options including early release, scramble phasing and pedestrian crossing interval extension/pedestrian in -crosswalk detection. Task 5.3 Railroad Coordination Engage the BNSF and their representatives to assist the City with securing a use agreement for corridor elements within the railroad right-of-way. Specific work tasks include: • Attend a project introduction meeting with the City and the BNSF to explain the limits of the project and the basic needs of the proposed plan. Discuss a basis for agreement for use of the corridor. • Develop engineering alternative solutions to address separation of pedestrians and automobile traffic concerns that the railroad may have. • Conduct progress meetings every month with BNSF and City staff for the first six months of the project to provide updates to the progressing corridor analysis, discuss points of mutual benefit, and continue negotiations for use. We have assumed these will be conducted in BNSF's Lincoln, Nebraska offices, as appropriate. • Conduct working sessions with City, local and other BNSF representatives every other month to discuss technical elements of the project and the integration with railroad facilities. Resolve areas of disagreement. • Assist the City with discussions with Staubach Global Services, Inc. (Staubach) regarding the necessary easements and/or lease agreements once the BNSF and the City have agreed upon types and locations of features. • Develop project exhibits and easement/lease applications for City and BNSF review. Submit to Staubach for processing. • Maintain communication with the City, BNSF and Staubach to keep everyone apprised of the progress of the documents and to resolve any issues that may arise. • Engage staff at the Public Utilities Commission (PUC) to determine actions required by the PUC. Prepare an application, if appropriate, to Colorado Public Utilities Commission (PUC) for approval to adjust signal systems at any at -grade crossing or when grade separating an existing at -grade crossing. PFELSBURG HOLT & ULLEVIG 20 8119102 Mason Street Multi -Modal Transportation Corridor Please H Scope of Services Deliverables: • Meeting exhibits, agendas, handouts and minutes • Engineering details of separation devices • Communication records for telephone conversations and transmittals • Exhibits and easement/lease applications • PUC application (if appropriate) Task 5.4 - Financial Analysis The purpose of the financial analysis is to provide a financial roadmap for implementing the Mason Street Transportation Corridor (MSTC) project while continuing to operate, maintain, and re -capitalize the current and planned transit system. The financial analysis will cover the entire Transfort system, not just the MSTC project. The financial analysis will result in the development of a long-term Finance Management Plan (FMP) that can be used for submission to the Federal Transit Administration (FTA) for requesting Section 5309 New Starts funding (Tasks 10.1 and 10.3). The financial analysis will include the following subtasks: Task 5.4.1 Funding/Revenue Assessment The purpose of the funding/revenue assessment is to determine the applicability of each funding source to MSTC, determine how much of the source will be available over the study period and when funding will be acquired, and estimate annual funding amounts. The resulting annual amounts will be entered into a cash flow financial model to assist with determining annual cash balances. Revenue projections will be made for existing federal, state, and local funding sources. Revenue projections will also be made for new funding sources identified in the Alternatives Analysis financial plan, including extension of the Building Community Choices sales tax, tax increment financing, Downtown Development Authority property taxes, public improvement districts, and special improvement districts. Task 5.4.2 Develop Cash Flow Model The main analytical tool of the financial analysis will be the cash flow financial model. The cash flow model matches operating revenues with operating costs and capital revenues with capital costs to determine annual and cumulative surpluses and shortfalls over a 20-year analysis period. The analysis period for this study will be 2002 through 2021. The cash flow model will also contain a worksheet that can be modified to perform sensitivity tests by changing assumptions, such as inflation rates, sunset dates for sales taxes, fare elasticity, etc. Task 5.4.3 Enter Funding, Cost and Assumptions Data After the cash flow model is developed, annual funding and cost amounts will be entered into the cash flow model. Funding amounts will be derived from the Funding/Revenue Assessment. Capital cost data will be derived from existing Transfort/Fort Collins Capital Improvement Plans, and from preliminary engineering work. Operating costs will be derived from Transfort/Fort Collins budgets, and short and long-range plans, and from other work performed. Overall financial assumptions, such as inflation and interest earnings rates, will also be entered into the cash flow model. These data will be derived from financial forecasts made by the U.S. Department of Labor or comparable sources. FELSBURG HOLT & ULLEVIG 21 8119102 Mason Street Multi -Modal Transportation Corridor City or F„na,uins Phase II Scope of Services Task 5.4.4 Fare Revenue Projections Fare Revenue projections will be made for each alternative based on numerous factors, including ridership, revenue per boarding, fare box recovery ratio, fare policy, and timing of projects. We will work closely with Transfort staff to determine these fare parameters. Task 5.4.5 Prepare Financial Summary for each Alternative The cash flow model will be used to consolidate funding and cost data to calculate the annual operating and capital surpluses/shortfalls, and cumulative ending cash balance for each financing option of the MSTC. Several financing options, representing different mixtures of funding/revenue, financing, and project implementation strategies, will be evaluated in order to develop a financially constrained long-term Finance Management Plan. In order to be acceptable to FTA, the long-term transportation financing plan must be financially constrained, in that there must be adequate financial resources to cover projected capital and operating costs for both the existing Transfort system and the MSTC. Thus, a financial summary will be prepared first for the Baseline Alternative, then for each of the alignment alternatives. Task 5.4.6 Identify Potential Funding Shortfalls and Remedies Financial capability will be assessed first for the Baseline alternative. If Fort Collins does not have the financial capacity to implement the Baseline alternative, all possible financial options for mitigating funding shortfalls will be determined. After financial options are identified to fund shortfalls associated with the Baseline alternative, financial capability for the MSTC alignment alternatives will be assessed. After determining the cash flow for each MSTC alignment alternative, remedies for mitigating funding shortfalls and taking advantage of funding surpluses will be identified. Possible remedies for mitigating funding shortfalls include: • Consider using Congestion Mitigation and Air Quality Improvement (CMAQ) funds for operations during the first three years of new service (in addition to the $500,000 of CMAQ funds identified for the project). • Optimize capital funding to free -up operating funds. • Consider using FTA Section 5307 funds for preventive maintenance. • Delaying other major capital projects. • Increasing construction time. • Shifting funding priorities. • Identify innovative financing techniques that could be used to supplement existing funding sources and provide flexibility to other financing sources. • Analyze potential for new public/private sources and estimate amounts available. FELSBURG HOLT S ULLEVIG r'Aa 8119102 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 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. 6. City Representative. The City will designate, prior to commencement of work, its project representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to the City Representative. 7. Project Drawings. Upon conclusion of the project and before final payment, the Professional shall provide the City with reproducible drawings of the project containing accurate information on the project as constructed. Drawings shall be of archival quality, prepared on stable mylar base material using a non -fading process to prove for long storage and high quality reproduction. 8. Monthly Report. Commencing thirty (30) days after the date of execution of this Agreement and every thirty (30) days thereafter, Professional is required to provide the City Representative with a written report of the status of the work with respect to the Scope of Services, Work Schedule, and other material information. Failure to provide any required monthly report may, at the option of the City, suspend the processing of any partial payment request. 9. Independent Contractor. The services to be performed by Professional are those of an independent contractor and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Professional's compensation hereunder for the payment of FICA, Workers' Compensation, other taxes or benefits or for any other purpose. PSA 10/97 4 Mason Street Multi -Modal Transportation Corridor Cayof Fm CnlOns Please II Scope of Services Deliverables: Draft financial analysis to be used in preparation of the FMP 5.5 Screening The alternatives will be compared and screened based on criteria compliant with FTA protocol and with priorities established by the City and associated empowered project committees. Likely criteria to be applied will include: • Capital and O&M Costs • Environmental/Community Impacts • Right-of-way Needs/Issues • Ridership • Travel Times • Mobility • Congestion • Access • Land Use Integration As a result of this screening, a preferred alternative will be identified. FELSBURG HOLT & ULLEVIG 23 8119102 AMX Mason Street Multi -Modal Transportation Corridor City ffm CAN,, Phase H Scope of Services TASK 6 - IMPACTS/MITIGATION MEASURES Transportation impacts will be analyzed for build and no -build alternatives, for both an opening day year and the twenty-year horizon year of 2025. This will require interpolation of opening year land use data between 2005 and 2010. We will also work with the City to prepare 2025 land use data sets that differ for the Build and No Build scenarios, if required. Elements to be documented and assessed will include: • Traffic Impacts such as roadway volumes, intersection level -of -service (LOS), regional and corridor vehicle miles of travel (VMT), vehicle hours of travel (VHT), travel times and average speeds. • Transit Impacts such as travel times, access, travel shed and ridership. This will also include the travel time impacts of ITS. Analyze and document corridor and regional mode split, boardings by station, and daily volumes at key points along the corridor. • Parking Impacts at park-n-rides, stations and stops. Peak demand utilization will be calculated to estimate size requirements at each park -and -ride. • Bicycle and Pedestrian Impacts • Railroad Operation Impacts Deliverable: Draft and Final Transportation Impacts FELSBURG HOLT & ULLEVIG 24 8119102 Mason .Street Multi -Modal Transportation �Corridor Ciry of Fon Collins Phase H Scope of Services TASK 7 - NEPA EVALUATION The purpose of this scope element is to prepare a legally defensible, community supported Environmental Assessment compliant with FTA and NEPA guidelines. Work elements include: Task 7.1 - Assessment of Impact The NEPA documentation shall contain the following environmental analyses for one build alternative and the No -Action Alternative. The build alternative is assumed to consist of the BRT system, stations and park-n-rides, a maintenance facility and pedestrian and bicycle facilities. Noise: A noise assessment analysis will be prepared in accordance with the FTA Transit Noise and Vibration Assessment handbook. This activity will include the following: • Predict or measure present noise levels and predict levels for the opening year and 2025 using AM/PM peak hour traffic levels. Both a general assessment and a detailed analysis will be done. • Predict noise generated in the vicinity of stations and maintenance facility. • Analyze noise levels. • Identify locations where noise abatement measures could be considered, determine which measure is feasible and reasonable, and estimate construction and maintenance costs. • Prepare a noise assessment report that contains the results of the tasks above with a map showing receptors. 2. Vibration: A general analysis of vibration levels from BRT will be made. This scope assumes a detailed assessment is not needed. Prepare a vibration assessment memo. Air Quality: 0-0FELSBURG 'HOLT & ULLEVIG The air quality analysis will include preparation of a hot -spot analysis of CO level at up to four locations. This scope assumes a maximum of two years will be analyzed: opening day and 2025. A screening analysis will be conducted of volumes and LOS at intersections. CAL3QHC modeling with be performed at four intersections for one build and the no -build alternative. Mitigation measures will be identified necessary for dust control during construction. Air Quality Documentation. The air quality analysis section for the EA will be prepared. 25 8119102 Mason Street Multi -Modal Transportation Corridor Please H Scope of Services Two meetings with CDPHE are included. Farmland: • Map Prime and Unique farmlands and those of Statewide or Local significance. • Determine the probable impact(s) with respect to Prime and Unique farmlands and those of Statewide or Local significance. • Develop possible mitigating action(s) for the adverse impacts. • Contact NRCS and complete form AD-1006—Farmland Conversion Impact Rating. Social/Economic: Social and economic analyses will be combined to include: Gather data and analyze the probable impacts with respect to residential, community facilities, commercial and other existing or planned businesses. Identify adverse effects on the project area with respect to residential, community facilities, commercial and other existing or planned businesses. Develop possible mitigating action(s) for the adverse impacts. 6. Environmental Justice: This work activity will include: Map likely environmental justice area of concern. Determine if there is a disproportionate impact and identify mitigation. Conduct outreach to environmental justice population through public involvement process. 7. Archeoloov: This work activity will include the following data gathering and analysis: • Conduct a field survey. Conduct a literature and records search for relevant information. No test excavating or analysis of specimens is included. 8. Water Resources/Quality The analysis will consist of: III FELSBURG OHOLT & ULLEVIG Water Quality impacts of the project during and following construction will be determined by considering the project location(s) and design concept in relation to existing water resources including aquifers, drainage ditches and other Waters ofthe U.S. A mitigation plan which includes erosion control measures will be developed. 26 8119102 10. 11 12 Mason Street Multi -Modal Transportation Corridor Phase H Scope of Services The water quality analysis will be incorporated in the EA. Water Quality Monitoring is not included. Ecological Assessment The work task will include the following: Coordinate with other state and federal agencies as required. Research available data. Review existing information and analysis completed and conduct additional field study as required before November 15. Wildlife: The analysis effort will include the following tasks: Gather data and analyze the probable impacts of the proposed alternative(s) on the project area with respect to any wildlife. Develop possible mitigating action(s) for the adverse impacts from each selected alternative to any wildlife Historical: The historical study and clearance work tasks will include literature and records search for up to 15 properties. • Coordinate with the SHPO. • Write the cultural resources report. • Determine effects. • Prepare letter to SHPO. • Develop a mitigation plan. • Develop memorandum of agreement if required. Floodolain and Drainage Assessment This work effort will consist of the following tasks: FELSBURG HOLT 6 ULLEVIG Determine the probable impact(s) of the proposed alternative(s) on the project area with respect to the floodplain and drainage. Identify adverse effects on the project area with respect to floodplain and drainage for the preferred alternative. Develop possible mitigating action(s) for the adverse impacts. 27 8119102 City of Fort Collins Mason Street Multi -Modal Transportation Corridor Phase H Scope of Services Analyze the impacts and mitigation. Included in the analysis shall be a determination of significant impacts due to: ❑ Single community access routes ❑ Significant risk for social or economic losses due to flooding ❑ Alteration of beneficial floodplain values 13. Parks and Open Space: This work will include: A survey will be conducted and mapped of the parks along the corridor. Identify any areas subject to Section 4(0/6(f) considerations. Determine the probable impact(s) and document mitigation and avoidance alternatives. • Prepare the Section 4(f) statement. 14. Right -Of -Way- Early ROW investigation and documentation work will include: • Perform a field inspection of the preferred alternative alignment. Ascertain number of parcels, types of improvements, and possible problem areas (i.e., mobile homes, functional replacements, historical sites, etc.). No boundary determinations will be made. • Using city/county surveys, courthouse records, and real estate listings, compile information on neighborhood characteristics, price ranges for land and improvements, housing available, minority percentages, etc. • Compile an opinion of probable ROW cost for the preferred alternative alignment. • Identify potential problem areas. • Prepare a property ownership map based on assessor records which identifies ownerships for each alignment. • Include a land use map with property ownership which identifies land usage along the preferred alignment. This will become a layer of the parcel GIS to be utilized in the alternatives analysis. The parcel use categories shall utilize appropriate categories including: ❑ Land in public ownership, specific use and responsible agency jurisdiction ❑ Commercial: retail, wholesale, industrial, other commercial ❑ Residential: single or multi -family ❑ Vacant ❑ Mixed Uses ❑ Other (specific) WFELSBURG HOLT & ULLEVIG 28 8119102 City of RV C.H iu Mason Street Multi -Modal Transportation Corridor Phase H Scope of Services ROW Review efforts will include: ❑ Review the impact of each proposed alignment on existing and known future land use. • Prepare a ROW report which summarizes the findings and includes: A general cost estimate for each alignment. ❑ Identified problem areas. ❑ Ownership and Land Use Map. 15. Threatened and/or Endangered Plant Species: The work effort will consist of the following: • Determination of presence. • Prepare the threatened and/or endangered species assessment documentation. • Conform to requirements of Migratory Bird Treaty Act. • Obtain sign -off from USFWS. 16. Wetlands: Wetlands determination will consist of the following work tasks: An area which will not be exceeded by the proposed transportation improvements will be defined and all wetlands classified as jurisdictional, non - jurisdictional and waters of the U.S. wetlands within the affected area will be defined through Feld marking, field locations by survey, and preparation of a wetlands map. A wetlands delineation report will be prepared delineating each classification of wetland. • Determine the boundaries and size(s) of found wetlands. • Submit map and report to the Corp of Engineers for verification, and make revisions as necessary. • Determine location and area of wetlands to be disturbed. • Prepare a mitigation plan for disturbed wetlands. • Determine the need for required permits • A Wetlands Findings Report will be prepared as follows: • Write wetland findings for any impacts greater than 500 square feet. Alternate and plotted on project corridor maps. • Document any efforts to avoid or mitigate wetland impacts. MFELSBURG OLT & ULLEVIG 29 8119102 Mason Street Multi -Modal Transportation Corridor cnv f Fnn 0,11m, Phase II Scope of Services 17. Hazardous Materials: Analyze and investigate the following: A field search or walking tour of the corridor will be conducted to evaluate current conditions to assess operating practices of current and past tenants. A drive -by reconnaissance of property within a %-mile radius will be conducted to identify any potentially high -risk environmental features which could impact the site. Photographs of area features will be obtained and when possible, interviews with knowledgeable persons on -site will be conducted to determine current and prior uses of the property, waste management practices, and potential environmental problems. Research will be conducted which will include a review of documented site listings in order to identify: 0 Hazardous waste generators ❑ Hazardous waste treatment/storage, disposal facilities ❑ Hazardous waste transporters Locations of underground storage tanks (USTs) ❑ Known or suspected abandoned hazardous waste sites Records to be reviewed will include: ❑ USEPA Region VI and Colorado Department of Public Health and Environment (CDPHE) listed violations and citations ❑ Lists kept by appropriate fire departments and Colorado Department of Labor and Employment, Oil Inspection Section (OIS) on UST locations, HAZMAT incidents/accidents, local emergency management and material reporting ❑ Tax records and 50-year chain of title which may indicate past land use ❑ Relevant data indicating lead paint use ❑ Historical Aerial Photograph review to evaluate previous land -use characteristics, surficial anomalies associated with waste ponds or dumps, previous commercial or industrial activities, oil and gas exploration activities 18. Construction Requirements• The following will be analyzed and investigated: • General construction impacts (of temporary nature) • Phasing and construction traffic control requirements • Applicable permits as needed 19. Aesthetics Considerations The following will be investigated: • Overall visual qualities of this project area • Conceptual landscaping • Identify impacts to existing landscaping and mitigation measures • Document visual impacts 0-0FELSBURG 'HOLT & ULLEVIG 30 8119102 Mason Street Multi -Modal Transportation Corridor cIry ,r F„n c,w�s Phase II Scope of Services 20. Land Use Analysis: The analysis will include: • Prepare land use mapping that identifies jurisdictional boundaries and land usage along each selected alternative. • Review the City's Comprehensive Plan. • Review the impact on existing and known future land use. • Analysis of indirect impacts on existing future land uses. 21. Noxious Weeds: Any noxious weeds will be identified and mapped generally. A plan for eradication will be identified. 22. Cumulative Impacts: • The cumulative impacts analysis will consider the study area (up to a 1 mile width along the corridor) related to the particular resources. • Environmental Consequences and Mitigation Measures are anticipated to include up to four issues. • Direct and indirect impacts will be quantified for the proposed BRT project. • The cumulative impact analysis will examine the incremental impacts from the interchange project on impacts from other "past, present and reasonably foreseeable projects". • Other impacts from "past, present and reasonably foreseeable projects" will be assessed on a qualitative basis for future corridor reference. • If any secondary or cumulative impacts identified above are found to be substantial, mitigation measures will be identified for such impacts. Task 7.2 - Prepare Draft Outline of EA An outline of the EA document will be prepared following the standard FTA format. The EA outline will be coordinated with the overall project schedule in order to provide for effective project control. The EA outline will include the following chapters: • Summary • Chapter 1.0—Purpose and Need for Action • Chapter 2.0—Alternatives Considered • Chapter 3.0—Environmental Consequences • Chapter 4.0—Comments and Coordination • Chapter 5.0—List of Preparers • Appendices FELSBURG HOLT & ULLEVIG 31 8119102 Mason Street Multi -Modal Transportation Corridor Please II Scope of Services Task 7.3 - Prepare Preliminary Draft EA A Preliminary Draft EA will be prepared. The Preliminary Draft EA will be submitted to the City and the FTA staff for review and comment. A Draft EA Executive Summary will also be prepared. Thirty copies will be provided. Task 7.4 - Prepare, Print and Distribute Draft EA Following City and FTA review of the Preliminary Draft EA, the document will be revised. A camera-ready copy of the Draft EA will be provided to the City for printing. We will distribute the Draft EA to the general public and interested parties. Task 7.5 - Public Comment on Draft EA A notice for the public comment on the Draft EA will be prepared. The notice shall indicate the 45-day comment period dates, the dates and times for public hearing opportunities, and agency contacts. Local notices will be prepared to announce the availability of the document and public hearing dates. A public hearing will be scheduled and attended. Written and spoken comments will be assembled and summarized. Responses to comments will be prepared. Task 7.6 - Prepare Preliminary Final EA This task will provide the procedural support necessary to complete the federal environmental process necessary to obtain the Finding of No Significant Impact (FONSI) and to clear the way for FTA to approve the project for Final Design and to initiate a Full Funding Grant Agreement. We will respond to comments presented during the circulation of the Draft EA, identify additional analyses that will be required to adequately respond to public comment or resolve issues in the Draft EA, identify mitigation measures and develop a mitigation monitoring program. Mitigation strategies will be in the form of BRT design elements, adjacent street reconfigurations, intersection improvements, signing plans, station access configurations and urban design features. These design elements will focus on minimizing neighborhood disturbances and maximizing safety. A proactive design process with an emphasis on building community support and minimizing impacts will ensure that mitigation techniques are inherent in project objectives. Thirty copies will be provided to FTA and the City for their review. FELSBURG HOLT & ULLEVIG Kea 8119102 10. Personal Services. It is understood that the City enters into this Agreement based on the special abilities of the Professional and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Professional shall neither assign any responsibilities nor delegate any duties arising under this Agreement without the prior written consent of the City. 11. Acceptance Not Waiver. The City's approval of drawings, designs, plans, specifications, reports, and incidental work or materials furnished hereunder shall not in any way relieve the Professional of responsibility for the quality or technical accuracy of the work. The City's approval or acceptance of, or payment for, any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement. 12. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default. 13. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non -defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non -defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because of the default. 14. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. PSA 10/97 5 Mason Street Multi -Modal Transportation Corridor Phase H Scope of Services Task 7.7 - Prepare Final EA and FONSI The Final EA will be prepared, incorporating City and FTA comments provided upon review of the preliminary Final EA. The Final EA document will be prepared, finalizing all text, graphics, tables, and other features. A camera-ready document will be provided to the City for printing and binding, including a FONSI signed by FTA. Deliverables: • Preliminary Draft EA • Draft EA Preliminary Final EA/FONSI Final EA/FONSI FELSBURG HOLT & ULLEVIG 33 8119102 Mason Street Multi -Modal Transportation Corridor Phase II Scope of Services TASK 8 - PRELIMINARY ENGINEERING The work performed during the Alternatives Analysis task will be refined during this task to take the engineering to a level of definition which will be adequate to quantify project materials and develop a reasonable opinion of probable cost in support of the Environmental Analysis. Work assignments include: Task 8.1- Geotechnical Investigations A subsurface investigation program will be implemented to investigate existing conditions and to provide recommendations for structural design of grade separations and pavements. Work elements include: • Drill borings along the corridor. We have estimated that a total of 42 deep borings for grade separations will be required and 45 borings will be necessary for pavement design. • Coordinate with the Utility Notification Center of Colorado to locate buried utilities prior to drilling. • Coordinate with the City of Fort Collins and the BNSF railroad with respect to permits and working constraints. A traffic control plan will be prepared and traffic control provided as required by the plan. • Conduct a laboratory testing program on selected samples • Perform a cursory visual distress evaluation of the existing pavement section for Mason Street from Cherry Street to Lake Street. • Analyze the data obtained from the field and laboratory portions of the study to provide engineering recommendations. • Prepare a report summarizing the site exploration data and laboratory test results and providing our conclusions and recommendations for corridor development. Deliverables: • Geotechnical report. FELSBURG HOLT & ULLEVIG 34 8119102 Mason Street Multi -Modal Transportation Corridor cf,y „r F„„ CM in, Phase II Scope of Services Task 8.2 - Hydrology and Hydraulics An investigation of the existing corridor hydrology will be performed through historical record research, review of previous corridor studies, site investigations, and interviews with City staff and residents. Drainage systems will be designed to mitigate the improvements associated with this project. Work elements include: • Perform a corridor hydrology investigation to determine contributing flows and historical drainage patterns. Obtain the City's Drainage Basin Master Plan for the corridor. • Perform minor drainage calculations (hydrology) based on localized improvements. • Assess flood impacts to new facilities using Drainage Basin Master Plan information as a base. • Investigate the capacity of current cross drainage systems as impacted by the new improvements. Extend facilities as appropriate. • Define new surface drainage systems required including storm sewer inlets, manholes, lateral and trunk drainage systems. Determine size and alignments of the system. • Perform a drainage assessment of grade separations for pedestrian and arterial street systems. • Perform up to four site investigations. • Meet with City staff to discuss results (up to six meetings). • Develop a Preliminary Drainage Report Deliverables: • Preliminary Drainage Report • Drainage improvements for plans • Quantities and prices in support of the Opinion of Probable Cost Task 8.3 - Utility and Irrigation Canal Coordination The Professional will coordinate with the City and private utility owners to identity and mitigate impacts to their facilities associated with this project. Work assignments include: Obtain irrigation flows, canal cross sections, irrigation seasons, and information regarding use of canals for flood flows. Submit existing database of utilities to individual companies to confirm accuracy. Identify impacts associated with the project. Meet with utilities to discuss the impacts. FELSBURG HOLT & ULLEVIG 35 8119102 Mason Street Multi -Modal Transportation Corridor cat �,f Fm aw^` Phase II Scope of Services Identify mitigation measures and price for impacts. Identify new utility needs for the corridor including power, sewer, and telephone. Deliverables: • Utility impacts and mitigation identified in plans • Graphics, agendas, handouts, and minutes from meetings • Quantities and costs for Opinion of Probable Cost Task 8.4 - Lighting Design Develop preliminary lighting plans for the corridor including along the BRT guideway, along the bike and pedestrian facilities, at the South Transit Center, and at transit stops. Identify locations, type and quantity of fixtures. Develop overall lighting theme(s) in support of the urban design program and Art Master Plan. Define power needs and sources of this power Deliverables: • Preliminary Lighting Plans • Quantities and costs for Opinion of Probable Cost Task 8.5 - BRT, Bicycle, Automobile, and Pedestrian Facility Design The design of the various mode choice facilities will be integrated building from the preferred alternative as identified in the Alternatives Analysis work efforts. This alternative will be refined to confirm "footprint' impacts and allow for more detailed estimates of quantities and costs. This information will support the EA analysis, as appropriate. The following work efforts are anticipated: Refine the preliminary horizontal and vertical alignments for each mode (BRT, bike, ped) alternative. Incorporate geometric definition and test against design criteria. Refine the cross sectional elements such as widths, edge treatments (curb and gutter, etc), railroad buffers (physical or spatial), pavement type and thickness, parking, landscape zones, right-of-way, etc. Refine the details for the pedestrian grade separations to include the following work activities: ❑ Horizontal and vertical alignments for the structure and bicycle/trail facility approaching the structure. ❑ Develop overall structure dimensions. Confirm structure type. ❑ Define limits and type of walls adjacent to the structure. C Typical sections for trail sections at crossing. ❑ Typical section for each structure w/ preliminary dimensions of key elements. ❑ Identify utility impacts (whether to remain or be re -aligned). ❑ Preliminary phasing/shoring layouts. INFELSBURG l OHOLT & ULLEVIG 36 8119102 Mason Street Multi -Modal Transportation Corridor Phase II Scope of Services ❑ Representative architectural details for key structural elements. C Details of proposed safety features, including fencing/barriers/etc. ❑ Define drainage requirements at each structure. ❑ Test the merits of the alignments with drainage, utilities, accessibility, etc. • Detail transitways, bike trails, and pedestrian sidewalks with transit stations, stops, and park-n-rides. • Determine lane needs including through traffic and turning traffic. • Define alternate routes for automobile routing (this may be more specific to the CSU campus). Integrate with previous planning concepts. • Assess the existing pavement surface conditions and determine proposed action relative to surface replacement or rehabilitation. • Design and detail railroad specific appurtenances such as barrier, curbing, screening. Define impacts to existing railroad trackage including crossings, ballast, etc.. Identify impacts to railroad signals and advanced warning devices - integrate with signal systems. • Refine corridor intersections with other city streets, local business access, and neighborhoods. • Refine impacts to irrigation canals, drainage systems, and other utilities associated with the alternatives. Determine methods to mitigate or avoid these impacts. • Develop a three dimensional model of the alternatives to determine vertical relationships, toes -of -slopes, and limits of impacts to right-of-way. • Define traffic system enhancements including traffic signals, striping, and signing. Integrate pedestrian/bicycle, BRT, and automobile operational needs. Further define the BRT ITS systems. • Develop construction phasing schemes that considers methods of constructing around the BNSF, arterial cross streets, pedestrian and bicyclists while maintaining access to businesses and to parking. Consider traffic detouring, advanced signing, closures, a public informational program, etc. • Determine and tabulate right-of-way impacts and relocation requirements. Deliverables • Preliminary plans • Quantities and costs for opinion of probable cost FELSBURG HOLT & ULLEVIG 37 8119102 Mason Street Multi -Modal Transportation Corridor Phase H Scope of Services Task 8.6 - Urban Design and Landscape Architecture The urban design elements, art, and landscaping concepts approved from the previous work efforts will be refined, detailed, and quantified. Work elements include: Formal details of the thematic elements will be refined and enhanced and documented to a level adequate to define the scope of the project and to prepare accurate cost estimates and phasing plans. Landscape plans will be developed to complement the streetscape concepts, screen negative views and enhance the user experience. The design will be coordinated with existing and planned utilities. A tree mitigation plan for lost trees will be developed in compliance with City ordinances. The design will be coordinated with the Natural Resources staff to develop restoration plans along the open canals and for the trail connection to the Fossil Creek Trail in Redtail Grove Natural Area. Streetscape elements will be detailed and integrated into the corridor settings. Plans and details will be produced that will define scale, texture and aesthetics. The design for a comprehensive signs system, including regulatory, identity, interpretive and wayfinding signs will be detailed. This includes freestanding as well as building - mounted signage. Prepare location plans and conceptual details. Deliverables • Preliminary plans • Quantities and costs for opinion of probable cost Task 8.7— Transit Station Designs Transit stations will be detailed as site specific designs to reflect structures, parking, urban design elements, landscaping, lighting, etc.. Engineering design considerations for drainage, utilities, grading, handicap needs will be defined and detailed. Sketch plans, simulations, and details will be produced to reflect the concepts. The Professional will develop site programming and master planning of the South Transit Center and the Transfort maintenance facility. We will develop programming data for these facilities to identify space requirements for the buildings and related parking and site requirements, and provide conceptual designs and 3-dimensional representations of the facility. FELSBURG HOLT & ULLEVIG 38 8119102 ON of Fnn Collins Task 8.8 — Plans Mason Street Multi -Modal Transportation Corridor Phase H Scope of Services A preliminary set of plans will be produced and distributed for review and comment. We anticipate that two submittals will be made with 30 sets of plans each. Likely plan sheets include: • Title Sheet • Typical Sections • Intersection Details • BRT System Details • Transit Stations and Stops Plans and Details • Plan Sheets (1"=50' horiz) • Profile Sheets (1"=50' horiz, 1"=5'vert) • Urban Design Plans and Details • Landscaping Plans and Details • Construction Phasing Plans • Grade Separation Plans and Details • Drainage and Utility Plans • Signing and Striping Plans • Construction Phasing Plans • Critical Cross Sections Two review meetings will be conducted with City staff to review the plans and receive comments. Deliverables • Complete preliminary plan set Task 8.9 - Opinions of Probable Costs The project team will develop detailed opinions of probable cost for the project elements. These will be based on detailed quantity take -offs and historic unit prices for similar elements. A regional cost factoring methodology of the elements will be developed to compare, specifically, transit elements to prices for other areas of the United States where these systems have been constructed. Deliverables • Progress opinion of probable costs FELSBURG HOLT & ULLEVIG 39 8119102 Mason Street Muki-Modal Transportation Corridor Phase II Scope of Services TASK 9 - FINAL DESIGN - MASON STREET TRAIL CONNECTION The MSTC trail connection to the City's Fossil Creek Trail will be carried to final design and construction documents so the City can advertise and construct the project using CMAQ funding. The design and plan production will follow a CDOT format. Key work assignments include: Task 9.1— Final ROW Define limits of right-of-way need and produce legal descriptions and exhibits for acquisition of the necessary parcels for the trail. Task 9.2 — Final Design and Construction Documents Complete the design of the trail, building on the alignment defined through the previous work effort. The following specific elements are anticipated: Task 9.2.1 Refine Trail Alignment The horizontal and vertical alignments for final design will build upon those developed through the previous work assignment. Refinements will be developed as final engineering is performed on other elements of the project. Final geometry will be established and tabulated in the plans. Task 9.2.2 Develop Typical Sections Typical sections will be developed that provide details for trail widths, side treatments of slopes, materials and thickness, etc. Task 9.2.3 Develop a Three Dimensional Model Create a three dimensional model of the alignment, develop cross -sections, define slope limits, and calculate earthwork quantities. Task 9.2.4 Hydrology and Hydraulics Project hydrology and hydraulics will be carried to final design in order to define and detail drainage system needs for the project. Appropriate erosion control measures will be considered and detailed in the plans. Task 9.2.5 Final Structure Design Should structures be required in the form of walls or bridges, the following work will be conducted: • Perform the structural analysis and design. Document the work with design notes, detail notes and computer output. • Create a general layout as final design information is received from the other disciplines. • Prepare all detail drawings in accordance with CDOT and City of Fort Collins criteria. • Perform FELSBURG HOLT & ULLEVIG and design checks of the plans and m 8119102 Mason Street Multi -Modal Transportation Corridor Phase H Scope of Services Revise all plan sheets, special provisions and design notes to correct any deficiencies found in the design and detail checks. Perform an independent check of quantities and revise the summary of quantities as necessary. Task 9.2.6 Prepare Construction Documents Prepare construction documents for review and advertisement by the City of Fort Collins. They shall include plans and details and project specifications. Deliverables • Final construction documents. The following sheets are anticipated. ❑ Title Sheet ❑ Standard Plans List ❑ Typical Sections and General Notes ❑ Summary of Approximate Quantities ❑ Tabulations ❑ Trail Profile and Detail Plans ❑ Structure Tab, Plan, and Details ❑ Drainage and Erosion Control Plans ❑ Drainage Profiles ❑ Drainage and Erosion Control Details ❑ Cross Sections @ 50' Frequency Project specifications will be prepared complementing CDOT format. Prepare opinion of probable cost. FELSBURG HOLT & ULLEVIG 41 8119102 Mason Street Multi -Modal Transportation Corridor City ,f R„n c„n"` Phase II Scope of Services TASK 10 - NEW STARTS SUBMITTAL DOCUMENTS Task 10.1 New Starts Submittal The New Starts Submittal will be updated to reflect the refined project developed through the EA and PE plan. The following information will be prepared: Task 10.1.1. General Project Description, including project maps and certification of technical assumptions. The latter will include FTA approval of a baseline alternative and discussion with FTA on the socioeconomic datasets to use for 20-year forecasts. If acceptable, a separate land use dataset will be prepared for the preferred alternative in the EA. This land use dataset will reflect the increased densities along the transit line and be consistent with Fort Collins policies on growth management and promotion of activity centers of compact urban form. Although FTA usually requires that the same socio-economic datasets be used to develop ridership forecasts for the Baseline and the Build alternatives, we will coordinate with FTA staff to determine if the same or different socio-economic forecasts should be used for the New Starts submittal. Task 10.1.2 Mobility Improvements Ridership estimates will be prepared to calculate the three mobility improvement measures required for the New Starts submittal. This scope assumes that the Baseline alternative required for the New Starts submittal is the same as the no -action alternative assessed in the EA. Annual Travel Time Savings — This scope assumes that modifications to the City of Fort Collins travel model to produce the inputs to the SUMMIT software will have been completed. Low Income Households Served —Estimates of low income and total households within mile of a station will be refined as necessary, based on any changes in station locations. Employment near Stations — Jobs within % mile of station locations will be refined based on any changes in station locations. Task 10.1.3 Environmental Benefits Benefits will be estimated for 2025 for the Baseline and Build alternatives in the following areas: Criteria pollutant and precursor emissions and greenhouse gas emissions. Regional energy consumption The current regional air quality designation will also be indicated. O FELSBURG 'HOLT & ULLEVIG 42 8119102 15. Law/Severability. The laws of the State of Colorado shall govern the construction, interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. 16. Special Provisions. Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit "C", CDOT and Federal Requirements, consisting of twenty-nine (29) pages, attached hereto and incorporated herein by this reference. PSA 10/97 6 Mason Street Multi -Modal Transportation Corridor Phase II Scope of Services Task 10.1.4 Operating Efficiencies The following measures will be calculated for 2025 for the Baseline and Build alternatives: System Annual Operating Costs System Annual Passenger -Miles Cost per Passenger -Mile Task 10.1.5 Cost Effectiveness Two measures of cost-effectiveness will be calculated for 2025 for the Baseline and Build alternatives: Incremental Cost Divided by Transportation System User Benefits Incremental Cost per Incremental Passenger Task 10.1.6 Other Factors The additional ridership forecast required by FTA will be developed. This ridership forecast is the ridership that would result if the proposed system existed in the current year. Other factors that FTA considers to contribute to the success of the project will be reviewed with the City to determine if they are appropriate. These may include: • The degree that parking, transportation and other policies are in place as assumed in the forecasts. • Multi -modal emphasis of the preferred alternative. • Environmental justice considerations. • Opportunities for increased access to employment for low income persons. • Outstanding or unique public involvement program activities, (such as "branding"). • Livable communities/local economic development initiatives, (such as City Plan, Mason Street Land Use Framework Implementation). • Consideration of alternative land use development scenarios in local evaluation and decision making for the preferred alternative. • Consideration of innovative financing, procurement and construction techniques. This scope assumes that the City of Fort Collins will provide the existing land use datasets for the additional ridership forecast required by FTA. FELSBURG HOLT & ULLEVIG 43 8119102 Mason Street Multi -Modal Transportation Corridor Ci Ell 4 Fn Cnllins Phase II Scope of Services Task 10.1.7 Existing Land Use, Transit Supportive Land Use Policies, and Future Patterns The information prepared for the initial New Starts submittal will be updated, as appropriate, to reflect updated information, policies or strategies in the following areas: • Existing Land Use, • Transit Supportive Plans and Policies, • Performance and Impacts of Policies, and • Other Land Use Considerations. Deliverables: • Draft and Final New Starts Submittal Task 10.2 - Fleet Management Plan The Bus Fleet Management Plan will include a detailed description of the following: • Existing Transfort services; • Proposed bus service prior to implementation of BRT; • A description of the New Starts BRT project; • Anticipated Bus Service following implementation of BRT; • O&M Cost Impacts; and • Bus maintenance requirements/impacts. Deliverables: • Draft and Final Bus Fleet Management Plan Task 10.3 - Finance Management Plan The financial analysis performed during Task 5.4 will result in the development of a long-term Finance Management Plan (FMP) that, in addition to the New Starts Templates prepared during Task 10.1, will be used for submission to the FTA for requesting Section 5309 New Starts funding. The Finance Management Plan will meet the specifications described in the latest version of FTA's Guidance for Transit Financial Plans. The Finance Management Plan will be constructed by bringing several plan elements together into an integrated financial model. The central element of a financial plan is an agency -wide 20- year cash flow projection that includes the capital and operating plans for the agency as a whole and for the proposed project. The 20-year cash flow begins with the current year. The remaining content of a financial plan is the information to back up all the assumptions and inputs that contribute to the cash flow projection. We will prepare the Finance Management Plan that consists of the following components: FELSBURG HOLT & ULLEVIG M, 8119102 Mason Street Multi -Modal Transportation Corridor Phase H Scope of Services Introduction - The introduction describes the current transit system and discusses the capability of the City to fund the construction and operation of the proposed project. The introduction then describes the proposed project. This description explains the purpose and need for the project and how this project fulfills the project sponsor's objectives. The introduction then describes the strategy to provide the local share of project funding. The introduction concludes with a summary of the projected financial position of the project sponsor and the ability of the sponsor to fund planned capital improvements and continue to operate and maintain the existing transit system. Capital Plan - The first component of the financial plan is the capital plan, which documents the City's capital spending plans and funding sources and describes in detail the strategy to fund the construction of the proposed project. The capital plan is composed of two elements: (1) the capital plan for the proposed project and, (2) the agency's 20-year capital plan. Operating Plan - The operating plan documents how the City intends to fund and operate the proposed project and the existing transit system. The operating plan documents five years of historical data and presents 20 years of projected system operating revenues and O&M costs to demonstrate the capability of the city to operate and maintain the proposed project while providing existing levels of transit service. Cash Flow Analysis - The overall objective of project sponsor financial plans is to demonstrate that the agency has the financial resources to successfully construct the proposed project while adequately operating, maintaining, and re -capitalizing the existing and planned transit system. The cash flow statement combines the results of the capital plan and the operating plan to summarize the year -by -year financial condition of the project sponsor throughout the 20-year analysis period. Summary of Regional Economic Conditions - Historical data and forecasts of local economic and demographic changes are developed to substantiate the reasonableness of revenue yield and cost estimates. These forecasts provide a check on growth rate assumptions for ridership, local tax revenues, regional inflation and other key variables. Forecasts from independent institutions, such as universities, state agencies and private forecasting firms, are preferred sources of these data. Summary of Financial Condition - Documentation of the financial condition of the sponsoring transit agency and other non-federal financial partners are reported. Documentation of such evidence includes three years of audited financial statements, cash account balances, bond or liquidity test ratios, debt ratings and reports by debt rating agencies, the historical reaction to unexpected financial conditions, the extent of the ongoing capital rehabilitation and replacement program, and the condition of the agency's existing asset base. In addition, evidence of the timely match, obligation, and draw -down of FTA formula resources over the past five to 10 years should be provided. Deliverables: • Draft and Final Finance Management Plans FELSBURG HOLT & ULLEVIG 45 8119102 Mason Street Multi -Modal Transportation Corridor Phase II Scope of Services Task 10.4 - Project Management Plan The Project Management Plan (PMP) will be updated. The PMP will describe the project team's organization for the project's implementation and will present the plan for monitoring and controlling the project. The PMP will define the project goals and objectives, the management strategy and the responsibilities, authorities and general procedures to be used throughout the project, including final design and construction. Deliverables: • Draft and Final Project Management Plan • FTA Final Design Application FELSBURG HGLT & ULLEVIG m 8119102 Mason Street Multi -Modal Transportation Corridor City of Fnn CMflI", Please II Scope of Services OPTIONAL TASKS Highest Potential for Transit -Oriented Development (Optional Task) — Alternative development scenarios could be created for "enhanced development area" areas within the corridor. This task would build upon the results of the TOD Opportunities task and potentially the results of the market analysis. It is assumed that up to two "Enhanced Development Areas" could be selected. The scenarios developed would indicate: • Land use type • Land densities • Connections to the surrounding neighborhood • Connections/integration with adjacent BRT stops/stations • Parking requirements • Traffic impacts This task would require a minimum of three public meetings to involve the surrounding community. The purpose of the three meetings would be as follows: Meeting #1 — Educate community on TOD and establish goals for "enhanced development areas" Meeting #2 — Conduct design charette to develop alternative land use scenarios Meeting #3 — Present analysis of impacts of alternative development scenarios and select preferred scenario (This optional task corresponds with Tasks 5.1, 5.2, and 5.3 in Troy Jones' scope for the Land Use Framework Implementation Plan.) Deliverables: Conceptual Development Plans for Two "Enhanced Development Areas"— Optional Mason Street Market Analysis A market analysis could be completed to determine the potential for redevelopment along the entire Mason Street Corridor. The market analysis would identify a trade area for the Mason Street Corridor and the market demographics of that trade area. Market demand for the trade area would be developed in the context of the regional and subregional markets. Absorption rates would be identified for different land uses for both the short- and long-term. This analysis would help to establish the market reality different land uses and densities within the corridor. (This optional task relates to Task 1.6 Susceptibility to Change from Troy Jones' scope). FELSBURG HOLT & ULLEVIG 47 811 q/02 Mason Street Multi -Modal Transportation Corridor aworF„nc,ii�,,, Phase II Scope of Services Roadway Grade -Separation Preliminary Engineering Refine the details for the arterial street grade separations to include the following work activities: ❑ Horizontal and vertical alignments for the structure and roadway facility approaching the structure. ❑ Develop overall structure dimensions. Confirm structure type. ❑ Define limits and type of walls adjacent to the structure. ❑ Typical sections for street sections at crossing. Typical section for each structure w/ preliminary dimensions of key elements. ❑ Identify utility impacts (whether to remain or be re -aligned). ❑ Preliminary phasing/shoring layouts. FELSBURG HOLT & ULLEVIG M_ 8119102 EXHIBIT C CDOT AND FEDERAL FORMS EXHIBIT C As per section VIII., A., II., 2., 0, of your contract with CDOT: the local agency shall ensure that its consultant contract complies with the requirement of 49 CFR 18.36(i) and contains the required provisions, as well as the following language which shall be included verbatim: 1) "The design work under this contract shall be compatible with the requirements of a separate contract between the Local Agency and the State (which is incorporated herein by this reference) for the design/construction of the project. The State is an intended third party beneficiary of this contract for that purpose." 2) "Upon advertisement of the project work for construction, the consultant shall make available services as requested by the State to assist the State in the evaluation of construction and the resolution of construction problems that may arise during the construction of the project." 3) "The consultant shall review the construction contractor's shop drawings for conformance with the contract documents and compliance with the provisions of the State's publication, "Standard Specifications for Road and Bridge Construction", in connection with this work." z FEDERAL REQUIREMENTS TABLE OF CONTENTS Lobbying Page 4 Access to Records and Reports Page 4-5 Federal Changes Page 5 Contract Works Hours and Safety Standards Page 5-6 No Government Obligation to Third Parties Page 7 Program Fraud and False or Fraudulent Statements Page 7 Termination Page 7-10 Governmentwide Debarment and Suspension (Non procurement) Page 10-12 Privacy Act Page 12 Civil Rights Requirements Page 12-13 Patent and Rights in Data Page 13-16 Disadvantaged Business Enterprise (DBE) Page 16-19 Interests of Members of or Delegates to Congress Page 19 Incorporation of Federal Transit Administration (FTA) Terms Page 19 Certification Regarding Lobbying -Attachment A Page 20 CDOT DBE/UDBE Requirements for this Contact Page 21-27 LOBBYING 31 U.S.C. 135249 CFR Part 1949 CFR Part 20 Byrd Anti -Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. 1601, et seq.] - Contractors who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non -Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325 18 CFR 18.36 49 CFR.633.17Access to Records - The following access to records requirements apply to this Contract: 1. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C. F. R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the Unites States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C. F. R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. 2. Where the Purchaser enters into a negotiated contract for other than a small purchase or under the simplified acquisition threshold and is an institution of higher education, a hospital or other non-profit organization and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 19.48, Contractor agrees to provide the Purchaser, FTA Administrator, the Comptroller General of the Unites States or any of their duly authorized representatives with access to any books, documents, papers and record of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. 3. Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement (defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the Contractor shall make available records related to the contract to the Purchaser, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. 4. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. kTTEST- _".'X Gity' Gtbik APPRO77 �_AS T? FORM: Assistant City Attorney THE CITY FORT COLLINS, COLORADO By: 1 . �„' John . Fischbach City Manager By: C�/2+=n� m B. O'Neill II, CPPO, FNIGP Direct r of urchasing & Risk Management DATE: >> (DENT Date: / /A Z ATTE orporate Secretary PSA 10/97 Felsburg Holt & Ullevi , Inc. By: Title: 'PrP Seal e y CORPORATE PRESIDENT 7 (Corporate Sea]) 5. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). FEDERAL CHANGES 49 CFR Part 18 Federal Changes - Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Agreement (Form FTA MA (2) dated October, 1995) between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT 40 U.S.C.§ 827 -333 (1995) 29 C.F.R.§ 5 (1995) 29 C.F.R. § 1926 (1995) Pursuant to Section 102 (Overtime): (1) Overtime requirements - No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages - In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $ 10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages - The City of Fort Collins shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses set forth in this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this section. (5) Payrolls and basic records - (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1 (b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1 (b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. Section 107 (OSHA): Contract Work Hours and Safety Standards Act (i) The Contractor agrees to comply with section 107 of the Contract t Work Hours and Safety Standards Act, 40 U.S.C. section 333, and applicable DOL regulations, " Safety and Health Regulations for Construction " 29 C.F.R. Part 1926. Among other things, the Contractor agrees that it will not require any laborer or mechanic to work in unsanitary, hazardous, or dangerous surroundings or working conditions. (ii) Subcontracts - The Contractor also agrees to include the requirements of this section in each subcontract. The term "subcontract" under this section is considered to refer to a person who agrees to perform any part of the labor or material requirements of a contract for construction, alteration or repair. A person who undertakes to perform a portion of a contract involving the furnishing of supplies or materials will be considered a "subcontractor" under this section if the work in question involves the performance of construction work and is to be performed: (1) directly on or near the construction site, or (2) by the employer for the specific project on a customized basis. Thus, a supplier of materials which will become an integral part of the construction is a "subcontractor' if the supplier fabricates or assembles the goods or materials in question specifically for the construction project and the work involved may be said to be construction activity. If the goods or materials in question are ordinarily sold to other customers from regular inventory, the supplier is not a "subcontractor." The requirements of this section do not apply to contracts or subcontracts for the purchase of supplies or materials or articles normally available on the open market. 0 NO GOVERNMENT OBLIGATION TO THIRD PARTIES No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS 31 U.S.C. 3801 et seq. 49 CFR Part 31 18 U.S.C. 1001 49 U.S.C.5307 Program Fraud and False or Fraudulent Statements or Related Acts. (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. 5307, the Government reserves the right to impose the penalties of 18 U.S.C. 1001 and 49 U.S.C. 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. TERMINATION 49 U.S.C. Part 18 FTA Circular 4220.1 D a. Termination for Convenience (General Provision) The City of Fort Collins may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the City of Fort Collins to be paid the Contractor. If the Contractor has any property in its possession belonging to the City of Fort Collins, the Contractor will account for the same, and dispose of it in the manner the City of Fort Collins directs. b. Termination for Default [Breach or Cause] (General Provision) If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the City of Fort Collins may terminate this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the City of Fort Collins that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the City of Fort Collins, after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. C. Opportunity to Cure (General Provision) The City of Fort Collins in its sole discretion may, in the case of a termination for breach or default, allow the Contractor [an appropriately short period of time] in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions. If Contractor fails to remedy to the City of Fort Collins' satisfaction the breach or default or any of the terms, covenants, or conditions of this Contract within [ten (10) days] after receipt by Contractor or written notice from the City of Fort Collins setting forth the nature of said breach or default, the City of Fort Collins shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude the City of Fort Collins from also pursuing all available remedies against Contractor and its sureties for said breach or default. d. Waiver of Remedies for any Breach In the event that the City of Fort Collins elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by the City of Fort Collins shall not limit the City of Fort Collins' remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. e. Termination for Default (Supplies and Service) If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the City of Fort Collins may terminate this contract for default. The City of Fort Collins shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient f. Termination for Default (Transportation Services) If the Contractor fails to pick up the commodities or to perform the services, including delivery services, within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the City of Fort Collins may terminate this contract for default. The City of Fort Collins shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of default. The Contractor will only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract. If this contract is terminated while the Contractor has possession of Recipient goods, the Contractor shall, upon direction of the City of Fort Collins, protect and preserve the goods until surrendered to the Recipient or its agent. The Contractor and the City of Fort Collins shall agree on payment for the preservation and protection of goods. Failure to agree on an amount will be resolved under the Dispute clause. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the City of Fort Collins. Termination for Default (Construction) If the Contractor refuses or fails to prosecute the work or any separable part, with the diligence that will insure its completion within the time specified in this contract or any extension or fails to complete the work within this time, or if the Contractor fails to comply with any other provisions of this contract, the City of Fort Collins may terminate this contract for default. The City of Fort Collins shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. In this event, the Recipient may take over the work and compete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. The Contractor and its sureties shall be liable for any damage to the Recipient resulting from the Contractor's refusal or failure to complete the work within specified time, whether or not the Contractor's right to proceed with the work is terminated. This liability includes any increased costs incurred by the Recipient in completing the work. The Contractor's right to proceed shall not be terminated nor the Contractor changed with damages Under this clause if- 1. the delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include: acts of God, acts of the Recipient, acts of another Contractor in the performance of a contract with the Recipient, epidemics, quarantine restrictions, strikes, freight embargoes; and 2. the contractor, within [1 0] days from the beginning of any delay, notifies the City of Fort Collins in writing of the causes of delay. If in the judgment of the City of Fort Collins, the delay is excusable, the time for completing the work shall be extended. The judgment of the City of Fort Collins shall be final and conclusive on the parties, but subject to appeal under the Disputes clauses. If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the Recipient. h. Termination for Convenience or Default (Architect and Engineering) The City of Fort Collins may terminate this contract in whole or in part, for the Recipient's convenience or because of the failure of the Contractor to fulfill the contract obligations. The City of Fort Collins shall terminate by delivering to the Contractor a Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall (1) immediately discontinue all services affected (unless -the notice directs otherwise), and (2) deliver to the Contracting Officer all data, drawings, specifications, reports, estimates, summaries, and other information and materials accumulated in performing this contract, whether completed or in process. If the termination is for the convenience of the Recipient, the Contracting Officer shall make an Equitable adjustment in the contract price but shall allow no anticipated profit on unperformed services. If the termination is for failure of the Contractor to fulfill the contract obligations, the Recipient may complete the work by contact or otherwise and the Contractor shall be liable for any additional cost incurred by the Recipient. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient. Termination for Convenience of Default (Cost -Type Contracts) The City of Fort Collins may terminate this contract, or any portion of it, by serving a notice or termination on the Contractor. The notice shall state whether the termination is for convenience of the City of Fort Collins or for the default of the Contractor. If the termination is for default, the notice shall state the manner in which the contractor has failed to perform the requirements of the contract. The Contractor shall account for any property in its possession paid for from funds received from the City of Fort Collins, or property supplied to the Contractor by the City of Fort Collins. If the termination is for default, the City of Fort Collins may fix the fee, if the contract provides for a fee, to be paid the contractor in proportion to the value, if any, of work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the City of Fort Collins and the parties shall negotiate the termination settlement to be paid the Contractor. If the termination is for the convenience of the City of Fort Collins, the Contractor shall be paid its Contract close-out costs, and a fee, if the contract provided for payment of a fee, in proportion to the Work performed up to the time of termination. If, after serving a notice of termination for default, the City of Fort Collins determines that the Contractor has an excusable reason for not performing, such as strike, fire, flood, events which are not the fault of and are beyond the control of the contractor, the City of Fort Collins, after setting up a new work schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. Order 1 Instructions for Certification 10 49 CFR Part 29 1. By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the City of Fort Collins may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the City of Fort Collins if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," 'lower tier covered transaction," :"participant," "persons," 'lower tier covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 [49 CFR Part 29]. You may contact the City of Fort Collins for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized in writing by the City of Fort Collins. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction", without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous, A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List issued by U.S. General Service Administration. 8. Nothing contained in the foregoing shall be construed to require establishment of system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under Paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to all remedies available to the Federal Government, the City of Fort Collins may pursue available remedies including suspension and/or debarment. "Certification Regarding Debarment Suspension Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction" 11 (1) The prospective lower tier participant certifies, by submission of this bid or proposal, that neither it nor its "principals" [as defined at 49 C.F.R. 29.105(p)] is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) When the prospective lower tier participant is unable to certify to the statements in this certification, such prospective participant shall attach an explanation to this proposal. PRIVACY ACT 5 U.S.C. 552 When a grantee maintains files on drug and alcohol enforcement activities for FTA, and those files are organized so that information could be retrieved by personal identifier, the Privacy Act requirements apply to all contracts. The Federal Privacy Act requirements flow down to each third party contractor and their contracts at every tier. (1) The Contractor agrees to comply with, and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. 552a. Among other things, the Contractor agrees to obtain the express consent of the Federal Government before the Contractor or its employees operate a system of records on behalf of the Federal Government. The Contractor understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract. (2) The Contractor also agrees to include these requirements in each subcontract to administer any system of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by FTA. CIVIL RIGHTS REQUIREMENTS 29 U.S.C. § 623,42 U.S.C. § 2000 42 U.S.C. § 6102, 42 U.S.C. § 12112 42 U.S.C. §12132, 49 U.S.C. § 5332 29 CFR Part 1630, 41 CFR Parts 60 et seq. Civil Rights - The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C._ 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. 12132, and Federal transit law at 49 U.S.C. 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Eoual Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VI I of the Civil Rights Act, as amended, 42 U.S.C. 2000e, and Federal transit laws at 49 U.S.C. 5332, the Contractor 12 agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seg ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 1 1 246 Relating to Equal Employment Opportunity," 42 U.S.C. 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Acme - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. 623 and Federal transit law at 49 U.S.C: 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (3) The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. PATENT AND RIGHTS IN DATA 37 CFR Part 401 49 CFR Parts 18 and 19 The FTA patent clause is substantially similar to the text of 49 C.F.R. Part 19, Appendix A, Section 5, but the rights in data clause reflects FTA objectives. For patent rights, FT/k is governed by Federal law and regulation. For data rights, the text on copyrights is insufficient to meet FTA's purposes for awarding research grants. This model clause, with larger rights ,as a standard, is proposed with the understanding that this standard could be modified to FTA's needs. CONTRACTS INVOLVING EXPERIMENTAL, DEVELOPMENTAL, OR RESEARCH WORK. A. Rights in Data - This following requirements apply to each contract involving experimental, developmental or research work: (1) The term "subject data" used in this clause means recorded information, whether or not copyrighted, that is delivered or specified to be delivered under the contract. The term includes graphic or pictorial delineation in media such as drawings or photographs; text in specifications or related performance or design -type documents; machine forms such as punched cards, magnetic tape, or computer memory printouts; and information retained in computer memory. Examples include, but are not limited to: computer software, engineering drawings and 13 associated lists, specifications, standards, process sheets, manuals, technical reports, catalog item identifications, and related information. The term "subject data" does not include financial reports, cost analyses, and similar information incidental to contract administration. (2) The following restrictions apply to all subject data first produced in the performance of the contract to which this Attachment has been added: (a) Except for its own internal use, the Purchaser or Contractor may not publish or reproduce subject data in whole or in part, or in any manner or form, nor may the Purchaser or Contractor authorize others to do so, without the written consent of the Federal Government, until such time as the Federal Government may have either released or approved the release of such data to the public; this restriction on publication, however, does not apply to any contract with an academic institution. (b) In accordance with 49 C.F.R. 18.34 and 49 C.F.R. 19.36, the Federal Government reserves a royalty -free, non-exclusive and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, for "Federal Government purposes," any subject data or copyright described in subsections (2)(b)I and (2)(b)2 of this clause below. As used in the previous sentence, "for Federal Government purposes," means use only for the direct purposes of the Federal Government. Without the copyright owner's consent, the Federal Government may not extend its Federal license to any other party. 1. Any subject data developed under that contract, whether or not a copyright has been obtained; and 2. Any rights of copyright purchased by the Purchaser or Contractor using Federal assistance in whole or in part provided by FTA. (c) When FTA awards Federal assistance for experimental, developmental, or research work, it is FTA's general intention to increase transportation knowledge available to the public, rather than to restrict the benefits resulting from the work to participants in that work. Therefore, unless FTA determines otherwise, the Purchaser and the Contractor performing experimental, developmental, or research work required by the underlying contract to which this Attachment is added agrees to permit FTA to make available to the public, either FTA's license in the copyright to any subject data developed in the course of that contract, or a copy of the subject data first produced under the contract for which a copyright has not been obtained. If the experimental, developmental, or research work, which is the subject of the underlying contract, is not completed for any reason whatsoever, all data developed under that contract shall become subject data as defined in subsection (a) of this clause and shall be delivered as the Federal Government may direct. This subsection (c) , however, does not apply to adaptations of automatic data processing equipment or programs for the Purchaser or Contractor's use whose costs are financed in whole or in part with Federal assistance provided by FTA for transportation capital projects. (d) Unless prohibited by state law, upon request by the Federal Government, the Purchaser and the Contractor agree to indemnify, save, and hold harmless the Federal Government, its officers, agents, and employees acting within the scope of their official duties against any liability, including costs and expenses, resulting from any willful or intentional violation by the Purchaser or Contractor of proprietary rights, copyrights, or right of privacy, arising out of the publication, translation, reproduction, delivery, use, or disposition of any data furnished under that contract. Neither the Purchaser nor the Contractor shall be required to indemnify the 14 AffinalawK Mason Street Multi -Modal Transportation Corridor City of Fnn Collins � Phase I Scope of Services EXHIBIT A MASON STREET MULTI -MODAL TRANSPORTATION CORRIDOR PHASE I SCOPE OF SERVICES This Phase I work assignment is the initial element of the larger Scope of Work for the Mason Street Multi -modal Transportation Corridor. The purpose is to allow the project team to begin data collection and analysis for early action items to support the City of Fort Collins staff in the short term and to maintain progress towards an August 2003 New Starts submittal to the FTA. This scope of work identifies elements of the larger scope that are inclusive of this work. It is focused on the remaining calendar year - September 2002 through December 2002. TASK 1 - PROJECT MANAGEMENT/COORDINATION Task 1.1—Project Management Key elements associated with project management include: Develop an overall project schedule. Maintain the schedule for the months of September to December 2002. Provide monthly progress reports and schedule updates, determine schedule impacts due to monthly activities, and recommend corrective actions, if necessary, to maintain the project on schedule. Develop an overall financial tracking spreadsheet that predicts monthly work efforts and expenditures. Maintain the spreadsheet for the months of September to December 2002; determine the actual efforts compared to anticipated expenditures; recommend corrective actions to maintain the project on budget. Communicate with the City project manager on a regular basis and the project director(s) as necessary to coordinate work efforts, share communications, and discuss project progress. Task 1.2 — Project Coordination The Phase I project coordination efforts will be principally focused on internal City staff and external agencies including BNSF, FTA, CDOT, CSU, etc. Public relations/involvement efforts will be postponed until the next phase of work. The City will facilitate any public involvement efforts during this task assignment. Task 1.2.1 Project Kickoff Meeting — A project kickoff meeting will be conducted. Task 1.2.2 Technical Advisory Committee Meetings — TAC meetings will be conducted with City staff and the Professional in October, November, and December of 2002 (3 total). PFELSBURG HOLT & ULLEVIG 8119102 Federal Government for any such liability arising out of the wrongful act of any employee, official, or agents of the Federal Government. (e) Nothing contained in this clause on rights in data shall imply a license to the Federal Government under any patent or be construed as affecting the scope of any license or other right otherwise granted to the Federal Government under any patent. (f) Data developed by the Purchaser or Contractor and financed entirely without using Federal assistance provided by the Federal Government that has been incorporated into work required by the underlying contract to which this Attachment has been added is exempt from the requirements of subsections (b), (c), and (d) of this clause , provided that the Purchaser or Contractor identifies that data in writing at the time of delivery of the contract work. (g) Unless FTA determines otherwise, the Contractor agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. (3) Unless the Federal Government later makes a contrary determination in writing, irrespective of the Contractor's status i.e. , a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual, etc.), the Purchaser and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 C.F.R. Part 401. (4) The Contractor also agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. Patent Rights - This following requirements apply to each contract involving experimental, developmental, or research work: (1) General - If any invention, improvement, or discovery is conceived or first actually reduced to practice in the course of or under the contract to which this Attachment has been added, and that invention, improvement, or discovery is patentable under the laws of the United States of America or any foreign country, the Purchaser and Contractor agree to take actions necessary to provide immediate notice and a detailed report to the party at a higher tier until FTA is ultimately notified. (2) Unless the Federal Government later makes a contrary determination in writing, irrespective of the Contractor's status (a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual), the Purchaser and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 C.F.R. Part 401. 15 (3) The Contractor also agrees to include the requirements of this clause in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. DISADVANTAGED BUSINESS ENTERPRISE (DBE) 49 CFR Part 23 DBE Policy- It is the policy of the Department of Transportation, hereinafter referred to as DOT that Disadvantaged Business Enterprises, as defined in 49 CFR Part 23, shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this Agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement. DBE Obligation - The grantees and its vendors agree to ensure that DBEs as defined in 409 CFR Part 23, have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this Agreement. In this regard, all grantees and vendors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that the DBE have the maximum opportunity and shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts. Disadvantaged Business Enterprise Provision The Federal Fiscal Year goal has been set by the City of Fort Collins in an attempt to match projected procurements with available qualified disadvantaged businesses. the City of Fort Collins goals for budgeted service contracts, bus parts, and other material and supplies for Disadvantaged Business Enterprises have been established by the City of Fort Collins as set forth by the Department of Transportation Regulations 49 C.F.R. Part 23, March 31, 1980, and amended by Section 106(c) of the Surface Transportation Assistance Act of 1987, and is considered pertinent to any contract resulting from this request for proposal. If a specific DBE goal is assigned to this contract, it will be clearly stated in the Special Specifications, and if the contractor is found to have failed to exert sufficient, reasonable, and good faith efforts to involve DBE's in the work provided, the City of Fort Collins may declare the Contractor noncompliant and in breach of contract. If a goal is not stated in the Special Specifications, it will be understood that no specific goal is assigned to this contract. 16 (a) Policy - It is the policy of the Department of Transportation and the City of Fort Collins that Disadvantaged Business Enterprises, as defined in 49 CFR Part 23, and as amended in Section 106(c) of the Surface Transportation and Uniform Relocation Assistance Act of 1987, shall have the maximum opportunity to participate in the performance of Contract financed in whole or in part with federal funds under this Agreement. Consequently, the DBE requirements of 49 CFR Part 23 and Section 106(c) of the STURAA of 1987, apply to this Contract. The Contractor agrees to ensure that DBEs as defined in 49 CFR Part 23 and Section 106(c) of the STURAA of 1987, have the maximum opportunity to participate in the whole or in part with federal funds provided under this Agreement. In this regard, the Contractor shall take all necessary and reasonable steps in accordance with the regulations to ensure that DBEs have the maximum opportunity to compete for and perform subcontracts. The Contractor shall not discriminate on the basis of race, color, national origin, religion, sex, age or physical handicap in the award and performance of subcontracts. It is further the policy of the City of Fort Collins to promote the development and increase the participation of businesses owned and controlled by disadvantaged. DBE involvement in all phases of the City of Fort Collins procurement activities are encouraged. (b) DBE obligation - The Contractor and its subcontractors agree to ensure that disadvantaged businesses have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds provided under the Agreement. In that regard, all Contractors and subcontractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 as amended, to ensure that minority business enterprises have the maximum opportunity to compete for and perform contracts. (c) Where the Contractor is found to have failed to exert sufficient reasonable and good faith efforts to involve DBE's in the work provided, the City of Fort Collins may declare the contractor noncompliant and in breach of contract. (d) The Contractor will keep records and documents for a reasonable time following performance of this contract to indicate compliance with the City of Fort Collins DBE program. These records and documents will be made available at reasonable times and places for 17 inspection by any authorized representative of the City of Fort Collins and will be submitted to the City of Fort Collins upon request. (e) The City of Fort Collins will provide affirmative assistance as may be reasonable and necessary to assist the prime contractor in implementing their programs for DBE participation. The assistance may include the following upon request: Identification of qualified DBE " Available listing of Minority Assistance Agencies Holding bid conferences to emphasize requirements 2. DBE Program Definitions, as used in the contract: (a) Disadvantaged business "means a small business concern": i. Which is at least 51 percent owned by one or more socially and economically disadvantaged individuals, or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more socially and economically disadvantaged individuals; and ii. Whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it. or iii. Which is at least 51 percent owned by one or more women individuals, or in the case of any publicly owned business, at least 51 % of the stock of which is owned by one or more women individuals; and iv. Whose management and daily business operations are controlled by one or more women individuals who own it. (b) "Small business concern" means a small business as defined by Section 3 of the Small Business Act and Appendix B - (Section 106(c)) Determinations of Business Size. (c) "Socially and economically disadvantaged individuals" means those individuals who are citizens of the United States (or lawfully admitted permanent residents) and States (or lawfully admitted permanent residents) and who are black Americans, Hispanic Americans, Native Americans, Asian -Pacific Americans, Asian -Indian Americans, or women, and any other minorities or individuals found to be disadvantaged by the Small Business Administration pursuant to section 8(a) of the Small Business Act. i. "Black Americans", which includes persons having origins in any of the Black racial groups of Africa; ii. "Hispanic Americans", which includes persons of Mexican, Puerto Rican, Cuba, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race; iii. "Native Americans', which includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians; is iv. "Asian -Pacific Americans", which includes persons whose origins are from Japan, China, Taiwan, Korea, Vietnam, Laos, Cambodia, the Philippines, Samoa, Guam, the U.S. Trust Territories of Pacific, and the Northern Marianas; V. "Asian -Indian Americans", which includes persons whose origins are from India, Pakistan, and Bangladesh. INTERESTS OF MEMBERS OF OR DELEGATES TO CONGRESS No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefit arising therefrom. PROHIBITED INTEREST No employee, officer, or agent of the grantee shall participate in selection, or in the award or administration of a contract if a conflict of interest, real or apparent, would be involved. Such conflict would arise when: The employee, officer or agent; any member of his immediate family; his or her partner; or an organization which employs, or is about to employ, has a financial or other interest in the firm selected for award. The grantee's officers, employees, or agents shall neither solicit nor accept gratuities, favors or anything of monetary value from contractors, potential contractors, or parties of subagreements. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS FTA Circular 4220.I13 Incorporation of Federal Transit Administration (FTA) Terms - The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1 D, dated April 15, 1996, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any the City of Fort Collins requests which would cause the City of Fort Collins to be in violation of the FTA terms and conditions. 19 Attachment A Certification Regarding Lobbying Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq .)] (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C.1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Contractor, , certifies or affirms the Truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Date Name and Title of Contractor's Authorized Official 20 Disadvantaged Business Enterprise Regulations ATTENTION CONSULTANTS - Notice On June 21, 2001, in order to more narrowly tailor CDOT's DBE program to conform with the results of CDOT's 2001 Disparity Study update, the Colorado Transportation Commission adopted Resolution No. 966, which established a new definition of Underutilized DBE (UDBE) for construction contracts and for conultant contracts and set a 10.93% overall annual DBE goal for the remainder of FFY 2001 and for FFY 2002. The Disparity Study Update found that ALL DBES were underutilized on CDOT construction contracts and on CDOT consultant contracts, i.e., it determined that ALL DBES WILL BE CONSIDERED TO BE UDBES. Since all CDOT DBEs are considered to be UDBEs, CDOT's DBE list will also be the UDBE list. Please contact Judith Lamb, DBE Program Manager with questions about this change. Telephone: 303-757-9148 or 1-800-925-3427 or e-mail Judith.Lamb@dot.state.co.us. October 26, 1999 DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS AND REQUIREMENTS 1. Definitions and Procedures - For this project, the following terms are defined: PSA 05101 A. Disadvantaged Business Enterprise (DBE). A small business concern that is certified as being: 1. At least 51 percent owned by one or more socially and economically disadvantaged individuals or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more socially and economically disadvantaged individuals; and 2. Whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it. 3. "Socially and Economically Disadvantaged individuals" means those individuals who are citizens or lawfully admitted permanent residents of the United States and who are: (a) Minorities or individuals found by the Small Business Administration pursuant to Section 8(a) of the Small Business Act to be disadvantaged. 21 (b) Individuals found by the Office of Certification at the Department of Regulatory Agencies to be socially and economically disadvantaged. B. DBE Joint Venture. An association of two or more businesses formed to carry out a single business enterprise for profit for which purposes they combine their property, capital, efforts, skills and knowledge. DBE joint ventures must be certified as a joint venture. The DBE percentage of the joint venture will be determined at the time of certification. C. Underutilized DBE (UDBE). A firm which meets the definition of Underutilized Disadvantaged Business Enterprise (UDBE) based on the findings and recommendations of CDOT's Disparity Study and is eligible to meet the contract goal as defined in the paragraph titled "Contract Goal." D.Contract Goal. The goal for UDBE participation that the Department determines should appropriately be met by the selected consultant, based on the type of work included in each project and the availability of UDBEs capable of performing such work. The Contract goal will be the percentage stated in the invitation for consultant services and in the project documents. E. Certification as a DBE by the Department 1. Any small business may apply to the Department of Regulatory Agencies (DORA) for status as a DBE. Application shall be made on forms provided by the DORA for certification of DBEs. However, only work contracted or subcontracted to DBEs that also qualify as UDBEs and independently performed by UDBEs shall be considered toward contract goals as established elsewhere in these specifications. 2. It shall be the DBE applicant's responsibility to submit applications so that the DORA has sufficient time to render decisions. The DORA will review applications in a timely manner but is not committed to render decisions about a firm's DBE status within any given period of time. 1.The Department will prepare, publish or make available from time to time a list of DBE contractors, consultants, vendors and suppliers for the purpose of providing a reference source to assist any consultant in identifying DBEs and UDBEs. Consultants will be solely responsible for verifying the Certification of UDBEs they intend to use prior to submitting a Statement of Interest (SOL) The Business Programs Office in the Center for Equal Opportunity will maintain a current list of eligible DBEs. The DBE list is also available here. PSA 05101 2-Selection of UDBEs by Consultant: A. Consultants shall exercise their own judgments in selecting any subconsultant 22 to perform any portion of the work. 3. Requirements A.The use of UDBEs is an evaluation factor for cosultant selection under Section 24-30- 1403 (2) CRS. All Consultants shall submit with their proposals a list of the names of their UDBE subconsultants to meet the contract goal. B.If the Consultant proposes to voluntarily use any non-UDBEs on the project, the Consultant shall also submit the names of those DBEs. However, the non-UDBEs will not be used to meet the UDBE goal for the project. C.Evaluation points will be awarded for UDBE participation during the Statement of Interest (SOI) scoring. A maximum of 5 evaluation points will be awarded for UDBE participation during the SOI scoring. If the consultant doesn't submit sufficient UDBE participation to meet the project goal, they may be awarded from 0 to 4 points, based on the amount of UDBE participation they submit. D.The selected consultant must use the UDBE firms named (if any) in the Statement of Interest for the items of work described. The replacement of a named UDBE firm will be allowed only as provided for in (6) of the DBE Definitions and Requirements. Failure to comply may constitute grounds for default and termination of the Contract. E.Consultant's UDBE Obligation. 1. The Consultant submitting a Statement of Interest and a Work Plan on consultant projects advertised by the Department agrees to ensure that UDBEs, as defined in this special provision, have the maximum opportunity to participate in the performance of contracts or subcontracts. The prime Consultant shall not discriminate on the basis of race, color, national origin, or sex in the selection and bidding process or the performance of contracts. 2.T0 ensure that UDBEs are offered maximum opportunity to participate in the performance of contracts, it is the responsibility of the prime Consultant to offer and to provide assistance to UDBEs related to the UDBE performance of the subcontract. However, the UDBE must independently perform a commercially useful function on the project, as described in F(4) below B.Counting UDBE Participation Toward Goals PSA 05101 1. Once a firm has been certified as a DBE that qualifies as a UDBE, the total dollar amount of the contract awarded to the firm shall be counted toward the contract goal as explained below, and as modified for the project in the project special provisions titled "Contract Goal." 2. The actual dollar total of a proposed subcontract, supply or service contract with any UDBE firm shall be reported to the 23 PSA 05101 Department in the Consultant's Cost Proposal. 3. The eligibility of a proposed UDBE subconsultant will be finally established based on the firm's status at the time the contract is signed. If a firm becomes certified as a DBE during performance under a fully executed contract with CDOT but prior to the UDBE performing any work, then 100% of the work performed by the firm under that contract may be claimed as eligible work. No work performed by a UDBE firm can be counted toward UDBE participation prior to the firm receiving certification as a DBE. 4. The Consultant may count toward its contract goal only that percentage of expenditures to UDBEs which independently perform a commercially useful function in the work of a contract. A UDBE is considered to be performing a commercially useful function by actually performing, managing, and supervising the work involved. To determine whether a UDBE is performing a commercially useful function, the Department will evaluate the amount of work subcontracted, work performed solely by the UDBE, industry practices, and other relevant factors. 5. A UDBE may enter into subcontracts consistent with normal industry practices. If a UDBE subcontracts over 51% of the work of the Contract the UDBE shall be presumed not to be performing a commercially useful function. The UDBE may present evidence to rebut this presumption to the Department. 6. The Consultant may count toward its contract goal the percentage of expenditures for materials and supplies obtained from UDBE suppliers (regular dealers) and manufacturers specifically for use on the project, provided that the UDBEs assume the actual and contractual responsibility for and actually provide the materials and supplies. a. The Consultant may count 100 percent of its expenditures to an UDBE manufacturer if the purchased items are to be used on the project. A UDBE manufacturer is a certified firm that operates or maintains a factory or establishment that produces on the premises the materials or supplies obtained by the Consultant. b. The Consultant may count 60 percent of its expenditures to UDBE suppliers that are not manufacturers, provided that the UDBE supplier performs a commercially useful function in the supply process. A supplier is a certified firm that owns, 24 F28111P—M Mason Street Multi -Modal Transportation Corridor � T City of Fort Cnllin, Phase Scope Of Services Task 1.2.3 Action Team Meetings — Six of these meetings have been programmed for the Phase I efforts. Task 1.2.4 Agency Coordination Meetings — Three of these meetings have been programmed with the Phase I efforts. TASK 2 - DATA COLLECTION Conduct a comprehensive data collection effort to collect pertinent information. Work elements will include: Task 2.1 - Aerial Topographic Mapping The City will conduct aerial photography of the corridor and will produce a Digital Terrain Model (DTM) as per the full project scope of work. The project team will collect existing GIS mapping and right-of-way information from the City as a backdrop for beginning alternatives development. Task 2.2 - Supplemental Survey and Right -of -Way Definition Supplemental Survey — Supplemental surveys, by the City, will be conducted after the first of the year. Right -of -Way Definition — Right -of- way for the BNSF will be researched and input as confirmation of the City's GIS right-of-way locations. The City's GIS right-of-way will be used for adjacent property lines. Task 2.3 - Collect Existing Utility Information The Professional will collect existing utility information from the City and private utility services and transfer this information to the base mapping. A field reconnaissance will be conducted to confirm utility locations with physical features observed in the field. Potholing of critical utilities will be conducted as the alignments take shape and conflicts with utilities become apparent. FELSBURG HOLT & ULLEVIG 2 8119102 PSA 05101 operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of the Contract are bought, kept in stock, and regularly sold to the public in the usual course of business. To be a supplier the firm must engage in, as its principal business and in its own name, the purchase and sale of the products in question. A supplier in such bulk items as steel, cement, gravel, stone, and petroleum products need not keep such products in stock, if it owns or operates distribution equipment. Brokers and packagers shall not be regarded as manufacturers or suppliers within the meaning of this section. c. The Consultant may count toward its UDBE goal the following expenditures to UDBE firms that are not manufacturers or suppliers: 1. The fees or commissions charged for providing a bona fide service, such as professional, technical, consultant or managerial services and assistance in the procurement of essential personnel, facilities, equipment, materials or supplies required for performance of the Contract, provided that the fee or commission is determined by the Department to be reasonable and not excessive as compared with fees customarily allowed for similar services. 2. The fees charged for delivery of materials and supplies required to a job site (but not the cost of the materials and supplies themselves) when the hauler, trucker, or delivery service is not also the manufacturer of or a supplier of the materials and supplies, provided that the fee is determined by the Department to be reasonable and not excessive as compared with fees customarily allowed for similar services. 3. The fees or commissions charged for providing any bonds or insurance specifically required for the performance of the Contract, provided that the fee or 25 commission is determined by the Department to be reasonable and not excessive as compared with fees customarily allowed for similar services. 5. Determination of goal achievement To determine the goals achieved under this Contract, the UDBE participation shall be divided by the original prime Contract amount and multiplied by 100 to determine the percentage of performance. The Consultant shall maintain records of payment that show amounts paid to all UDBEs and DBEs. Upon completion of the project, the Consultant shall submit a list of all DBEs (both UDBEs and other DBEs) that participated in this Contract, the subcontract tier number of each, and the dollar amount paid to each. The Consultant shall certify the amount paid, which may be audited by the Department. When the participation by UDBEs is less than the Consultant committed to the Department, the Consultant shall submit a statement to CDOT that indicates the amount of participation and gives reasons why it was different from the Consultant's commitment. 6. Replacement of UDBEs used to meet the contract goal A. Based upon a showing of good cause the Consultant may request that a UDBE named in the Consuftant's Statement of Interest be replaced with another UDBE pursuant to the terms and conditions of this special provision. Replacements will be allowed only with prior written approval of the Department. A. If a replacement is to be requested prior to the time that the named UDBE has begun to effectively prosecute the work under a fully executed subcontract, the Consultant shall furnish to the Department the following: PSA 05101 1. Written permission of the named UDBE. Written permission may be waived only if such permission cannot be obtained for reasons beyond the control of the Consultant. 2. A full written disclosure of the circumstances making it impossible for the Consultant to comply with the condition of award. 3. Documentation of the Consultant's assistance to the UDBE named in the Consultant's Statement of Interest. 4. Copies of any pertinent correspondence and documented verbal communications between the Consultant and the named UDBE. 5. Documentation of the Good Faith Efforts in finding a replacement UDBE and the results of the efforts. It is within the control of the Consultant to locate, prior to award, UDBEs that offer reasonable prices and that could reasonably be expected to perform the work. For this reason, increased cost shall not, by itself, be considered 26 PSA 05101 sufficient reason for not providing an in -kind replacement. C. In the event a UDBE begins to prosecute the work and is unable to satisfactorily complete performance of the work, the Consultant shall furnish to the Department the following: 1. Documentation that the subject UDBE did not perform in a satisfactory manner. 2. Documentation of the Consultant's assistance to the UDBE prior to finding the UDBE in default. 3. A copy of the certified letter finding the UDBE to be in default or a letter from the UDBE stating that it cannot complete the work and it is turning the work back to the Consultant. 4. Copy of the contract between the Consultant and the UDBE, plus any modifications thereto. 7. Sanctions A. It is the obligation of the Consultant to provide UDBE firms with the maximum opportunity to participate in the performance of the work. B. It is the responsibility of UDBE firms to perform their work in a responsible manner fully consistent with the intent of the DBE program, and in substantial compliance with the terms and conditions of these DBE definitions and requirements. C. UDBE firms which fail to perform a commercially useful function as described in subsection 4(E) of these DBE definitions and requirements or operate in a manner which is not consistent with the intent of the DBE program may be subject to revocation of certification. D. A finding by the Department that the Consultant has failed to comply with the terms and conditions of these DBE definitions and requirements may constitute sufficient grounds for default and termination of the Contract. 27 Mason Street Transportation Corridor Fort Collins, Colorado SEPTEMBER 12, 2002 AMIL PHASE 1 SUMMARY FEE MOCMMS EXHIBIT D City of Fort Collins PHASE 1 FEE sburg Holt and Ullevig rter Burgess Manuel Padron & Associates $30, Fehr & Peers Peck and Associates $20, Aller-Lingle $10, Kumar & Associates Stewart Environmental $10, Clanton & Associates Hermsen & Associates $10, it Mason Street Transportation Corridor Phase I FHU Labor Hours August, 2002 /;��Q City of Fort Collins Task 1 - Project Management / Coordination 1.1 Project Management 32. 16 16 8 72 1.2 Project Coordination 1 2A Project Kickoff Meeting (1 meeting) 10 10 20 1 41 1.2.2 Technical Advisory Committee Meetings (3 meetings) 18 18 36 3 75 123 Action Team Meetings (6 meetings) 12 6 6 40 6 70 1.2.4 Agency Coordination Meetings 15 8 12 4 39 Subtotal as Task 2 - Data Collection 2.1 Aerial Topographic Mapping 4 8 16 28 2.2 Supplemental Survey and Right-of-way Definition 4 16 24 44 2.3 Collect Existing Utility Information 4 8 24 306 2,4 Affected Environment 2.5 Traffic Volumes 4 8 8 20 2.6 Signal Timing 4 4 8 2.7 Field Investigation 8 12 12 2.8 Drainage Data 8 24 32 2.9 BNSF Information 16 8 24 2.1 Project Design Criteria J 6 12 u o a as 0 ji 0 Task 3 - Public Relations I Community Outreach I Support Building 3.1 Establish / Implement a Community Involvement Program 0 3.1.1 Lead Team 3.1.2 Neighborhood Meetings 0 3.1.3 Land Use Framework Design Charettes 0 3.1.4 One-on-one Meetings/Discussions 3.1.5 Citywide Open Houses 16 3.1.6 Presentations to Public Officials 8 8 0 3.1.7 Baseline Project Communications Plan and Materials 3.2 Create a Public Identity 0 3.2.1 Collect/Review Previous Reports/Marketing Materials 0 3.2.2 Internal Information Gathering Process 0 3.2.3 External Information Gathering Process 3.2.4 Creative Development 0 3.2.5 Brand Presentation and Selection 0 3.2.6 Community Roll-OuVlntroduction of New Project Brand 0 3.3 Public Meeting Organization 0 3.4 Public Process Documentation/Management 0 3.5 Media Relations Mason Street Transportation Corridor Phase I FHU Labor Hours August, 2002 Mason Street Transportation Corridor Phase I FHU Labor Hours August, 2002 City of Fort Collins Mason Street Transportation Corridor Phase 1 FHU Labor Hours August, 2002 Horizontal and Vertical Alignments Cross Sectional Elements Grade Separations Integrate with Transit Stops Confirm Lane Needs Automobile Routing Alternatives Pavement Analysis Railroad Engineering Intersection Layout Develop 3-d Model Traffic Engineering Construction Phasing Schemes Right-of-way Impacts 8.6 Urban Design and Landscape Architecture 8.7 Transit Station Designs 8.8 Plans 8.9 Ooinion of Probable Costs 9 -Fossil Creek Trail Final Design 9A Final ROW 9.2 Final Design 9.2A Develop Typical Sections 9.2.2 Develop Horizontal and Vertical Alignments 9.2.3 Develop a Three Dimensional Model 9.2.4 Hydrology and Hydraulics 9.2.5 Final Structure Design .1. rinni rnnatnirenn norument Prnr uction and Review 10 - FTA New Starts Submittal 10A New Starts Submittal 10.2 Fleet Management Plan 10.3 Finance Management Plan 0 I'. 0 0 0 0 0 r PROJECT TOTAL 11 97 11 16o 11 76 11 530 11 618 11 724 11 60 11 492 11 42 11 2,799 Mason Street Transportation Corridor Fort Collins, Colorado Revised 8114102 (PHASE 1) Carter & Burgess, Inc. LOCATION: al:tAKUNT1ls CONTACT NAME: TELEPHONE NUMBER: PROPOSAL DATE 1 LABOR COST Classification Principal Associate Principal Associate Senior Planner Planner III Planner II Planner Senior Designer Engineer II Engineer Certified Photogrammelrist Photogrammetrist PLS Survey Technician Survey/Mapping/CAD 2-Person Field Crew Technician Administrative/Graphics Mason Street, Fort Collins Carter & Burgess Jennifer Heisler (303)820-4834 08/19/02 Billing Rate x $140.00 x $140.00 x $137.00 x $112.00 x $95.00 x $66.00 x $54.00 x $117.00 x $105.00 x $76.00 x $92.00 x $62.00 x $97.00 x $70.00 x $65.00 x $126.00 x $44.00 x $31.00 x Citv of Fort Collins W orkhours Total Labor' ' See attached tabulaton of workhours. 2. OTHER DIRECT COSTS (DIRECT NON -LABOR EXPENSES) Total Direct Expenses " See attached tabulation of direct expenses. 3. OUTSIDE SERVICES (e.g. Subconsultants & Vendors): Firm Method of Compensation Total Outside Services 4. TOTAL CONTRACT COST (SUM OF 1. 2. AND 3): 76 = 74 = 24 = 142 = 80 = 116 = 200 = 0 = 0 = 0 = 0 = 0 = 15 = 40 = 34 = 80 = 12 = 32 = 925 = Total $10,640 $10,360 $3,288 $15,904 $7,600 $7,656 $10,800 $o $0 $0 $0 $0 $1,455 $2,800 $2,210 $10,080 $528 $992 84 313 $5,355 $89,668 cB mason fee proposa10814_02(PHASE1).XLS 8/19/02 Mason Street Transportation Corridor Fort Collins, Colorado Revised 8/14/2002 (PHASE 1) Caner& Burgess, Inc. — TASh PRINCIPAL PLANNER III II DESIGNER II t PHOTO- GR,iMMETRIST TECXNICIAN MAPPING FIELD Gk AMMETRIST CAD CREW COo�tlinalion Tick 1 -Project leayeel ho e,esi 1.2 P,D MaMan"Nnagement 24 24 24 12 P, jectffkedin, T2 lies 12, C Technical 11.t TecM1mf2l Ativisory Cam MtgS a 4 o d C 12.3 Action Team Meean9s J 0 0 G y 16 130 ggencyCwrtlinatbn - 9 all''�� 4 0 0 2G SuM1 IITask 1� Hwrs 35I 40I V' 0 S M1 ITask1-Costs $SOLO a5600' 30 a6 54032 ST6C �� 50 � 0 0 12p Task 2�DalaCollection 2 se ITo990 Mallon 23 Eppl 15 —comn peln ton 23 Euslmg UNrylnlormat on 24 AftTlecletl Fnvwnment 25 Volumes 12 16 10 100 $G 108 $OL _ by so $0 so 1S 40 34 80 80 S0 G 61 0 254 26 Sgnal )iming Slone, 0 27 Frep le.,S N ls.a 2 5 Dn in ge Dala ( G 25 SNSFII o 21 P 1 De 9 L - Societal1 k2 U. is 5 Il 5x2 Costs 12 $1680 IET ;2016 $L]10 ��pfi ab 6W $5832 '0t 50 5 6 0 55 a0 l 5280n 34 I §234 80 514080 0 $0 �� 0 $0 0 2, Tasty 3-Publ'cRl IC say Foils, r r_ 31 eno a COwreacM1lSorteoic,me I ple enl a Comn roily Inva cement P,o92m ura ���$G LeEstablish 31.2 Lead 0 3.1.3 N M1 0 Meetings a 4 0 4 4 4 0 311 LantlU Land U CM1arenes 2G CDesign 3.15 Meetings 4 E 0 t5 CleAnds Glen Open Hause 4 4 4 0 0 12 $ Presciau 31.6 PresenlP Oflinal Updates 0 0 0 0 12 3.3 Create blNlosan IOrg2y 0 3 3 Pubao Meelin1 eet, ce-adadjon 0 34 Pubnc Pnc"Rda"'s cumemawn DoUn 0 3.6 AsedAnal Relaliona p 36 Putllm Communlealwn Taencs 0 3] Inle,eadive P,opcI We05il G SULmwl l ask 3-Xours _ s„molallask 6. coals ll at 660 $1 1zp �� aG 1G 1 792 4 $3e6 4 s2c4 0 S. 0 bo p sG p G o G 0 0 G 0 4a Task 4-P ke- ana Need oelmi6on Purpose and Need Detinin in 12 �� $o $o $o §o sp so so bG $o olotal lack4- £uiplotal 6 li 12 2c k Jg3t2 9 Cours S Tasx4-Cos 111680 £04p SC 53504 ` 6G C CB mason fee Pleli sa10814_02(PHASE 1).XLS 8I19102