Loading...
HomeMy WebLinkAbout112468 FELSBURG HOLT & ULLEVIG INC - CONTRACT - RFP - P942 US 287 S COLLEGE BICYCLE LANES PROJECT (2)PROFESSIONAL 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, 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 scope of services attached hereto as Exhibit "A", consisting of ten (10) pages, and incorporated herein by this reference. 2. Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated upon signing of this Agreement. Services shall be completed no later than December 31, 2005. 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 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: Meetings: Task Force Meetings — Three (3) meetings Deliverables: Vision Plan on the aerial photo Task 4 Prioritization of Construction Phases The FHU Team will assist the City and CDOT in prioritizing elements of the Vision Plan into construction phases that match the available construction budgets. The following steps will be used to create a prioritized set of design projects: • Develop conceptual opinions of probable cost for construction elements. The quantities will be carefully documented as to limits and location of quantity items. • Determine logical points to segregate the work — by segment, by type of work, by direction of travel, or other method. • Create construction phases — make logical divisions in the work based on bike lane continuity, developer participation, and potential construction costs. FHU will prepare up to three (3) scenarios with cost breakdowns for the phases in each scenario. • Evaluate and create a prioritized list of phases to define the construction project. Meetings: Task Force Meetings — Two (2) meetings Deliverables: Prioritization Phasing, Conceptual Opinions of Probable Cost Task 5 Conceptual Plan Document Production Using the Vision Plan, the prioritized project phases and budget information, the FHU Team will assist the City and CDOT with packaging the elements of the first construction project. Following the Construction Project Decision, FHU will prepare a Conceptual Plan Report that contains the following: • Project Goals and Objectives • Critical Issues, Constraints, and Opportunities • Conceptual Design Process • Vision Plan • Prioritization Process and Results • Construction Project Decision and Future Projects This report will serve as documentation for the project and will provide the design information for future construction projects throughout the corridor. Deliverables: Construction Project Limits and Elements, Conceptual Plan Report (10 copies) Task 6 Public Involvement Support System The following represents a Public Involvement Program that engages the public and stakeholders, but also matches the project scope and budget: • Project Announcements - Formally announce the project and key milestones through a mailing or newsletter and through the newspaper. We will prepare up to three (3) project announcements. The first will announce the project; the second will provide information regarding the outcome of the Draft Vision Plan Open House; and the third will provide 10 , information about the construction project. Important information that will be included is a definition of the project limits, objectives, contact information, design and construction timelines, and approximate Open House schedules. • Public Open Houses — Organize and conduct up to three (3) Open Houses to present and obtain feedback on the design. The open houses will be organized in an informal meet and greet format and will not include formal presentations. Project displays will be prepared and set up around the room for the public to review and project team members will be available for questions and comments. The first open house will be in late August/early September as an introduction to the project and an opportunity to gather pre -design input on the corridor from the users and adjacent property owners. The second open house will be held in late October to present the Draft Vision Plan and gather feedback. The third open house will be held in January and would present how public input was addressed in the final Vision Plan, prioritized construction phases, limits and elements of the first construction project, and the schedule for final design and construction. • Website Support — Provide support to post project information on the City's website. This could include open house graphics, project announcements, and contact information. Attendance at meetings for City advisory boards, such as City Council, Transportation Board, Planning and Zoning Board, etc, is not included in this scope of work. Presentation materials will be provided as needed, but the City will conduct presentations at these meetings. The City will also build and manage the stakeholder data base for project mailings. Meetings: Public Open Houses - Three (3) meetings Deliverables: Project Announcements, Graphics for Public Meetings Task 7 Supplemental Data Collection Once the limits of the construction project have been determined, supplemental data collection will be completed. City forces will complete a field survey for the project, obtaining topographic and planimetric data. The City will provide the information necessary to adjust the conceptual design and aerial photograph to match the field survey coordinate system, including any translation, rotation, and scaling factors. FHU will assist the City to define important elements to develop accurate mapping for preliminary and final design. Invert and rim elevations, size and material of pipes and definition of the pipe system connections will need to be collected for impacted drainage structures that are identified during the Conceptual Design. Other survey needs may be requested from the City as the project progresses and further impacts are defined. FHU will provide services to reduce the survey to AutoCAD format and create a digital terrain model (dtm). In turn, the product will be returned to the City Surveyor for field verification and an accuracy test of the data. FHU will collect existing right-of-way (R.O.W.) information from the City survey staff. We expect that the surveyors will collect property corners or other R.O.W. monumentation at the time the survey is performed. It is assumed that the City will provide this information to FHU in an AutoCAD format. The conceptual existing utility base file will be updated to match surveyed utility locates and planimetrics such as manholes, valves, etc. Deliverables: AutoCAD database including survey and updated utilities 11 Task 8 Preliminary En_pineering The FHU Team will develop a set of 40% complete preliminary design plans according to CDOT standards reflecting the "Construction Project Decision" plan. We have assumed that a one mile section will be carried forward into preliminary design. Formal design will begin, right-of- way requirements will be finalized, and utility impacts will be identified. At this point the aerial background will be replaced by planimetrics from the digital mapping and supplemental field survey. The following specific scope items are anticipated: • Horizontal and vertical geometry will be established for widening sections along the flowline of curb and gutter. Typical section elements will be added to establish full impact widths. • Intersection layouts will be developed that reflect definition of through lanes, turning lanes, bicycle lanes, and medians necessary for operation of the intersections. • A three dimensional model will be developed at widening sections, using the Inroads package of software, that will facilitate production of cross -sections, grading, and earthwork volume determination. • Slope limits will be defined and right-of-way limits identified. This information will be provided to the project surveyor to allow final right-of-way plans to be prepared and approved by CDOT to allow acquisition of right-of-way and construction easements to begin. • Impacts to existing drainage facilities will be identified and plans will be produced to define necessary drainage modifications. We have assumed that the existing storm sewer system has been designed to meet the appropriate drainage requirements and that the system will be adequate for any minor widening. No further hydrology and hydraulic analysis will be performed as a part of this project and a drainage report will not be produced. • Preliminary grading and erosion control plans will be developed for necessary sections. • Impacts to existing utilities will be defined and a mitigation plan established. Plans will be provided to the individual utility companies and a utility coordination meeting will be held to further discuss impacts and timeliness for mitigation. We have assumed that potholing will not be necessary to complete the design. • Preliminary signing and striping plans will be prepared. • Preliminary traffic signal design plans will be developed including modifications to existing signals and potential addition of bicycle signals. We have assumed that three signalized intersections will require signal design. • Preliminary construction phasing plans will be developed. The purpose of these plans is to identify a feasible method to construct the project within the project limits. • We have assumed that there will not be any structures impacted by the project and that structural design efforts will not be required. • Geotechnical investigations will not be completed. CDOT will provide pavement recommendations for the project based on roadway sections that have previously been constructed along US 287. • Preliminary quantities for all proposed work will be calculated and the Opinion of Probable Cost from conceptual design will be updated and enhanced to include miscellaneous costs. • Twenty (20) half sized plans will be submitted to the City and CDOT for review. A Field Inspection Review (FIR) meeting will be held with the City and CDOT to discuss comments. 12 Meetings: Preliminary Design Progress Meetings —Three (3) meetings FIR Meeting — One (1) meeting Utility Meeting - One (1) meeting Deliverables: Preliminary Plan Set, Preliminary Opinion of Probable Cost, R.O.W. Requirements Task 9 Final Engineering The FHU Team will make modifications to the plans identified at the FIR and finalize the design elements of the project. FHU will prepare final engineering plans and specifications to a CDOT Final Office Review (FOR) (95%) level. The following specific scope items are anticipated: • Horizontal and vertical alignments will be refined to geometrically define roadway widening sections. • Intersection layouts will be finalized to reflect horizontal and vertical geometrics. • Necessary construction details will be prepared. • The three dimensional model will be finalized at widening sections, using the Inroads package of software, that will facilitate production of cross -sections, grading, and earthwork volume determination. • Drainage plans, profiles, details, and quantity tabulations will be produced for required drainage system modifications. • Grading and erosion control plans will be produced that display proposed contours, identifies any locations of erosion control devices, quantifies the amount of materials, and details materials and placement techniques. • FHU will design utility mitigation measures and coordinate with individual utility companies. Clearances from affected utilities will be obtained and the Utility Clearance will be obtained from CDOT. • Signing and striping design will be finalized complementing the Manual on Uniform Traffic Control Devices (MUTCD) and the City of Fort Collins Standards. • Traffic signal design for three intersections will be finalized based upon the City of Fort Collins Standards. • Final construction phasing plans will be developed. Construction traffic control plans will be produced. • Quantities will be calculated and tabulations will be prepared. • FHU will prepare final plans according to CDOT standards to a FOR (95%) level that depict the design as discussed above. The following plan sheets are anticipated: Title Sheet Roadway Plan Sheets Standard Plans List Roadway Profile Sheets Typical Sections Drainage Plans & Profiles General Notes Grading & Erosion Control Plans Summary of Approximate Quantities Utility Plans Survey Control Diagram Signing and Striping Plans Quantity Tabulations Traffic Signal Plans Miscellaneous Details Construction Phasing & Traffic Intersection Detail Sheets Control Plans Removal Plan Sheets Cross -Sections • FHU will develop project specifications that discuss methods, materials, and requirements as related to elements of this project. We anticipate supplementing City of 13 Fort Collins Specifications and CDOT's Standard Specifications for Road and Bridge Construction, 1999. In addition, we will assist the City with preparation of the General and Special Conditions sections that are unique to the City and your contract conditions. • FHU will develop an opinion of probable cost for construction of all the improvements. • Twenty (20) half -sized plan sets will be submitted to the City and CDOT for final review. A FOR meeting will be held with the City and CDOT to discuss comments. • FHU will incorporate final comments from the FOR and provide 100% plans ready for advertisement. • Bid assistance — The City of Fort Collins will advertise the contract and coordinate the bid with contractors and agencies. FHU will attend a pre -bid meeting, assist with bid addenda, review bids, and provide recommendations for contractor selection. • After the contract has been awarded to a contractor, FHU will prepare a construction plan set and a set of construction project specifications. Meetings: Final Design Progress Meetings - Two (2) meetings FOR Meeting — One (1) meeting Pre -bid Meeting - One (1) meeting Deliverables: Final Review Plans, Final Review Specifications, Opinion of Probable Costs, Utility Clearance, Final Plans for Advertisement (half size originals and electronic files), Project Specifications for Advertisement (hard copy and electronic file), Recommendation of a Bid and Contractor, Final Plans for Construction: City - One full size (22"x34") mylar-signed and sealed, one half size (11"x17") bond, and electronic files, CDOT- 7 half size (11"x17") bond and one 8.5"X14"-signed and sealed ,Project Specifications for Construction (One hard copy and electronic file) Task 10 Right-of-WayAcguisition The FHU Team will assist the City and CDOT in finalizing Right -Of -Way plans to obtain the R.O.W. clearance. The following tasks will be completed: • As a part of preliminary design, slope limits will be defined and right-of-way/easement needs will be identified. • FHU will provide drafting services for the production of the right-of-way plans in a CDOT format. The City will be responsible for providing the information to be included in the plans and preparing legal descriptions. • Obtain Right -of -Way Clearance from CDOT. • Prepare R.O.W. mitigation exhibits that graphically represent the work to be performed at each property. The City will use these as tools to facilitate discussions and negotiations. We have anticipated two iterations for each of twenty (20) separate properties. The City and CDOT will complete right-of-way negotiations with the property owners and report any necessary design changes to FHU to be included in the plans. Deliverables: Drafted right-of-way plans in CDOT format, Right -of -Way Clearance, Property mitigation plans 14 Task 11 Reviews and Meetings Regular progress meetings will be held throughout conceptual design with a small Task Force comprised of City, CDOT, a cycling representative, and consultant representatives to present design ideas and to brainstorm solutions in constrained areas. The Task Force will be responsible for making the decisions that will finalize the Vision Plan for the entire corridor and develop and prioritize construction phases. Regular progress meetings will continue through preliminary and final design with appropriate representatives from the City and CDOT to determine the details necessary to prepare construction documents. We have assumed that the City will provide a Notice to Proceed by early August, 2004 with advertisement in June, 2005. The conceptual design report will be submitted in December; FIR plans will be submitted in late February; FOR plans will be submitted in late April. Coordination is anticipated throughout the process. The following meetings are programmed: • Kick -Off Meeting — The FHU Team will attend an initial project kick-off meeting with City and CDOT staffs to discuss project goals, constraints and opportunities, work tasks, technical approaches, and work products prior to implementation. • Task Force Meetings — The FHU Team will attend Task Force meetings with City and CDOT staff once per month to discuss the conceptual design, schedule, and to establish goals for the next period. Five (5) meetings are programmed for conceptual design and prioritization. • Public Open Houses — The FHU Team will organize and conduct three (3) public open houses to present the project and gather public input on the design. • Preliminary/Final Design Progress Meetings — FHU will attend monthly progress meetings with City and CDOT staff to discuss the preliminary and final project design, schedule, and to establish goals for the next period. Five (5) meetings are programmed. • Formal Plan Review Meetings - FHU will attend a FIR meeting at the end of preliminary design and a FOR meeting at the end of final design with the City and CDOT to discuss the design and construction documents. FHU will collect and incorporate or respond to comments. Two (2) meetings are programmed. • Utility Meeting - FHU will attend an informal utility meeting to discuss design impacts to their facilities, and to discuss utility service needs for the site. One (1) meeting is programmed. Deliverables: Meeting Minutes and Necessary Graphics and Staff Support for the Meetings 15 d Task 12 Construction Assistance Construction services are not added as a part of this scope of work. However, at the City's discretion, these services could be provided as a contract amendment. We would commit to providing these services at the billing rates listed below: Principalll $150.00/hour Principal $135.00/hour Associate $120.00/hour Sr. Engineer $110.00/hour Engineer V $100.00/hour Engineer IV $ 95.00/hour Engineer III $ 85.00/hour Engineer II $ 80.00/hour Engineer $ 75.00/hour Senior Designer $ 90.00/hour Designer IV $ 80.00/hour Designer III $ 70.00/hour Designer II $ 65.00/hour Designer I $ 60.00/hour Administrative $ 60.00/hour 16 US 287/SOUTH COLLEGE AVENUE BICYCLE LANE PROJECT EXHIBIT B FEE PROPOSAL TASK PRINCIPAL I DPB $ 135.00 SENIOR ENGINEER RRF $ 110.00 ENGINEER II MRH $ 80.00 ASSOCIATE ELL $ 120.00 ENGINEER II KKN $ 80.00 ENGINEER II CDT $ 80.00 ENGINEER II TF $ 80.00 SENIOR DESIGNER JC $ 90.00 DESIGNER II JH $ 65.00 CLERICAL CG $ 60,00 FHU COST FEHR& PEERS CITY VISIONS LUND PARTNERSHIPTOTAL COST 1. Project Initiation 1.1 Design Criteria 1 1 4 4 685.00 885.00 1.2 Proact Team Contact List 2 1 220.00 220A0 1.3 Pro ect Schedule 1 3 1 440.00 440.00 1.4 Mission Statement 1 4 $ 430.00 430-00 TASK 1 SUBTOTAL 1 3 13 0 1 4 0 1 0 1 1 0 1 $ 1,975.00 1 $ $ $ $ 1,975.00 2, Data Collection for Conceptual Design 3 Mile Condor 2.1 Collect GIS Data 4 16 1,360.00 1,360.00 2,2 Collect Traffic Data 4 $ 440.00 440.00 2.3 Collect Corridor Data 2 160.00 160.00 2 4 Collect City/Private Utility Data and Create Utility database 2 $ 130.00 2,340.00 2,470.00 TASK SUBTOTAL 0 4 6 0 0 0 0 0 18 0 $ 2,090.00 $ $ $ 2,340.00 $ 4,430.00 3. Conceptual Design 3 Mile Corridor) 3.1 Bic le Lane Treatments for General Applications 2 4 16 32 B $ 5 270 00 $ 2.950.00 S 8 220.00 3.2 Bicycle Lane Design -Draft Vision Plan 2 4 24 1 60 S 7.430.00 2,95000 10 380.00 3.3 Finalize Vision Plan 1 1 16 24 3200.00 3200.00 TASK 3 SUBTOTAL 4 8 56 0 116 0 0 8 0 0 $ 15,900,00 $ 5,900,00 $ $ $ 21,800.00 4. Prioritization of Construction Phases 4.1 Conceptual Opinion of Probable Cost 3 Mile Corridor 1 4 20 8 8 12 $ 4,115.00 4115.00 4.2 Determine How to Sertneutate Into Phases 2 4 4 860.00 860.00 4.3 Create Construction Phases 3 Scenanos wb Costs 2 4 20 40 16 6,550.00 6550.00 4.4 Evaluate and Prioritize Phases 2 4 g 1,350.00 $ 1.350.00 TASK SUBTOTAL 5 10 36 0 64 8 8 0 28 0 $ 12.875,00 $ $ $ $ 12,875.00 5. Construction Pro act Decision 5.1 Conceptual Design Report 2 8 60 8 8 40 4 $ 10150.00 10150.00 TASK 5 SUBTOTAL 2 8 60 0 8 0 0 8 40 4 $ 10,150.00 $ $ $ $ 10,150.00 6. Public Involvement Suoicart System 6.1 Protect Announcements 3 6 480.00 2000.00 2480.00 6.2 Public Open Houses 3 6 12 24 24 9 12 7,560.00 $ 3600.00 $ 11 160.00 6 3 Website Sunned 6 S 480.00 1 $ 1 200.00 1 680.00 6.4 Outreach and Followu 800.00 S 800.00 TASK 6 SUBTOTAL 6 12 36 1 0 24 0 0 9 12 1 0 $ 8.520,00 $ $ 7,600.00 $ $ 16,120.00 7. Supplemental Data Collection S,uley By City Forces 7.1 SuivaVAa,n.tsm,a/C.rnp.bWIitV 4 4 1 720.00 720.00 7.2 Create Existing OTM 40 16 4240.00 4240.00 7.3 Utili Database 2 130.00 1 520.00 1 650.00 TASK ] SUBTOTAL1 0 1 0 4 0 44 1 0 0 18 0 $ 5.090.00 $ $ $ 1,520.00 $ 6,610.00 US 2871SOUTH COLLEGE AVENUE BICYCLE LANE PROJECT EXHIBIT B FEE PROPOSAL TASK PRINCIPAL I $ 135.00 SENIOR ENGINEER RRF $ 110.00 ENGINEER II MRH $ 80.00 ASSOCIATE ELL $ 120,00 ENGINEER II KKN $ 80.00 ENGINEER II CDT $ 80.00 ENGINEER II TF $ 8000 SENIOR DESIGNER JC $ 90,00 DESIGNER II JH $ 65.00 CLERICAL CG $ 60.00 FHU COST FEHR& PEERS CITY VISIONS LUND PARTNERSHIPCPS 8. Prelimina En morin Assume 1 Mile Conidor8.1 Horizontal& Vertical Alinments 4 32 2880.00 8.2 Intersection La uts 4 20 1920.00 8.3a 3dimensional Model Creation 32 2 560.00 8.3b Eadhwork d 320.00 8.3c Cross-seceome 8 1 1 S 640.00a 1 $ 640.00 8 4 Slope Limits and Right-of-way Definition 1 8 8 1,415.00 1,415.00 8.5 Drainage Design 2,400.00 2,400.00 8.6 Grading and Erosion Control 8 $ 64000 1,200.00 $ 1,840.00 8.7 Utility Impact & Mitigation Plan $ 1280.00 $ 10.00 8.8 Signing 8 Striping 20 1,600.00 $ 1,600.00 8.9 Traffic Signal Desi n 3 si nals 4 26 2,360.00 2 360.00 8. 10 Construction Phasing 4 24 $ 2240.00 2240.00 8.11 O inion of Probable Costs 1 2 4 20 8 $ 2,795,00 $ 320,00 $ 3,115,00 8.1240% FIR Plan Production 1 8 8 16 140 12035.00 750.00 $ 260000 $ 15385,00 TASK 8 SUBTOTAL 3 14 32 0 192 0 24 0 148 0 $ 31,406.00 $ 750,00 $ $ 7,800.00 $ 39.955.00 9. Final Engineering Assume 1 Mile Conidor 9.1 Horimntal & Vertcal Alignments 2 16 $ 1,440.00 1,440.00 921nlersection La uts 2 16 $ 1440.00 1440.00 9.3 Construction Details 16 1 280.00 1,280.00 9.4a 3dimensional Model 8 $ 640.00 $ 640.00 9 db Eadhmrk 8 $ 640,00 $ 640.00 9.4c Cross -Sections 8 640.00 640.00 9.5 Drains a Plans & Profiles $ 2,880.00 2,880.00 9.6 Goidinq & Erosion Control Plans 8 $ 640.00 640.00 1,280.00 97 Utility Plans $ 1280.00 1280.00 9.8 Signsia & Striping 8 $ 6d0.00 S 640.00 9.9 Traffic Signal Design 3 signals) 4 1 16 1 $ 1,720,00 $ 1 720.00 9.10 Construction Phasing and Traffic Control Plans 8 26 $ 2.560.00 2,560.00 9,11 Quantity Tabulations 4 16 8 2120.00 $ 320.00 $ 2440.00 9.1295% FOR Plan Production 8 8 16 140 11900.00 $ 750,00 $ 2600.00 15250,00 9.13 Pro ect S acifcations 1 4 32 4 2 4 3,855.00 $ 160.00 4,015.00 9,14Opinion of Probable Costs 1 2 d 8 $ 1315,00 $ 131500 9,15100% AEvertisemant Plan Production 4 16 24 1 3220.00 $ 320,00 MOM 9.16 Bid Assistance 16 16 $ 2560.00 2,560.00 9.17 Construction Plan Set and Specifications 4 4 24 1 226000 $ 2260,00 TASK 9 SUBTOTAL 2 18 84 0 192 0 18 0 196 6 $ 38,870,00 $ 1,230.00 $ $ 7.720.00 $ 47,820.00 10, Right-cf-WaV Acquisition (By City with Drafting Assistance 10.1 Define Sloe Limits and R' ht-of -y Needs See Task 8.4 10.2 Right-of-myRighl-of-my Plan Diaftln 16 40 3880.00 3'80.00 10.3 ProMitigation Plans 16 40 $ 3880.00 3880.00 TASK 10 SUBTOTAL 0 0 32 0 0 0 0 0 80 0 $ 7,760.00R2500.00 $ $ $ 7,760.00 11. Reviews and M sbn s 11.1 Kick -OR Meetin 6 6 8 6 1 2650.00 560.00 3710.00 11 2 Task Force Mesta s 5 12 18 40 30 12 2 10 100,00 $ 2,000.00 14 800.00 11.3 Public Open Houses See Task 6.3 11 A PreliminarrIFinal Desoto Progress Meetings 5 40 30 3 $ 5,780.00 5,780.00 11.5 Formal Plan Reviews FIR and FOR)16 26 16 2 $ 5.480.00 6 120.00 11.8 UtilityMeetings 1 8 640.00 $ 160000 TASK 11 SUBTOTAL 34 24 120 0 82 0 0 0 12 8 $ 24,650.00 $ 3,000.00 $ 2,560 fi$2 $ 31,810,00 OTHER DIRECT COSTS 8750.00 832,00 $ 600 8582.00 TOTAL FEE 57 101 479 0 726 9 50 26 552 19 $ 166.035.00 $ 11 712.00 $ 10,760 $ 209,887.00 EXHIBIT C ATTENTION CONSULTANTS - NOTICE In February, 1999 the U. S. Department of Transportation (USDOT) revised its Title 49, Code of Federal Regulations, Parts 23 and 26, concerning its continuing requirement that all States implement a Disadvantaged Business Enterprise (DBE) Program for all federally -funded contracts. That federal requirement applies to all section 24-30-1401, C.R.S., federally -funded professional services consultant agreements executed by CDOT. In response to that federal regulation, in June, 2001 the Colorado Transportation Commission adopted Resolution No. 966. Among other things, Resolution No. 966 established a new DBE goal setting process for professional services consultant contracts, in order to more narrowly tailor CDOT's DBE program to conform with the results of the 2000 Statewide Disparity Study. That Disparity Study found that all DBEs will be considered to be UDBEs. Accordingly, CDOT will now set individual project goals on consultant contracts for all UDBE professional services cons ultants/subconsultants, based upon the type of work included in each project and the availability of UDBEs capable of performing such work. CDOT will use a consultant's proposed use of UDBE participation in the project work as an evaluation criterion in the selection of a consultant for the project. Project specific DBE goals will be set by the appropriate Regional EEO Representative or Headquarters DBE Program Manager, using a process similar to the one currently used to establish DBE goals for UDBEs on highway construction projects. As a result, all CDOT professional services projects advertised after June, 2001 shall contain individual project UDBE goals conforming to Resolution No. 966, and each selected consultant shall be required by CDOT's project contract to provide the UDBE participation contained in its proposal. Please refer to the section in the Statement of Interest package that describes the new DBE goals and requirements. 7 Professional: City: With Copy to: Felsburg Holt & Ullevig City of Fort Collins, Purchasing City of Fort Collins 6300 South Syracuse Way P.O. Box 580 Transportation Planning Suite 600 Ft. Collins, CO 80522 P.O. Box 580 Centennial, CO 80111 Attn: John Stephen Ft. Collins, CO 80522 Attn: Dean Bradley Attn: Kathleen Reavis 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 OO I Wd 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: 2 October 26, 1999 DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS AND REQUIREMENTS 1. Definitions and Procedures - For this project, the following terms are defined: A. Disadvantaged Business Enterprise (UDBE). 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. (b) Individuals found by the Office of Certification at the Department of Regulatory Agencies to be socially and economically disadvantaged. B. UDBE 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. UDBE joint ventures must be certified as a joint venture. The UDBE percentage of the joint venture will be determined at the time of certification. C. Underutilized UDBE (UDBE). A firm which meets the definition of Underutilized Disadvantaged Business Enterprise (UDBE) based on the findings and recommendations of CDOT's Disparity Study concerning consultants on CDOT projects and is eligible to meet the contract goal as defined in the paragraph titled "Contract Goal." The Colorado Transportation Commission adopted Resolution No. 966 and set a 10.93% overall annual goal for the remainder of FFY 2001 and for FFY 2002. 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 UDBE by the Department Any small business may apply to the Department of Regulatory Agencies (DORA) for status as a UDBE. Application shall be made on forms provided by the DORA for certification of UDBEs. However, only work contracted or subcontracted to UDBEs 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 UDBE 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 UDBE status within any given period of time. 3. The Department will prepare, publish or make available from time to time a list of UDBE contractors, consultants, vendors and suppliers for the purpose of providing a reference source to assist any consultant in identifying UDBEs 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 UDBEs. The UDBE list is also available at: http://www.dot.state.co.us/business/desiqn/consuItantmqt/ 2. Selection of UDBEs by Consultant: A. Consultants shall exercise their own judgments in selecting any subconsultant 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 UDBEs. 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 UDBE Definitions and Requirements. Failure to comply may constitute grounds for default and termination of the Contract. E. Consultant's UDBE Obligation. 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. To 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. F. Counting UDBE Participation Toward Goals 1. Once a firm has been certified 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 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 UDBE 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 UDBE. 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, 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. 10 c. The Consultant may count toward its UDBE goal the following expenditures to UDBE firms that are not manufacturers or suppliers: 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 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 UDBEs. Upon completion of the project, the Consultant shall submit a list of all UDBEs (both UDBEs and other UDBEs) 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 Consultant'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. B. 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: 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. 11 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 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 UDBE program, and in substantial compliance with the terms and conditions of these UDBE definitions and requirements. C. UDBE firms which fail to perform a commercially useful function as described in subsection 4(E) of these UDBE definitions and requirements or operate in a manner which is not consistent with the intent of the UDBE 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 UDBE definitions and requirements may constitute sufficient grounds for default and termination of the Contract. 12 ADDENDUM A: FEDERAL REQUIREMENTS Federal laws and regulations that may be applicable to the Work include: A. The "Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments (Common Rule), at 49 Code of Federal Regulations, Part 18, except to the extent that other applicable federal requirements (including the provisions of 23 CFR Parts 172 or 633 or 635) are more specific than provisions of Part 18 and therefore supersede such Part 18 provisions. The requirements of 49 CFR 18 include, without limitation: 1. the Local Agency/Contractor shall follow applicable procurement procedures, as required by section 18.36(d); 2. the Local Agency/Contractor shall request and obtain prior CDOT approval of changes to any subcontracts in the manner, and to the extent required by, applicable provisions of section 18.30; 3. the Local Agency/Contractor shall comply with section 18.37 concerning any subgrants; 4. to expedite any CDOT approval, the Local Agency/Contractor's attorney, or other authorized representative, shall also submit a letter to CDOT certifying Local Agency/Contractor compliance with section 18.30 change order procedures, and with 18.36(d) procurement procedures, and with 18.37 subgrant procedures, as applicable; 5. the Local Agency/Contractor shall incorporate the specific contract provisions described in 18.36(i) (which are also deemed incorporated herein) into any subcontract(s) for such services as terms and conditions of those subcontracts. B. Executive Order 11246 of September 24, 1965 entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967 and as supplemented in Department of Labor regulations (41 CFR Chapter 60) (All construction contracts awarded in excess of $10,000 by grantees and their contractors or subgrantees). C. The Copeland "Anti -Kickback" Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3) (All contracts and subgrants for construction or repair). D. The Davis -Bacon Act (40 U.S.C. 276a to a-7) as supplemented by Department of Labor regulations (29 CFR Part 5) (Construction contracts in excess of $2,000 awarded by grantees and subgrantees when required by Federal grant program legislation. This act requires that all laborers and mechanics employed by contractors or sub -contractors to work on construction projects financed by federal assistance must be paid wages not less than those established for the locality of the project by the Secretary of Labor). E. Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) as supplemented by Department of Labor regulations (29 CFR Part 5). (Construction contracts awarded by grantees and subgrantees in excess 13 of $2,000, and in excess of $2,500 for other contracts which involve the employment of mechanics or laborers). F. Standards, orders, or requirements issued under section 306 of the Clear Air Act (42 U.S.C. 1857(h), section 508 of the Clean Water Act (33 U.S.C. 1368). Executive Order 11738, and Environmental Protection Agency regulations (40 CFR Part 15) (contracts, subcontracts, and subgrants of amounts in excess of $100,000). G. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163). H. Office of Management and Budget Circulars A-87, A-21 or A-122, and A-102 or A- 110, whichever is applicable. The Hatch Act (5 USC 1501-1508) and Public Law 95-454 Section 4728. These statutes state that federal funds cannot be used for partisan political purposes of any kind by any person or organization involved in the administration of federally - assisted programs. J. 42 USC 6101 et seg. 42 USC 2000d, 29 USC 794, and implementing regulation, 45 C.F.R. Part 80 et. seq.. These acts require that no person shall, on the grounds of race, color, national origin, age, or handicap, be excluded from participation in or be subjected to discrimination in any program or activity funded, in whole or part, by federal funds; K. The Americans with Disabilities Act (Public Law 101-336; 42 USC 12101, 12102, 12111-12117, 12131-12134, 12141-12150, 12161-12165, 12181-12189, 12201- 12213 47 USC 225 and 47 USC 611. L. The Uniform Relocation Assistance and Real Property Acquisition Policies Act, as amended (Public Law 91-646, as amended and Public Law 100-17, 101 Stat. 246- 256). (if the contractor is acquiring real property and displacing households or businesses in the performance of this contract.) M. The Drug -Free Workplace Act (Public Law 100-690 Title V, subtitle D, 41 USC 701 et seg.). N. The Age Discrimination Act of 1975, 42 U.S.C. Sections 6101 et. seq. and its implementing regulation, 45 C.F.R. Part 91; Section 504 of the Rehabilitation Act of 1973, 29 U.S.C. 794, as amended, and implementing regulation 45 C.F.R. Part 84. O. 23 C.F.R. Part 172, concerning "Administration of Engineering and Design Related Contracts". P. 23 C.F.R Part 633, concerning 'Required Contract Provisions for Federal -Aid Construction Contracts". 14 Q. 23 C.F.R. Part 635, concerning "Construction and Maintenance Provisions'. R. Title VI of the Civil Rights Act of 1964 and 162(a) of the Federal Aid Highway Act of 1973. The requirements for which are shown in the Nondiscrimination Provisions, which are attached hereto and made a part hereof. 15 APRIL 1980 Nondiscrimination Provisions: In compliance with Title VI of the Civil Rights Act of 1964 and with Section 162(a) of the Federal Aid Highway Act of 1973, the Contractor, for itself, its assignees and successors in interest, agree as follows: A. Compliance with Regulations. The Contractor will comply with the Regulations of the Department of Transportation relative to nondiscrimination in Federally assisted programs of the Department of Transportation (Title 49, Code of Federal Regulations, Part 21, hereinafter referred to as the "Regulations"), which are herein incorporated by reference and made a part of this contract. B. Nondiscrimination. The Contractor, with regard to the work performed by it after award and prior to completion of the contract work, will not discriminate on the ground of race, color, sex, mental or physical handicap or national origin in the selection and retention of Subcontractors, including procurement of materials and leases of equipment. The Contractor will not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix C of the Regulations. C. Solicitations for Subcontracts. Including Procurement of Materials and Equipment In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurement of materials or equipment, each potential Subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the ground of race, color, sex, mental or physical handicap or national origin. D. Information and Reports. The Contractor will provide all information and reports required by the Regulations, or orders and instructions issued pursuant thereto and will permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the State or the FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of the Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the State, or the FHWA as appropriate and shall set forth what efforts have been made to obtain the information. E. Sanctions for Noncompliance. In the event of the Contractor's noncompliance with the nondiscrimination provisions of this contract, the State shall impose such contract sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: 1. Withholding of payments to the Contractor under the contract until the Contractor complies, and/or; 2. Cancellation, termination or suspension of the contract, in whole or in part. 16 F. Incorporation of Provisions. The Contractor will include the provisions of paragraphs A through F in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, orders, or instructions issued pursuant thereto. The Contractor will take such action with respect to any subcontract or procurement as the State or the FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that, in the event the Contractor becomes involved in, or is threatened with, litigation with a Subcontractor or supplier as a result of such direction, the Contractor may request the State to enter into such litigation to protect the interest of the State and in addition, the Contractor may request the FHWA to enter into such litigation to protect the interests of the United States. 17 J i11,., ii i. Hourly billing rates: Principal11 $150.00/hour Principal $135.00/hour Associate $120.00/hour Sr. Engineer $110.00/hour Engineer V $100.00/hour Engineer IV $ 95.00/hour Engineer III $ 85.00/hour Engineer II $ 80.00/hour Engineer $ 75.00/hour Senior Designer $ 90.00/hour Designer IV $ 80.00/hour Designer III $ 70.00/hour Designer II $ 65.00/hour Designer 1 $ 60.00/hour Administrative $ 60.00/hour with maximum compensation (for both Professional's time and reimbursable direct costs) not to exceed Two Hundred Nine Thousand Eight Hundred Eighty-seven Dollars ($209,887.00). Monthly partial payments based upon the Professional's billings and itemized statements of reimbursable direct costs are permissible. The parties acknowledge that Fehr & Peers, City Visions, and Lund Partnership, are not parties to this agreement. However, the rates listed for services to be provided by these subcontractors shall be the rates paid by the City to the Professional for these services. If the amount charged by these subcontractors exceeds the rates listed in Exhibit "B" the excess amount shall not be paid or owed by the City. The limitation on increases in prices set forth in section 4 herein shall apply to all rates listed in Exhibit "B" including subcontractor rates. 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. 3 ATTACHMENT LO Certification for Federal -Aid Contracts The contractor certifies, by signing this contract, to the best of its knowledge and belief, that: No Federal appropriated funds have been paid or will be paid, by or on behalf or the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal 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 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 influencing or attempting to influence an officer or 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. 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 Section 1352, Title 31, U.S. Code. 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. The prospective participant also agree by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Required by 23 CFR 635.112 IR 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. APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING Submit signed Attachment 4, Certification Regarding Lobbying, with Bid or Proposal. Certification for Contracts, Grants, Loans, and Cooperative Agreements ILI ACORDrM CERTIFICATE OF LIABILITY INSURANCE 0DATE 8/11104Dm) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Van Gilder Insurance Corp. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 700 Broadway, 1000 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR y ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Denver, CO 80203 303 837-8500 INSURERS AFFORDING COVERAGE INSURED INSURER A: St. Paul Insurance Felsburg Holt & Ullevig, Inc. INSURER B: Hartford Insurance Group 6300 S. Syracuse Way, #600 INSURERC: Hartford Insurance Centennial, CO 80111 INSURER D: XL Specialty Insurance Company INSURER E: COVFRAG:FS THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR L rypE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE AT MM/DD POLICY EXPIRATION AT MMIDDm LIMITS A GENERAL LIABILITY BKO1421523 05/01/04 05/01/05 EACH OCCURRENCE $1 000 000 FIRE DAMAGE (Any one fire) $1000000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR MED EXP (Any one person) $10 000 PERSONAL & ADV INJURY $1 000 000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIM ITAPPLIES PER: PRODUCTS-COMP/OPAGG $2000000 POLICY PRO LOC B AUTOMOBILE LIABILITY ANY AUTO 34UECFW5245 05/01/04 05/01/05 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS X BODILYINJURY (Per accident) $ HIREDAUTOS NON -OWNED AUTOS X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG A EXCESS LIABILITY BKO1421523 05/01/04 05/01/05 EACH OCCURRENCE $4 000 O00 X OCCUR CLAIMS MADE AGGREGATE s4,000,000 $ DEDUCTIBLE $ X RETENTION $ C WORKERS COMPENSATION AND 34WEGKC2800 05/01/04 05/01/05 X WTATU I IOTH- EMPLOYERS'LIABILITY E.L. EACH ACCIDENT $500OOO E.L. DISEASE -EA EMPLOYEE $500,000 E.L. DISEASE -POLICY LIMIT s500,000 D OTHER Architects & DPR9401794 06/21/04 06/21105 $2,000,000 per claim ngineers $4,000,000 annl aggr. rofessional Liab DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: P-942 US 2887/South College Avenue Bike Lane Project City of Fort Collins is listed as an Additional Insured, under General Liability only, in respects to their interest in work performed by the Insured as per written specified contracts. City of Fort Collins Administrative Services -Purchasing 215 N. Mason St., Second Floor PO Box 580 Fort Collins, CO 80522-0580 Arnun 9ccr9 MT1. _�. uwn-�nnnnn��n-�c.�n SHOULD ANYOF TH E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30—DAYSWR17TEN NOTICE TOTHE CERTIFICATE HOLDERNAMED TOTHE LEFT, BUTFAILURE TODOSOSHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVE .A r^ n ACADn CADDADATIAU 4ORA DATE ACORDrM CERTIFICATE OF LIABILITY INSURANCE 08111/04Dm) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Van Gilder Insurance Corp. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 700 Broadway, 1000 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Y ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Denver, CO 80203 303 837-8500 INSURERS AFFORDING COVERAGE INSURED INSURERA: St. Paul Insurance Felsburg Holt & Ullevig, Inc. INSURER B: Hartford Insurance Group 6300 S. Syracuse Way, #600 INSURERc: Hartford Insurance Centennial, CO 80111 INSURER D: XL Specialty Insurance Company INSURER E: nnveeAccc THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR rypE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE M D POLICY EXPIRATION DATE MM DDIYY LIMITS A GENERAL LIABILITY BKO1421523 05/01/04 05/01/05 EACH OCCURRENCE $1 000 000 FIRE DAMAGE (Any one fire) $1 00U 000 X COM MERCIAL GENERAL LIABILITY CLAIMS MADE u OCCUR $1 U 000 MED EXP (Any one person) PERSONAL & ADV INJURY $1 000 000 GENERAL AGGREGATE $2 000 000 GEN'L AGGREGATE LIM ITAPPLIES PER: PRODUCTS-COMP/OPAGG $2000000 POLICY PRO LOG B AUTOMOBILE LIABILITY ANY AUTO 34UECFW5245 05/01/04 05/01/05 COMBINED SINGLE LIMIT (Ea accident) $1'000'000 X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS X BODILY INJURY (Per accident) $ HIRED AUTOS NON-OWNEDAUTOS X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - FA ACCIDENT $ OTHER THAN FA ACC $ ANY AUTO $ AUTO ONLY: AGG A EXCESS LIABILITY BKO1421523 05/01/04 05/01/05 EACH OCCURRENCE s4,000,000 X OCCUR CLAIMS MADE AGGREGATE $4 000 000 $ DEDUCTIBLE $ X RETENTION $ C WORKERS COMPENSATION AND 34WEGKC2800 05/01/04 05/01/05 X NC STATU- OTH- Y IMIT R E.L. EACH ACCIDENT _ $500,000 EMPLOYERS' LIABILITY E.L. DISEASE -EA EMPLOYEE $500,000 E.L. DISEASE -POLICY LIMIT s500,000 D OTHER Architects & DPR9401794 06/21/04 06/21/05 $2,000,000 per claim Engineers $4,000,000 annl aggr. Professional Liab DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS RE: P-942 US 2887/South College Avenue Bike Lane Project City of Fort Collins is listed as an Additional Insured, under General Liability only, in respects to their interest in work performed by the insured as per written specified contracts. City of Fort Collins Administrative Services -Purchasing 215 N. Mason St., Second Floor PO Box 580 Fort Collins, CO 80522-0580 SHOULD ANYOF THE ABOVE D ESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TOMAIL30DAYSWRITTEN NOTICE TO TH E CERTIFICATE H OLDER NAMED TO TH E LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NOOBLIGATION OR LIABILITY OF ANYKIND UPON TH E INSURERJTS AGENTS OR REPRESENTATIVE Arncn 99s 17lo7I4 _i �c�,eeoor■■oc�ceo ■■nn to Arfmn CnRPnRATION 198E ACORDTM CERTIFICATE OF LIABILITY INSURANCE 08/11/040m) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Van Gilder Insurance Corp. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 700 Broadway, Suite 1000 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Denver CO 80203 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. r 303 837.8500 INSURED Felsburg Holt & Ullevig, Inc. 6300 S. Syracuse Way, #600 Centennial, CO 80111 I COVFRAr;FC INSURERS AFFORDING COVERAGE INSURERA: St. Paul Insurance INSURER B: Hartford Insurance Gro INSURERC: Hartford Insurance NsuRER D: XL Specialty Insurance INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN_SR LTR A TYPE OF INSURANCE X COMMERCIAERAL L X COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR POLICY NUMBER BKO1421523 POLICY EFFECTIVE DATE M /DD 05/01/04 POLICY EXPIRATION ATE MM1DDm 05/01/05 LIMITS EACH OCCURRENCE $7000000 FIRE DAMAGE (Any one fire) $1r000.000 MED EXP (Any one person) $1 Q 000 PERSONAL & ADV INJURY $1 000 000 GENERAL AGGREGATE $2 000 000 GEN'L AGGREGATE LIM IT APPLIES PER: POLICY PRO- LOC PRODUCTS -COMP/OPAGG s2,000,000 B AUTOMOBILE X LIABILITY ANY AUTO 34UECFW5245 05/01/04 05/01l05 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 ALL OWNED AUTOS - SCHEDULED AUTOS BODILY INJURY (Per person) $ X HIREDAUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident)E JXON-OWNEDAUTOS LIABILITYY AUTOAUTO ONLY-EAACCIDENT $ OTHER THAN EA ACC AUTOONLY: AGG EACH OCCURRENCE $ EXCESS LIABILITY X OCCUR CLAIMS MADE BKO1421523 05/01/04 05/01/05 $ s4,000,000 AGGREGATE s4000000 DEDUCTIBLE X RETENTION $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITYIQRYLIMITS 34WEGKC2800 05/01/04 05/01/05 X WC STATU- OTH- $ E.L. EACH ACCIDENT $500, 000 E.L. DISEASE -EA EMPLOYEE $500,000 E.L. DISEASE -POLICY LIMIT $2,000,000 per claim $4,000,000 annl aggr. $500,000 D OTHER Architects & ngineers �rofessional Liab DPR9401794 06/21/ 44 06/21/05 DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: P-942 US 2887/South College Avenue Bike Lane Project City of Fort Collins is listed as an Additional Insured, under General Liability only, in respects to their interest in work performed by the insured as per written specified contracts. CERTIFICATE Hrn nFR City of Fort Collins Administrative Services -Purchasing 215 N. Mason St., Second Floor PO Box 580 Fort Collins, CO 80522-0580 SHOULD ANYOFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TH E EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TOMAIL30 DAYSWRrrTEN NOTICETOTHE CERTIFICATE HOLDERNAMED TOTHE LEFT, BUTFAILURE TODOSOSHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON TH E INSURE R,ITS AGENTS OR REPRESENTATIVE ACORD 25-S (7/97)1 of 1 #S3733RR/MAR799It r�r Y{V `"' ^vvnv vvnt-VRArrV1Y 1.900 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. Proiect 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. 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 4 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. 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", consisting of thirteen (13) pages, attached hereto and incorporated herein by this reference. Wi w.. THE CITY OF FORT COLLINS, COLORADO By: w N-, QQ Ja es B. O'Neill II, CPPO, FNIGP Dire r of Purchrasing & Risk Management DATE: / (� [ oy ATTES)�q q,4 City Clerk lrc� 1iEC7VI TO FORM: AWtOin�RY y Attorney Felsburg Holt & Ullevig By: Title: EXEZvrnyE Vp CORPORATE PRESIDENT OR VICE PRESIDENT Date: '7 JBoIoA-- (Corporate Seal) JJ EXHIBIT A PROJECT DESCRIPTION The City of Fort Collins wishes to contract with Felsburg Holt and Ullevig to design and prepare construction documents for the US 287/South College Avenue Bicycle Lane Project. The first stage of this project is development of a conceptual plan for the addition of bicycle lanes along US 287/South College Avenue from Harmony Road to Carpenter Road. This plan will define bicycle lane widths, locations, crossing treatments, right-of-way impacts, construction impacts/elements, and signing/striping/signal treatments that will safely and efficiently integrate a new bicycle facility on the state highway. Once a Vision Plan has been established for the entire corridor, construction phases will be defined and prioritized based on design and budget criteria. Preliminary and final design will then be performed to implement the first phase of construction identified in conceptual design. Coordination with multiple interested stakeholders will be a key element of the project. City of Fort Collins Transportation Planning and Engineering Departments will be actively involved in the design process and will be supported by other departments within the City as the project progresses. CDOT will also be an active participant since the project is located on a state highway and will be utilizing Federal Enhancement Funds administered through CDOT. In addition, the community, including residents and business owners in the area, potential facility users, the cycling community, and City advisory boards, will provide keen insight into the development of the Vision Plan for the corridor. PROJECT TEAM Felsburg Holt, & Ullevig will be the singular point of contact for this work assignment. Many work assignments will be performed using our in-house capabilities. Where we do not have the expertise, we have supplemented those skills with those of Fehr & Peers, City Visions, and Lund Partnership. Individual responsibilities include: Felsburg Holt & Ullevig - Project Management Bicycle Lane/Roadway Design Traffic Engineering Signing and Striping Signal Design Construction Phasing and Traffic Control Public Involvement Assistance Construction Assistance Fehr & Peers - Bicycle Facility Design/Expertise (Concept Level) Construction Plan Review City Visions - Public Involvement Program Lund Partnership - Drainage/Erosion Control Design Utilities 7 SCOPE OF WORK AND ANTICIPATED COSTS SCOPE OF WORK The addition of bicycle lanes along the US 287/South College Avenue corridor south of Harmony Road will be a beneficial expansion to the City's bicycle system, especially to those commuter cyclists at the south end of Fort Collins. The following goals are established to help develop a plan that will provide a safe, continuous route for bicycles: Define bicycle lane treatments that will safely integrate bicycle traffic with high-speed vehicular traffic without reducing the efficiency of traffic flow through the corridor. Define impacts, and mitigate these impacts, associated with constructing the bicycle facilities. Determine right-of-way and easement requirements to implement the plans. Inform the public and meet with adjacent property owners to work out design issues relating to their property and access. Implement the plans in a timely fashion with sensitivity to project budgets. Coordinate the design with other Potentially Affected Interests including CDOT, other City Departments, the cycling community, and City advisory boards. Fulfillment of the above outlined outcomes will assure successful completion of the project. Therefore, the following scope of work has been established to focus on attaining these outcomes. It should be noted that there are some uncertainties as to project limits and needs for the preliminary and final design and construction phases of this project. Several assumptions have been made to develop the scope and fee. Following the conceptual design phase, it will be necessary to review the scope to determine if the assumptions correspond to the actual efforts that will be required to complete the preliminary and final design. BASE SERVICES Task 1 Proiect Initiation Upon Notice -to -Proceed, an initial project kick-off meeting will be held with all vested City, CDOT, and FHU Team staffs. The principal purposes for this meeting are for each involved party to state their goals and objectives, identify known opportunities and constraints, and agree on design guidelines for the project. In addition, the group will review work tasks, technical approaches, and work products required to complete the project. Items to be discussed include: • Goals and Objectives — needs and wants of City, CDOT, cyclists, motorists, adjacent property owners, etc. that can be addressed by this project. • Design Criteria - lane widths, accel/decel lane requirements, use of signed shared roadway sections, bicycle treatments, etc. • Critical Design Issues — bicycle lane interfaces at intersections, widening conflicts, coordination with developments. • Public Involvement Program — stakeholders, project announcements, open houses, web page • Design and Review Process — level of detail for existing conditions and design, steps/tasks to define the improvements to be advanced to preliminary/final design. This meeting shall be followed with a field visit to review existing conditions and gain the real world perspective on the improvements. FHU will provide the City with a handout for this meeting with project contacts, design criteria, the anticipated project schedule, and other M. pertinent information. Following the meeting, FHU will consolidate the goals and objectives identified at the meeting into a draft project Mission Statement that can be presented to the public for review and comment at the first public open house. Meetings: Kick -Off Meeting Deliverables: Design Criteria, Project Team Contact List, Project Schedule, Mission Statement Task 2 Data Collection for Conceptual Design The FHU Team will utilize existing City of Fort Collins GIS data as the base for the Conceptual Design phase. FHU will complete field investigations as necessary to confirm existing conditions that may not be clear from the GIS mapping at critical design areas. The following information will be provided by the City to complete the Conceptual Design: • GIS Aerial Mapping • GIS Electronic Files- topographic, planimetric, and right-of-way maps • Existing Traffic and Accident Data • Corridor Planning Documents/Active Development Projects • City Utility Key Maps • South College ACP Mailing List The FHU Team will also collect utility key maps from private utility companies Deliverables: AutoCAD utility mapping and database Task 3 Conceptual Desian Building off the Mission Statement developed from input at the kick-off meeting and first public meeting, the FHU Team will work with the City and CDOT to evaluate cross -sectional elements of the bicycle lane implementation. Opportunities and constraints of differing bicycle lane treatments will be identified and designs for crossing locations will be developed. With input from the City, CDOT, and the public, the Team will identify treatments for the following applications: • Free -flow traffic sections • Signalized intersections • Unsignalized intersections • Driveways with high traffic flow • Driveways with low traffic flow • Connections to other bicycle lanes/trails Once treatment options are identified for general applications, site -specific conditions will be considered and alternative design solutions will be presented for evaluation at specific locations, as required. A Draft Vision Plan will be developed on the aerial mapping in accordance with City and CDOT standards. The design will define bicycle lane locations, width, signing, striping, signal improvements, and bicycle lane interfaces at intersections/driveways. Roadway widening locations will be identified, as well as property and infrastructure impacts. The Draft Vision Plan will be presented to the public. Based on comments from the public, the Vision Plan will be updated and finalized. 0