HomeMy WebLinkAbout455706 STOLFUS & ASSOCIATES INC - CONTRACT - RFP - P1159 NORTH COLLEGE CORRIDOR IMPROVEMENTS PHASE II (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 Stolfus and Associates, Inc., 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 fourteen
(14) pages, and incorporated herein by this reference.
2. The Work Schedule. The services to be performed pursuant to this
Agreement shall be performed in accordance with the Work Schedule attached hereto as
Exhibit "B", consisting of one (1) pages, and incorporated herein by this reference.
3. Contract Period. This Agreement shall commence March 5th, 2009 and shall
continue in full force and effect until June 30, 2011, unless sooner terminated as herein
provided.
4. 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:
Deliverables: Meeting Minutes
Photo Log
Existing Conditions Map
Utility Maps
Floodplain Information
Traffic Projections
Task 2 - Develop Conceptual Design, Alternative Analysis / Recommendation of Preferred
Alternative and Concept Plans
Based on the project goals established, Stolfus & Associates, Inc., with input from the City,
CDOT and the TAC, will develop a set of criteria to evaluate how well each alternative meets the
project goals. Using the data collected and feedback from the TAC at the kick-off meeting, up to
3 conceptual alternatives for the corridor will be developed. Corridor alternatives will consider
typical section elements, safety and access improvements in accordance with the Access
Management Plan, establishing pedestrian and bicycle facilities, and compatibility with design
standards and other local plans/projects. Ayres Associates will develop stormwater system
improvements options in conjunction with the corridor alternatives and will consider outfall
locations, system size, and outlet conditions. The stormwater system concepts will include a
horizontal layout, but vertical investigations will be limited to identification of fatal flaws. In
addition, up to three streetscape concepts will be developed that may include plant palettes,
materials, street furnishings, site lighting, public art opportunities, gateway characteristics,
environmental graphic design/wayfinding/signage/branding, and similar design treatments for
landscape, streetscape, and pedestrian area elements.
Specific considerations during conceptual alternative development include floodplain, the Lake
Canal crossing, and the Hickory/Conifer intersections. In conjunction with Ayres Associates,
Stolfus & Associates will develop and design up to 3 alternatives between Vine Drive and the
Lake Canal crossing to a preliminary design level to analyze the affects on the floodplain. The
goal is to achieve connectivity of the pedestrian facilities on the west side of the roadway with a
no -rise condition.. Ayres Associates will evaluate proposed improvements to establish the
feasibility of achieving a no -rise condition for the floodplain using an at -grade or below -grade
construction approach. This analysis will include evaluation of existing topography versus
proposed improvement grades based on the existing FEMA floodplain cross -sections. Hydraulic
modeling of proposed improvements is not included in this scope of work. We are aware that if
the design is not able to meet the no -rise criteria, a CLOMR for the Poudre River floodplain will
be required. A separate scope and budget will be required to prepare a CLOMR. In addition, we
anticipate that refinements will be necessary during Phase 2 to finalize and obtain a no -rise
certification. Attached and detached options for bicycle and pedestrian crossings of the Lake
Canal will be developed and evaluated. Finally, 3 concepts for the Hickory/Conifer intersection
will be developed and evaluated for safety and operations in accordance with HES fund
requirements. Recommendations for short-term and/or long-term solutions will be made.
Opinions of probable cost will be prepared for alternatives developed. Costs will include
construction costs and an estimate of right-of-way acquisition cost. Right-of-way costs will not be
known until appraisals are completed, so we have assumed that the City's Real Estate
Department and/or H.C. Peck will provide an average square foot cost based on the best
available local knowledge for a limited number of property types.
Based on public comment, TAC feedback, Transportation Board and City Council input, and an
evaluation of the alternatives with regard to the criteria originally established, a preferred
alternative will be identified. Following identification of the preferred alternative, the concept will
be refined to incorporate stakeholder input and additional details. Stolfus & Associates, Inc. will
assist the City in identifying a phasing and prioritization plan to address phased implementation
Standard Professional Services Agreement- rev07/08
3
of the preferred alternative or "vision plan". The phasing and prioritization plan will include a
"fiscally constrained plan" of improvements that can be achieved with the available budget and
schedule, a priority list of "vision plan" elements not included in the fiscally constrained plan, and
an implementation plan for completing the priority list items.
A conceptual design report will be prepared summarizing the Phase 1 process, public outreach,
findings and next steps. The report will provide the City with a hand-off document that will guide
preliminary and final design of improvements identified for construction in 2011 and
implementation of subsequent phases of the North College Corridor. Up to 4 illustrative sections
and elevations and 2 illustrative perspective graphics depicting the conceptual design intent will
be prepared. The report will also include documentation of the phasing and prioritization plan
described above and the funding strategy and implementation plan as described in Task 4. The
"next steps" section of the report will include potential funding sources, timelines, submittal
requirements, etc. for completion of the overall project in the future. In addition, the design
report will include conceptual engineering level plans (10% +/-) that will include general roadway
geometry and storm sewer system layout. These concept plans will be based on Larimer County
Urban Area Street Standards (LCUASS) and CDOT standards.
Deliverables: 3 Streetscape Concepts
3 Concepts for Hickory/Conifer Intersections
Phasing and Prioritization Plan
Opinions of Probable Cost
Conceptual Design Report including Graphics and Concept Plans
Task 3 - Traffic Study
Based on the information collected in Task 1, a Traffic Study will be prepared according to
LCUASS and the Fort Collins Multimodal Transportation Level of Service Manual. Prior to
beginning the Traffic Study, Stolfus & Associates, Inc. will coordinate with the City and CDOT
Traffic Engineers to develop an acceptable traffic analysis methodology that covers data
collection, growth rates, development and trip generation assumptions, future traffic network
assumptions, and elements included in the study. The Traffic Study will analyze existing
conditions to develop a solid understanding of the current conditions. The Study will also analyze
horizon year conditions based on the traffic projections developed in Task 1. The analysis will
include, at a minimum, identification of any existing lane width/ geometric deficiencies, level of
service at study area intersections, level of service for alternate modes, an assessment of
auxiliary lane needs and storage lengths, and size recommendations for significant access
points. In addition, the information will be used to prepare a pavement design during preliminary
design.
Of specific interest, the Traffic Study will include an analysis of 3 conceptual alternatives
identified for the Hickory/Conifer Street intersection. The results of these analyses, in
combination with other criteria such as cost and property impacts, will be used to compare
alternatives and make overall decisions for improvements at this location.
Deliverables: Traffic Methodology Memo
Traffic Study
Task 4 — Funding
Stolfus & Associates, Inc. will work with City and CDOT staff to develop a funding strategy. The
strategy will include a summary of committed resources, identification of potential additional
resources, and funding requirements/timelines of each committed and potential resource.
Standard Professional Services Agreement- rev07/08
0
Additionally, the funding strategy will include an implementation plan. The implementation plan
will evaluate phasing of improvements, co -mingling vs. separation of funds, and bidding
schedules.
Potential'additional resources included in the funding strategy and our approach to each funding
type is summarized below.
State & Federal Transportation Funds
Based on our understanding of the project and initial conversations with CDOT staff, we will
focus, but not limit, our state and federal transportation fund pursuits on the following funds
administered through CDOT:
• Surface Treatment
• HES
• Enhancement
• CMAQ
• Traffic Operations
• Maintenance
• STIP metro funding
For each of the funds listed above, Jeff Kullman of PBS&J will initiate contact with the
appropriate CDOT staff member, identify available funds (if any), establish information
requirements for potential funding requests, and work with the project team to prepare
compelling cost/benefit or other analyses to demonstrate the project's needs/eligibility for funds.
Jeff will also follow up with the CDOT fund managers throughout the project to pursue additional
funds as they become available.
Additionally, we will work with the City to approach the North Front Range MPO regarding
potential stimulus funds for the longer -term portion of the expected Federal Stimulus package.
To the extent that potential funding is identified and compatible with project demands, we will
prepare supporting documents for a formal funding request from the North Front Range.
Local Funds
Per our discussion, City staff will be the primary point of contact for identification and pursuit of
local funds. We will provide supporting services by preparing informational packet materials. For
the purposes of budgeting, we have assumed that we will prepare packet materials for up to six
(6) presentations by City staff to City Council and/or others in pursuit of Truck Route funds,
Stormwater Utility funds, general funds, etc.
Other Resources
Other resource funding investigations will include NFCBA, North College Urban Renewal
Authority (URA), Department of Local Affairs (DOLA), and others. At this time, the URA and
NFCBA appear to have the most potential for success. Similar to our local fund approach, we
will provide support to a designated NFCBA representative. This approach will provide flexibility
to NFCBA in pursuit of various forms of participation from its membership. We have assumed
preparation of up to three (3) meeting packets/talking points for this activity.
For DOLA and others we have assumed that no more than one (1) additional resource with
strong likelihood of success will be identified, although several inquiries will be made. For the
selected resource we will initiate contact with the appropriate agency staff member, identify
Standard Professional Services Agreement- rev07/08
5
available funds, establish information requirements for potential funding requests, and work with
the project team to prepare compelling cost/benefit or other analyses and a formal application to
demonstrate the project's needs/eligibility for funds.
Implementation Plan
The implementation plan will consider up to three (3) phasing/bid packaging scenarios for
completing the proposed improvements. The phasing/bid packaging scenarios will consider
logical, complementary construction elements, maintenance of traffic patterns, funds to be used,
and ultimate completion of desired outcomes. The scenarios will be compared to a single phase,
fully federalized implementation approach to evaluate benefits of phasing. Input from the City,
CDOT, and project stakeholders will be considered in development of final recommendations.
Deliverables: Funding Strategy Outline with updates, as needed
Implementation Plan
Up to 7 funding request packages for State & Federal Funds
Up to 7 information packets for Local Funds
Up to 3 information packets for Other Funds
Up to 1 funding request package for Other Funds
Task 5 - QA/QC
Stolfus & Associates, Inc. will perform a Quality Assurance/Quality Control (QA/QC) review of
project submittals for conformity with project requirements and guidelines. Submittals will be
reviewed for conformity with funding source requirements, conformity with City and CDOT
Standards, and overall completeness and accuracy.
Task 6 — Project Management
The consultant team organization is illustrated in the organization chart attached. Additional
staff may be used to support key team members identified, complete specialized tasks, or
provide additional support to meet project schedules. If modifications to key team members are
required for any reason, the consultant project manager will contact the City project manager to
discuss the change and the proposed course of action.
The overall project organization will consist of five tiers of communication as described below:
• Tier 1 — City Project Manager and Consultant Project Manager — The project managers
will be the key contacts for day-to-day management of the project. E-mail and phone
communication will be used for day-to-day management and coordination of the work
elements.
• Tier 2 - Core Team - The Core Team will include the City Project Manager, City
Engineer, the CDOT local agency engineer, and the consultant project manager. Core
Team meetings will be used as working sessions to maximize team decision -making.
Specific discipline representatives and consultant team members will be invited to Core
Team meetings, as needed. Five Core Team meetings including a review meeting for the
conceptual design report, are anticipated (excludes kick-off).
• Tier 3 — TAC - TAC meetings will be held on a monthly basis. The purpose of these
meetings will be to present ideas and obtain feedback and additional ideas from the
TAC representatives that can be used to develop and refine potential corridor
alternatives and the overall vision for the corridor. In addition, the TAC will participate in
defining the corridor vision and preferred alternative or vision plan and in
evaluating/prioritizing elements in the fiscally constrained plan. Four TAC meetings are
included, excluding the kick-off meeting. E-mail communication will be used between
meetings to keep TAC members informed of progress and upcoming project events.
Standard Professional Services Agreement- rev07/08
2
Tier 4 — Agency Coordination - Stolfus & Associates, Inc. will facilitate coordination
between the City and CDOT, including CDOT specialty departments such as
environmental, traffic, survey and right-of-way, materials, and drainage. In addition,
coordination with City Utility departments including Capital Projects and Stormwater,
private utilities and adjacent projects including NEWT, NECCO, GWET, and Vine Drive
Realignment project will be completed separately throughout the project. As described in
Task 1, the Stolfus Team will contact private utilities and adjacent projects to introduce
the project and request existing field data or plans. If critical conflicts occur or additional
information is needed, Stolfus & Associates, Inc. will contact utility or project
representatives individually to discuss. Once a preferred alternative has been identified,
a utility meeting will be scheduled to review the preferred alternative and discuss
potential utility conflicts. Potholing will be completed in Phase 2 of the project.
Tier 5 — Stakeholder Involvement — A public involvement program, as described in Task
7, will be used to engage the public in the project, including elected officials, the local
business community, and the general public.
We have assumed that most meetings will take place at the City offices and will be combined with
other project activities to the extent feasible. If appropriate, Core Team meetings may be
conducted via conference call. Stolfus & Associates, Inc. will be responsible for scheduling all
meetings, preparing meeting exhibits, participating in the meeting, and preparing and distributing
minutes to record the discussions.
Deliverables: Meeting minutes
Meeting exhibits
Task 7 — Stakeholder Involvement
The stakeholder involvement plan for the project will include 3 public meetings, assistance with 1
presentation at a City Council workshop, support for 1 Staff presentation to City Council, 1
Transportation Board meeting, 1 presentation to NFCBA by Stolfus, project newsletters and web
support as described below. The purpose of the stakeholder involvement plan is to engage the
public, elected officials, and business community, especially the NFCBA, in formulating a vision for
the corridor that is rooted in the North College Corridor Plan, incorporates the needs of the Access
Management Plan, and creates an identity for the corridor that represents desires and values of its
local community. Feasibility of implementation is critical to success.
Public Meetings
Stolfus & Associates, Inc., with the assistance of Design Workshop, will lead three public meetings
to actively engage the corridor property owners, tenants, and general public in the process. The
purposes of the first public meeting are to introduce the project, begin a visioning process to define
the public's values and priorities for the corridor, and gather input and corridor information. The
purposes of the second public meeting are to present alternatives, follow-up on corridor visioning
with the public, and gather feedback that will be used to give definition to the vision plan. Initial
discussion of fiscal constraints will also be included in meeting 2. The purposes of the third
meeting are to provide the public with an opportunity to ask questions and provide comments on
the overall corridor vision and the preferred alternative, including the "vision plan" and the "fiscally
constrained plan", prior to finalization.
Stolfus & Associates, Inc. & Design Workshop will prepare meeting notices, exhibits (8-10 large
format display boards mounted on foam core), activity materials, comment sheets, and meeting
summary notes. We will use this opportunity to work toward "informed consent" on specific public
concerns and to solidify a corridor concept. Meeting notices will be provided for affected parties
including property owners, tenants, CDOT personnel, City Staff, City Council, City Transportation
Standard Professional Services Agreement- rev07/08
7
Board, FHWA, business and citizen interest groups, and the public at large. In addition, Stolfus &
Associates, Inc. will prepare and facilitate press releases and media materials prior to each public
meeting. We have assumed that the City will provide a contact list of property owners and tenants,
distribute meeting notices, obtain meeting spaces, and provide refreshments for the public
meetings. In general, Stolfus & Associates, Inc. will lead engineering related topics while Design
Workshop will lead corridor visioning activities and development of the project's urban design
elements.
As follow-up to the public meetings, we anticipate the need for one-on-one coordination with
affected property owners to determine impacts and mitigation at each property. We recognize
that there may be a handful of properties that have significant or unique circumstances that
require more coordination during Phase 1 than others. However, the details necessary to
conclude discussions for the majority of these properties will likely not be determined until
preliminary and final design. Therefore, the focus of the one-on-one meetings will be on
establishing agreement regarding general effects on properties. For budgeting purposes, we
have included hours for up to 12 one-on-one meetings with property owners to discuss these
types of impacts and for general coordination with area property and business owners. These
meetings will last approximately'/2 hour to one hour each and take place in Fort Collins on two
consecutive days. The meetings will be scheduled in combination with other project team
meetings in the area, if possible.
City Council Meetings
Stolfus & Associates, Inc. will assist City Staff in presenting the project to City Council at one City
Council workshops. The first workshop will occur following the 2"d public meeting and the 1st
Transportation Board meeting, described below. The purposes of the meeting are to present
alternative concepts presented to the public, share public input gathered, provide the Council with
technical support for use with the project, and answer questions. Information provided may
include:
• project background information
• a logistical summary of the project process
• project elements, goals, and outcomes expected in Phase 1
• schedule
• summary of public involvement process
• a summary of funding opportunities the team plans to pursue
• graphical representations of proposed improvement concepts
Following the third public meeting, Stolfus & Associates, Inc. will provide support for a Staff
presentation of the preferred alternative at a City Council workshop. The purposes of the workshop
will be to present the preferred alternative, obtain feedback from Council, and prepare Council for
Phase 2 of the project.
Transportation Board
Prior to the first workshop with City Council, Stolfus & Associates, Inc. will assist City Staff in
presenting the project to the Transportation Board. The purposes of this meeting will be to present
initial public reaction, initial concepts that will be presented to the public and project status., City
Staff will present the project at a second Transportation Board meeting prior to the second City
Council workshop to present the draft preferred alternative and recommendations.
Standard Professional Services Agreement- rev07/08
E
North Fort Collins Business Association
We anticipate day-to-day communication about the project progress with the NFCBA will be done
through the NFCBA liaison assigned to the project as a member of the TAC and through project
newsletters. City Staff will also provide monthly updates to the NFCBA at their regularly scheduled
meetings. In support of City Staff, Stolfus & Associates, Inc. will attend one regularly scheduled
NFCBA meeting for the purpose of updating the group on alternative development and project
progress.
Project Newsletters and Website Support
Project newsletters will be prepared and distributed prior to all public meetings and other major
project milestones as needed. Newsletters will be posted or linked to websites which may
include the City, NFCBA, DDA, DBA, and URA websites. In addition, an e-mail distribution list
will be developed to distribute newsletters or other project information to interested stakeholders.
For budgeting purposes, we have included preparation of 5 newsletters: project introduction,
public meeting 1, 2 and 3 and a follow-up newsletter.
Stolfus & Associates, Inc. will work with the City to post newsletters, graphics, and contact
information on the City's website. We will also contact interested groups as identified above to
request postings or links on their websites.
Deliverables: Public Notices for distribution by City
Press releases
Public meeting exhibits & materials
Comment sheets
Meeting summary notes
City Council/Transportation Board/NFCBA presentation materials
Newsletters
Website materials
Task 8 — NEPA
In anticipation of preparing the necessary documentation to obtain a Categorical Exclusion for
the improvements, Stolfus & Associates, Inc., with the assistance of PBSU will review the
project corridor to determine potential environmental issues that require detailed study. We will
coordinate closely with City Staff and CDOT environmental staff to identify these locations. The
Stolfus Team will identify studies related to Threatened and Endangered Species, Wetlands,
Section 404 Permitting, Mitigation/Wetland Findings, Senate Bill 40, Stormwater Discharge
Permit, Air Quality, and Noise Analysis. CDOT Staff will identify studies related to Noxious
Weeds and Hazardous Materials. A memo summarizing the findings and recommendations for
environmental studies needed to complete CDOT Form 128 will be prepared for use in the next
phase of the project. Detailed environmental studies will be completed according to City and
CDOT requirements during Phase 2 of the project.
Deliverables: NEPA Summary Memo
Task 9 — Geotechnical and Pavement Design Report
CTL Thompson will prepare a geotechnical and pavement design report for North College
Avenue. Prior to drilling, boring locations will be approved by City and CDOT Staff. In addition,
the Stolfus Team will coordinate timing of the borings with the City to allow for survey of located
utilities by the City in conjunction with the borings. The following scope elements will be included
to complete the geotechnical and pavement design report:
Standard Professional Services Agreement- rev07/08
0
1. Obtain required permits for drilling in the State Highway right-of-way.
2. Provide traffic control during drilling operations.
3. Drilling six (6) borings.
• Borings will be drilled to depths of 10 feet or to auger drill refusal.
• Samples will be taken for additional testing and the ground water levels will be
measured in the boring when it is completed.
• Borings will be backfilled with flow -fill per City of Fort Collins requirements.
4. Testing some samples from our borings as we believe needed for our analysis.
5. Prepare a report summarizing the results of the field and laboratory work proposed above,
and presenting our analysis, opinions, conclusions and recommendations including the
following:
• A summary log of the borings with descriptions of the soils/bedrock penetrated by the
borings and the depth to the ground water measured in the borings
• Discussions regarding:
- recommended pavement section and construction criteria;
- recommendations for compaction of engineered fill and utility trench backfill, as
needed;
- excavation considerations including excavation difficulties, side slopes, slope
bracing and temporary dewatering recommendations, if needed;
- the acceptability of on -site natural soils and existing fill for reuse as engineered
fill;
- groundwater effects on the proposed pavement; and
- recommendations for subgrade preparation if the site soils/bedrock samples are
high in water-soluble sulfates.
6. Sending four copies of our report for the building signed by an engineer registered in the State
of Colorado and a Colorado Professional Geologist.
Schedule and Fee
Stolfus and Associates, Inc. can begin work on this project immediately upon notice to proceed.
We anticipate completion of the above scope of work according to the attached schedule.
Stolfus and Associates, Inc. will coordinate with the City to modify the schedule if unforeseen
circumstances arise that impact the schedule.
Stolfus & Associates, Inc. will provide these services on a Time and Materials basis with a "Not
to Exceed" limit which we will not charge beyond without prior written approval. Project
expenses will be reimbursed at cost. We have estimated that the above scope of services,
could be completed for a maximum "Not to Exceed" budget of $229,829.
Additional services may be provided at our standard hourly rates or by amending this proposal
with new tasks.
Standard Professional Services Agreement- rev07/08
10
ENGINEERS
Farnsworth
ARCHITECTS
SURVEYORS
19
GROUP
SCIENTISTS
Project Management
Farnsworth Group, Inc. (FGI) will coordinate with Stolfus and Associates, the City of Fort Collins,
and CDOT (if requested), in order to meet the project deadlines and deliver a quality product.
This includes all project meetings, phone calls, emails, supervision of staff, and contract
administration.
Research and Title Review (50 Owners)
FGI will either conduct or coordinate research at the City, County, and State levels in order to
receive needed information from assessor's maps, plats, monument records and right-of-way
plans that affect the project area. FGI will review up to 50 title commitments furnished by the
City of Fort Collins for the affected property on the project.
Specific tasks may include:
• Searching the County records for assessor's information and maps, land survey plats
and sub -division plats
• Searching the States Data records for Monument records
• Locate any Right -of -Way or Construction plans that may be available from CDOT
• Searching the City and County records for documents not typically included in title
commitments
Property Surveys
FGI will complete on -site inspections of the property to verify and note any physical evidence of
easements, wells, ditches, ingress and egress. FGI will perform all ROW field surveys, in
accordance with CDOT ROW requirements, to establish evidence of ownership, including but
not limited to; property boundary corner pins, aliquot corners, fences (if not already identified),
and verification of topography items in the anticipated ROW areas such as underground cables
and conduits, wells, irrigation ditches and systems, septic tanks, cesspools, leaching fields,
trees, and other shrubbery.
Specific tasks may include:
• Verifying existing control
• Visiting each land owner and/or parcel to locate existing property pins
• Survey for property pins utilizing search coordinates calculated using previous owner
data(title commitments, plats, previous field data
• Locate all aliquot corners that control the descriptions of both private and public
properties, or confirm what has previously been surveyed by the city
• Surveying additional topography, if necessary, that may indicate ownership evidence
Right -of -Way plans Ownership Map
FGI will prepare an ownership map in accordance with CDOT standards, detailing existing
Standard Professional Services Agreement- rev07/08
11
rights -of -way and properties within the project area. The ownership map will be drawn at a scale
sufficient to show property lines and ownership information within the project area.
The ownership map will be completed so that the design and final right-of-way can be defined
and placed upon the ownership map to develop needed parcels and easements required to
prepare the right-of-way plans as prescribed by CDOT. This will allow the right-of-way process
to begin earlier in the acquisition/relocation process and expedite the project to construction.
Note: The ownership map's intent is to show any conflict in boundaries, showing any railroads,
highway, utility easements and rights -of -way, etc. These features are also shown, as they
require access and access control. Any topographic features such as structures, fences,
drainage, streams and rivers will be shown due to the potential effect they may have on access
to and within the project site. The underlying topography (surveyed by others) will be provided to
FGI for inclusion into the map by the City.
Preparation of a Right -of -Way Ownership may include the following specific tasks:
• Review preliminary design and field survey notebooks
• Establish basis of bearings and coordinate with CDOT Design and Right -of -Way
Sections
• Compute alignment and coordinates of all found legal monuments within the first tier of
properties left and right of centerline
• Review Memorandums of Ownership and supporting plats supplied by either CDOT or
title company
• Calculate coordinates of lost or obliterated corners using guidelines established by the
Bureau of Land Management
• Establish subdivision of sections using Bureau of Land Management Guidelines,
showing all section lines and aliquot parts on the ownership map.
• Determine existing right-of-way limits from deeds of record
• Determine ownerships and existing easements of record
• Reconcile overlaps and gaps in ownerships and documenting method used
• Plot ownership map on (a) 24"x 36" sheet(s) in accordance with specifications.
• Label all monuments found with description of monument and coordinates
• Show improvements and topography within the ownerships as well as existing access to
the street system
• Number ownerships alternately as they occur in the centerline from the south to north or
west to east in the same direction. as the stationing. Show current names of owners and
lessees.
• Calculate area of ownerships affected, establishing bearings and distances on all
ownership lines, including coordinates of all property corners, while deducting area for
existing road right-of-ways.
• Show areas of complex ownerships graphically by cross hatching different land uses
• Place seal, number, and name of Professional Land Surveyor licensed in the State of
Colorado who is in responsible charge of the work
Standard Professional Services Agreement- rev07/08
12
Professional:
City:
With Copy to:
Stolfus and Associates, Inc.
City of Fort Collins,
City of Fort Collins,
Attn: Elizabeth B. Stolfus
Transportation Planning
Purchasing
5690 DTC Boulevard, Suite 101 W
Attn: Jennifer Petrik
PO Box 580
Greenwood Village, CO 80111
PO Box 580
Fort Collins, CO 80522
Fort Collins, CO 80522
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.
5. 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.
6. Compensation. In consideration of the services to be performed pursuant
to this Agreement," the City agrees to pay Professional a fixed fee in the amount of Two
Hundred Twenty One Thousand Seven Hundred Eighty Nine Dollars ($221,789.00) plus
reimbursable direct costs of Eight Thousand Forty Dollars ($8,040.00). All such fees and
costs shall not exceed Two .Hundred Twenty Nine Thousand Eight Hundred Twenty Nine
Deliverables
FGI will prepare a complete ownership map in accordance with CDOT standards. FGI will
provide an electronic file of the ownership map in AutoCAD format, in accordance with the
design team standards. DGN files can also be provided in MicroStation format, to comply with
CDOT digital deliverables, if requested, as an additional service. All supporting documentation
and associated calculations will also be provided. FGI will provide an ownership map on a
CDOT border current with the CDOT Right -of -Way Manual, Chapter 2.
Fee
All cost estimates are based on 50 owners and title commitments that have the potential of being
involved in the right-of-way process. The fee does not include the Project Control Diagram
and/or Land Survey Control Diagram portion of this project, nor the Right -of -Way Plans. Fees
assume all survey information provided by the City conforms to CDOT standards and require no
adjustments. The proposed fee assumes that the Project control has been established to CDOT
standards and will be provided to FGI. Obtaining "Permission to Trespass" on private lands is
also not included in the proposed maximum fee.
Standard Professional Services Agreement- rev07/08
13
Organizational Chart
City of Fort Collins
NFCBA
Departments
DDA
City Transportation Board
DBA
City Council
Utilities
CDOT
Public
FHWA
Bike/Ped Advocacy Groups
FEMAIUSACE
Trucking Industry
NEWT,GWET, NECCO
Transfon
Fort Collins URA
JenniferPetrik
Kyle Larnbrech4 PE
Project Manager,
Project Engineer,
Transportation Planning,
Engineering,
_
City of Fort Collins
City of Fort Collins
Tim Tuttle, PE
Local Agency Engineer
CDOT
Roadway Design
Michelle Hansen, PE
Jeremy Colip
Traffic Analysis & Design
Matt Brown, PE
Jame Archambeau, PE, PTOE (PEiSJ)
Mohan Garakhaff, PE, PTOE, TE (PBSJ)
Structural Design
Jeff Stapleton, PE, SE (PBSJ)
Dave Nemaitz, PE (PBSJ)
Survey/ROW
Dave DiFufvio, PLS (FW)
Mike Bouchard, PLS (RN)
ROW Acquisition
Mike Anders (HCP)
Data Collection
Eric Boivin (ATD)
Geotechnical Engineering
R.8_ 'Chip'Leadbetter, III, PE(CTL)
RobinDornfest, PG (CTL)
Standard Professional Services Agreement- rev07/08
14
Michelle Hansen, PE
Consultant Project Manager
Streetscape/Urban Design
Richard Shaw, FASLA (DW)
AshLay Allis (DN9
Kelan Smith (DI"
Public Involvement
Elizabeth Stoffus, PE
Michelle Hansen, PE
AshleyA#is (DW)
Tiha Brand (PBS/)
Funding Coordination
Elizabeth Stoffus, PE
Jeff Kul/man, PE (PBSJ)
Karyn Keese (PBSJ)
Environmental
Carrie Wafis, PE (PBSJ)
Richard Griffin, PE (Merco)
Darrel Cornell, Ph.D. (Marco)
Jean Tate Fh.D. (Merco)
Thomas Norman, PE (CTL)
I
Elizabeth Stoltus, PE
Principal In-Charge/OA/O C
Floodplain Analysis
Andrea Faucett, PE (AA)
Nikki Randall, PE (AA)
Drainage Design
& Utility Coordination
Andrea Faucett, PE(AA)
Jaclyn Mfchaelsen, PE(AA)
Lighting
Don Ackerman, PE (AEl)
Helen Reschl (AEI)
Construction Phasing
& Traffic Control
Dan Lidde, PE (PBSJ)
Lee Kunselman, PE(FBSJ)
Construction Observation/
Design Support
Michelle Hansen, PE
Jeremy Colip
Legend
PBSJ - PBS& J
DW-Design Workshop. Inc.
AA - Ayres Associates
FW- FamsmahGroup
HCP - HC Peck & Associates, Inc.
CTL -CrL Thompson,, Inc.
Merco - Marco, Inc.
AD - Ackerman Engineering, Iru
ATD - All Traffic Data Services, Inc.
TM low its Of
- III
2
Kirk ON 1611681biq
low
Thu
Thu 3&"
3
RwM Two Ram GT
few
&Gmas"
Thu L610a
Thu 1/6,OB
&sm
A
_
Gelect Ednig MMPat6 Wldas etc.
106rys?
Mon 32m
Fat 3/1309
5
Field iew revW Cary Ta4w {seseY
_ 6
Tra16c Study Data Cefse ion 1hld""np w�Ciy Track Enpvree,
1 dap
12 days?
Thu L19b9
Thu 14"
Thu L/9A9
Fn 12009
7
Traffic Courts by Cay
3 drys?
Two 312409
Thu 326/l19
9
Rocew Tala VAwk Nm City
low
Thu 413=9
Thu 4130M
_ 9
Ow by lap
Kdays?
1`116/1009
Fri 7131g9
10
Oawlsp C9ftV0 , AOMRsalw &A*ph At AeefraralMMn et PnPfh rt Aklrwallw
in de,"?
FM 31601111
Fri 7131M
I
Ce W DeaW AAowA*ws
55 drys?
Fii
Thu 621.08
12
Opiiena aIFreMbla Cast
N drys?
Man 12
Thu6/11N9
17
YYiM "kindle of Funda t11adM tar F1l Program
I der!
4/1,,M
VIM 4/tg9
VAtl l/1q9
14
Develop Ptelamd Akarrleliw
49 drys
In S2m
VAb 7rsm
16
pled, Opinion, of Prpdaak Coal
20 drya?
Mon 649,09-
Fri 7/24M
16
Catlppl Report d Pena (Ha11M1OR dacsnter4. icorporMes Ngirp uratAPi)
25 days?
Mon 6/298)6
Fat 7A1g9
t
_ �;
41 delis?
Thu 35"
Thu WWI*
/5
toYys?
Thu
__
19
Fu1Mig 6lratpy ONkrn
21 drys?
S)SM
Thu 3ANB
Th 4*ft
Thar 4/1.OB
20
_
Funding Resource Investigations
34 drys?
Mon 32
Thu 9
WAYS
71
P,t�ucirgd Pnoryn qsn
exg
76 tlayti
Mon 4/20�Dp
Fn 7A1i0B
1{�.r.����
Imo"`
_
21
Prj lbhapmane
107 drys?
86 days?
Thu 3b.09
Thu Maims
Fn 7A1b9
Tin 71160"
24
TAC M4etnp
Y days
Tu 471M
Thu 7/1010
25
TAC Meeting 1 - Ir" Afte nnwei
1 day
Thu
Thu
26
TAC Matlig 2. Lohaanfla on NarMies
1 day
Thu 5/7.OD
fi(7M
S(7M
Thu Sr7,W
2—:
TAC Meeting 3 - Dalm Dieaton br Prelerrcd Nematiw
1 day
Thu 6m W
Thu 6NN9
TAC Als" 4 - CornenwslEMuternnX of Pielened Aae niene
I day
Thu 7/1A9
Thu 712,09
Cew Itself AlseNssp
06 days
Th. MtfOf
711illiS
Thu 4/K
M
{0
Caw Tears Natuksfa
K days
Tlw 3no"
Thu 7/144,09
31
! Cone Tesm Mrsetiga I
I lily
Thu 3/19A9
Thu 3/19/D9
32
Clue Team Meetings 2
1 day
Thu 4/16009
Thu 4/16A9
33
Core Team M.". 3
1 del,
Thu 62M
Thu 629/09
34
Coe Team Meetings 4
1 day,
Thu 6/10{09
Thu lftim
35
Core Teem Meeli gs 5
I day,
Thu 7/16,OD
Thu 7/16N9
w
IJtiMy Maetin9
1 dry
Thu 7/1609
Thu 7116N9
37
flaieholder InvolwmeM
110 days?
Mad L16"
Tw 70fAf r
Se
Public himiga
110 days?
11" 1, 1fAa
To, TMAVV 0
39
NFCBA kteninq
IN days
Wed vzm
WM 7mm I
40
NFCEA Meeting 1 - Jen
I day
Vied 225M
Wed 2r26M 1
41
NFCBA Met" 2. Jen
1 Yy
Vs 325A9
Vhtl 12WS
42
NFC6A Meeting 3 - Jeri d bhofus
14y
Wed 422M
Wed 4r11.09
43
NFCBA Meeting 4 • Jen
1 day
Ned 5127M
VVed 6127109
44
NFCBA Meeting 5 - Jen
1 day
Wed 624N9
Ned 624106
d6
NFCEA Meebng 6-Jen
I day,
Ned 7r12M
Ned 7/2209
46
Notice for Public Meeting 1
1 der!
Mon 312109
Mon 323108
47
Pibkc Mseing 1
1 day?
Ned 4A109
Ned 44M
48
bkc
PfCommeed Period ksr pubkc Meeting 1
l0 drys?
Thu 4A109
Wed 422009
49
Tlensponli on Eoard Packet Deadline ne
1 day?
Vved 6bb9
Wed 65gB
_ 60
I
TrenspatMt en Sono 1
1 W
Ned 5120AP
Wed! 620009
{I._
-
Ilona an Pfbkc Meeting 2
1 Yr+
Ned 5b09
Ned 6bI09
52
Puekc Meeting 2
1 darn
Thu 6mI0S
Thu S21I09
63
P bkc Cammna Petits for Pubkc Meellrg 2
IQ"
Fat 522A9
Thu W4A9
54
One-onpn Meeting, "h Affected Parties
I day
Thu 629g9
Thu 526A9
56
City County 1 Packet Deadline
i day'
Tue 52609
Tue 526N9
Coy Cound 1
5/'—�
Notice for Public Meeting 3
1 day?
Mon 61220M
Mon 622,09
A
Public Meeting 3
1 dw
Ned law
Ned 718"
69
Public Corrfnienl Period for Putikc Meeting 3
10 days
Netl 718A9
Tue 7211M
60
Tnnsportaton Board 2 Padrat Deadline
dry?
7/1819
VIM
61
Trenwortslon Soem Meeting 2- Jen
I day?
eel
WM T1419
Wed ISM
7MAIMS
62
City Couui 2 Packet DsMme
1 dAy?
Tue 7114M
ue
Tue 7/14A9
63
City Cannot 2 -Jeri
1 dart
Tue 72f09
Tw 726AB
64 NEPA
60 days
Mon 6l11.09
Fat 7/31g9
65 01~hn"l a Pawment Desyn Rapon
40 drys?
Mon sit 1109
Fn 7r3A9
96 Scope Phase a
10 days
Ned 7/16A9
Tue
67 PunuR of funding per imp4mematbn plan
165 days?
Mon satire
w
Fat 3/IwI019110
66 pmpmnary EMneenng
w days
Mon a2r09
Fri I Ir2009
69 FIR f h,011Ml
10 days
Mon I Ir13AD9
Fn 1214M
70 FIR Maetnq
71 Kns
1 Yyi
151 drys?
T. 12A,09
Mon 4/309
Tue 121809
Mon 311/10
72JA.Wpdo%*n
pinafr the
59 days
Tue 12A819
Fn 2/16/10
75bmital
10 drys?
Mon 3l1110
Fn 3112110
14eting
_.�..
1 OM
Tue L16l/0
Tue 3/16110
_71..oised
1 dar
Tue 3JI6110
Tue L16/10
_
—�
N
15 days
Non 311110
Fn 3/19I10
Pursue wnding, as neeawd per implanemetion Plan
196 days
Mon UM10
Mon 12/10/10
IN drys
Mon 322/10
Men 1220/10
79•
{del
1 dry?
Tue 1221110
Tue 1221t10
so
K~~ dO^
I day?
Tue t2'2WiQ
Tue 1228/10
{1 1D
16 days
Thu 12/3d10
Thu Iral I
IV
bye -
16 drys?
Tutu I2d11
Thu 2/10111
F 6 6 M T W T
EXHIBIT B
WORK SCHEDULE
_.sawlnat tiaabal
F
1
F-
6G
T
1
4, 4M
1
I
I
1
1
1
1
1
1 I
I
1
1 I
I
I
1
1
1
1 I 1 1 1
I
I
1
I
F�
I
Yrs�
4, Tla
1
7121
k� L
T
Prgen: North College ScheW4e 344)l
Dole 13ed 3NAp Ta✓ seemPropeta MilestoneG 6--WY prppp Sunvraiy
W T F 5 S M T W T F 6 5 M T
FAemtl Tasks _—__ E?demat Milestone Deadline
1
Page 1
EXHIBIT C
FEE SCHEDULE
North College Corridor Improvement Project - Phase II
Phase 1 - Planning, AttemaHves Anatysts, and Conceptual Design
-Vine Drive to ConiferMickory
FL Collins, Colorado
Hourly Rates (Stolfus).
Hourly Rates (Ayres)
Hourly Rates (PBS&uy. Hourly Rates (Design Workshop).
Pirr ipal(Stollus)
$150
Project Manager(Faucelq
$160
Sr. Project Manager(Liddle. Kullman) $175 Prcipal(Shew) $225
Senor Engineer(HanseNBrown)
$130
Ergineer(Michaelsonniandall)
$120
Project Manager (Wallis or Archambeau) $126 Associate (Allis) $75
Design Entimeer(Collp)
$90
CAD/GIS(Brghtweli)
$80
Sr. Engineer 11(Garakhalli) $116
Administrative(MamosMallis)
$55
Word ProceswaEdilw/Contract Admin(Powell)
$75
Graphic Arsl(Brand) $65
Clerkal(Geyer)
$55
Admin Assl.(Rockick) $58
Star
Hourly Rates(CTL Thompson): Hourly Rates( Famsworth):
Pmjecl Manager(Domfest) $105 Principal( DiFulvio)
$151
Staff Ergineer(Leadbener) $8.5 Prof. Manager(Bouchard)
$135
Project Designer / Surveyor
$109
Senior Designer It Surveyor
$102
Designer l Surveyor
S97
Chief Tech / Crew Chie((Finley)
$09
Tech. 1 / Inst Person
S54
Admin
S53
Hourly Rates (HC Pack):
R/W Manager(Anders) $103.95
Senior Eatimator(Bergr $84.89
Stol(us
A re
EngineerAssociates
P858J
Design Workshop
CTL Thompson
FamswaRh Group
N.C. Peck &
Inc,
Task
Task 1- Document (cx7sfing Conditions
PrefectKick-off _ - ---
Field Inventory&Plob Log _
Survey Review
Ensfirg Conditions Map, Including ROW aria Utilities
Existing Traffic Studies, Plans, Pmjectlons _
Accident Data &Access Permits _
Right-of-way Boundary survey
Preliminary Owrorsmp Map _
Fluty mapping
FboOplein lniermatron
Tdk Y -Develop Conceptual Design, Alternative Analysis I -
Recommendation of Preferred Alternative and Concept Plans
Safety and access Improvements
Fbodplain Analysis - Vine DnsebLake Canal -
Drainage & Utility design_
Pedhike tacihbes
Streetscape -
3 concepts for Hickon grader
Senior Design
Principal Engineer Engineer
Sbffus Hansen Colip
Flours Flours I Hours
4 21 _ SI
--4- 8 4
Admin
Mamos
Hours
_ _ 0
0
- Word
Hydraulic processor
Modeling/ Engineer- Editor/
Pmjecl Analysis/ Floodplain Contract
Manager Design Analysis GAD,GIS Admin
Faucett Michaelson Randall Bnghtwell Powell
thous Hours Hours Hours Hours
• - -_ 18 1• _ _ 0 0
4 4 { 0 0
0 0 _0 0 _0_
4 4 4 0 0
0 2 2 0 _0
0 0 0_ 6 0_
0 0 0 0 1 0
0 0 0 0 o
0 0 0 _ 0 0
0 8 0 0 0
0 0 8 0_ _ 0
24 76 48 S2 •
I
Cicada]
Geyer_
Hour
0 _
0
0_
0
0
0
0
0
_ 0 _
0
0
4
Sr. Project
Manager
Kuliman
Hours
1
4
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0 -
0
0
0
0
•1
2
Sr Project
Manager
Uddle
Hours
_ 0
0
0
0
0
0
0
0
0
- 0
0
jl��-
0
0
_ 0
0
0
a
- a
0
0
0
0
0
0 _
0
0
0
0
- 0
0
Planning
Project
Manager
Wallis
Hours
1
{
0
0
0
0
0
0
0
0
0 --�
12
0
0
0
0
_ 0
_ 0
0
0
_ 0
_ 0
-_, 12 __
0
_ 0
0
0
0
0
0
Traffic
Project
Manager
Archambeau
Hours
0.
0
0
0
0
0
0
0
0
0
0
----
_ 0
0
0
0
0
0
0_
0
0
- 0
0
0
0
33
18
7
_ 8_
0
0
Senior
Engineerll
Garakhalli
_ Fours
_ _-0. _
0
0
0
_ 0
0
0
_ 0
_0
0
- 0
0
0
0
0
0
0
0
0
0
0
0
0
0
50
30
12
8
0
0
Graphic
Artist
Brand
Hours
0
0
_ 0
0
0
0
0 _
0
0
_ 0
0
- -
0
_ _ 0
0
0
- ---
_. I 0
0
_ 0
0
0
0
0
_ 0
0
0
0 __
- 0
_ 0
_ 0
Admm
Assist
Roddick
Hour
0
0
0
0
0
0
0
_ 0
0
0
0
- -
0
0
0
0
0
0
0
0
0
0
0
0
3
0
3
0
4
0
Principal
Shaw
Hours
1
d
0
0
0
0
0
0
0
0_
0
- - -
32
Associate
Allis
Hours _
12 _
4
0
0
8
0
_ 0
0
0
0
-- 0
11•
Project
Manager
Domfest
Hours _
0 _
staff
Erlgineen
Geologist
Leadbeaer
Hours
0
Principal
DIFWvb_
!buss_
14 _
p
0
0
0
0
0
6
6
0
0
0
Prof
Manager
Bouchard
_ Fours
_ M
0
0_
0 _
_ 0
0
0
_ 14
_ 50
0 _
- 0
0�
Florio Senior Chief
Delgnerl Designer Designer, TecrVCraw
Surveyor Surveyor Surveyor Chief
Riker SWfflebeam Tucker Finley _
Hours Hours Hours Hours
77 --- - e 1 Y20
0 -- 0 0_- p
0 0 p 0
0 0 0 0
0 0 0 0
0 0 6 0
110 0_ 0
_17 p_ 4 - 50
0_ 8 a _ 170
0 -�0 0
. __ -
0 0 0 0
-
0 0 0 •
Tech
Intel.
Person
_
Hours
40
_ -p--
1 _0
- 0
0 _-
0
0
40
0
0
0
0
Admin
Sorg
Hptas
•
p-
0
0
0
0
4
_ 4
0
0
0
R/W
Manager
Anders
Hpisg_
0
0
0
Senior
Esbmabr
"man
Hours
0
0__
_ 0_
_
_ Total
- 552,-
S2.84
0
0
8
D
0
0
0
0
0
0
0
0
0
0
0
4
8
0
0
1
20
-
0
0 _ 0
0_ _ 0
0
- 1
4
0
_ $3_01
_S12.1_
$1.
_ _ §1,14
70
0 1
0 2
1
0
0
0
0
0
_0
0
0
0 _ 4
0 0
- 0 0
0_-0
- L
_- 2_
0
_0
0
0 _ 0
0
0
_0
0 0
0 0
_
0 0
_.-
0
It
•0
14•
0
0
0
• 8
0 0
0 0
0 0
0 - 0
0-- 0-
0 0
0 0
0 0
0 0
4 8
4 0
0
4
12
0
0
0
0
0
0
0 a 24
0 4 0
0 4 12
0 2 0
1 8 20
2 4 20
1 4 16
4 12 4
0 2 tJ
1 20 0
2 8 20
0 2 0
0_ __ 1 0
0 1 0
0 0 0
4 2 8 1
4 0 0
12 2 6
2 0 0
10 0 0 -
2 0 I 0 -
8 _ 0 0
8 0 0
U TI 26
_4 —�30 10
8 24 8
2 20 8 7
25 89 46
24 24 24
0_ -4 2
1 6 2
0 2
0 8__ 2
0 ! 10 12
0
0
_ I!
+•
0
0
0
0
_ 0_
0
0
_ 0
0
0
0
0
0
0
0
0
0
22
12
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
_
$7 _
362-
12
0
24
0
0
0
0
0
0
0
0
0 0
0
0
0
D
4
32
0
18
0
0
0
0
0
0
0
0
__
0 0
p 0
0
0
0
0
0
0
0
p
0
0
0
0
0
0
0
0
0
0
0
0
0
0 _ 0
0
0
0
0
$1,
$L{
510.
$5 87
_ $6250
$2 520
$3.515
-- $12,01
8
8
2
4
0
2
8
32
56
16
24
0
2
18
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0 0 0 0 0
0 0 0 0 0
0 0 0 0 0
0 0 0 0 0
0 0 0 0 0
0 0 0 0 0
_0 _ 0 0 0 0
0 0 0 0 _ 0 _
0 0 0 0 0
0 0 0 0 0
0 0 0 _ 0 0
0 0 0 0 0
0 0 0 0 0
0 0 0 0 0
0 0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
2 _ 8
2 8
t - 8
0_ _ 0
0 4_
2
1 8
_ 0 4
0 _ 4
_ 0 4
0 0
0 0
0
16 24
0
0
Conceptual Design of (erred a Interim
0 0
o 6
ConceptuatDa' not erred a ulOmale
Phasing and Prbd6:aeon Plan
_
0 0
0 _ 0
8 4
0 0_
OPC
_
Conceptual Design Report
Concept Plane
_ _. _-
Task3mpad Analysis
Traffic impel Analysis
TIA Documentation
Meeting Support
Task 4-Pea __
Funding strategy0uttine _ _
_
0 0 0 0
0 0 _ 0 0
0 _ 0 - 0 0
0 _ 0 _ 0 0
0 0 0 _ 0_
_ 0 0 g 0
0 0
0 0
0 0
0 a
0 -. __ 0
0 0 _
0 0
0 0
0 0
0 0
0 0
0 _ 0_
0 _ 0
0 0
0
0
0
0
0
_ 58,100
$10,392
$5.W8
$2.578
$1.936
s1•,20
0 0 _ 0
0 0 _ 0
0 0 0
0 0 0
0 0 0
_
0 0
0 0
0 0
0 0
-
0 0
0 0
0 0
0
D
0
0
0
0
0
0
0
0
0
0
0
Im ergalbn Plan
Funding packages for State A Federal Funs -
Fundlog packages for Local Funds
Funding packages iw Other Funds
Task 5- OA/OC
Conformity with requirements and guidelines _
Teak Team Masaings agamMf
Coin Team Meetings (5) -
TAC Meetings (4)
Agency Coordination —_
7sak 7-Public lnrohemenf
Public Meetings (3)
NFCBA Meetings (1 meeting)
City Council (1 a8endl packet)
FederaTransportawn Board
Local gencieend)
Fede21. State &Loral Agencies
Area pmperty/husiness owners one-wHone meetings (12)
meetingals mane s ress/meda materials
TOM materialsn9 p9.3 -..
0 _ 0 0 0
0 0 0 _ 0
0_ 0
0 6
14 _ 0
35 _ 0
0
0
0 0 0
0
0
0
0
0 0
0 0
0 0
0 0
0_ 0
0 0
$5.0
S6,65_7_
y1,
_ 52.0 50
f 5.040
SS.OaO
$29.•18
_$11,514
_ $11,744
S6,fie0
$19.182
$10.876
$700
51,110
$700
$1.220
$3420
$3,156
t -.15
0
0
0 0 4
0
0
0
o
0
0 0
0
0
0
0
0
0 0 0 i 0 0
0 0 _ D 0 __ _ 0_ _ 0
d 0 0 0 0 0
4 0 0 0 0 0
0 _ 0
10 0_ _-
0 B
0 8
12 _ 0
4 '._ 0
0
0
0
0
a
0
_ -0
0 0 0
0 _ 0 0
0
0
o
0
0
_
0 0
0
0
0
0
0
0 __
a
0
0
0
51
0 I
0
0
0_ 0
0
0
0
0
I 0
0 0 0 D
0 0 0 0
-_
0 0
- -
0 0
_
0 0
0 0 0
0 0 0
___. -.
0 0- 0
0 0 0
-_ _ _
0 0 _ 0 _ 6 _ 0
0 0 0 0 0
_ -__.. -_
0 0 0 0 0
0 0 0 0 0
_ is _ 14
1Y
_
0
0
0
1 0
0
0
0
_8
12
0
_
0
8 2 2
6 0 2
4 12 8
12 0 0
12
0 0 0
0 0_ ._0
0 0 0
0�0 0_ _
0 0 0
0
0
0
4
0
0
0
0
4
30
0
0
D
0
0
0
0
0
0
0
8
0
J
0
0
0
0
0
24
0
0
0
-
0 0
0
0
0
0
0
Q _ 0_
0 0
0 0
0 0
+ 0
0 0
0 0_
0 6
0
6_
0
__ 0_ _
0
0
0
0
0
0
--0
0
0
0
__ 0
0
0
0
0
0
T7___-
_f13475
-
Ma
0_
0
0
0
!, 0
I o
0
0
o
--6
0
0
8
S1q00
cu am
_ 0 _j
20
16
0
0
0
0
0
32
32
0
0
76
$9.576
0_
0.
0.
_0
10
0
0
0
D
0
0
0
33
$4.158
0
0
0
0
0_
__0 _
0
0
0-
D
0
0
50 _
$5.800
-
-_ 0
16
0
0
0
0
0
_ 0
•
0
0
o
16
$1,040
0
/
_ 0
0
0
0
0
4
4
0
0
15
$870
_ 0
18
18
0
0
0 _,
0
0
�0
_._0_ _I.
0
0
72
$16200
_ 0
YI
24
0
-0
0
0
0
�0
- 0.
0
0
238
$17,850
_
_ 0_
_-0
0
_ _0
0
0
0
0 !
0
0
0
0
0
0_ _
0
0
0
0
0
0
0
0
0
0
D
0
0
0
6
_ 0
0
0
14 _
S2,198
0
0
0
_ 0
0
0
0
0
0
- 0
0
0
64
$8.640
-
0 0 0 0
0 0 0_ 0�
0 0 0 0
0 0 0 _ 0 _'
0 0 0 _ 0
0 - 0 0 0_
0 0 0 _ 0
0 6 0 0
0 -_( p—gyp )- 11
0
0 I 0 o 0_ -
0 0 0 0
0 _ _ 0 _ 0 0
17 8 4 220
$1853 S816 $388 $19586
-
0_
0
_0
0_
0_
0
0
0
0
0
_.0
0
0
40
82,t60 -
0
_ 0
_ 0
0
0
0
0
0
0
0
0—
0
0
8
$421
0
0
0
0
0
0
0
0
0
0
Q
0
0
0
0
0
fy 0elalb05
Ilgy agency coordistion
IderylTask B- GeotaMnkal end Pevnnml Report
'Geotechnical Engineenrg and Repod Preparation
Total -Professional Services
'G101eehnieal Field &Laboratory W4NR_
Copies/Mileage IOOCS
Total _
0 4. _ 0 ) 0
0 4 0 j 0
- 0 0 0 0 0 -0
0 0 0 p 0 0
0 0 0 0 0 0
0 0 0 0 0 0
66 108 78 52 8 4 _
$70.560 $12,960 $9.360 E4.t60 $600 _ $220
--
- - -
S37.860 S37 II
0 0
0 2 0 0
0 - 2 0 - 0
92 254 _ 280 30
E13.800 _ 533.020 $25.200 - $1.650
73.670 $73,670
14 _ 10
1d 10
14 _ 10
$1,470 S860
-
0 0 _
0 0
0 0
_B 8
583t66 567912
-
$4,784
$2,580
$2,580
$111,789
S4,540
3500
1229829
E2,320 E2,320 $36.059 $36,059
7
Task 1 - Document Existing Conditions
$52,853
Task 2 - Develop Conceptual Design, Alternative Analysis I
Recommendation of Preferred Alternative and Concept
Plans
$70,833
Task 3 - Traffic Study
$10.392
Task 4 - Funding
$16,207
Task 5 - QAIQC
$5,040
Task 6 - Coordinate with City Departments
S29,918
Task 7 - Public Involvement
$29,182
Task 8 - NEPA
$4,784
Task 9 - Geotechnical & Pavement Report
$2,580
Professional Services Subtotal
$221,789
Geotechnical Field and Laboratory Work
$4,540
Copies I Mileage I ODCs
$3,500
Project Total
$229,829
1 11 1.51 772
EXHIBIT D
INSURANCE REQUIREMENTS
1. The Professional will provide, from insurance companies acceptable to the City, the
insurance coverage designated hereinafter and pay all costs. Before commencing work under
this bid, the Professional shall furnish the City with certificates of insurance showing the type,
amount, class of operations covered, effective dates and date of expiration of policies, and
containing substantially the following statement:
"The insurance evidenced by this Certificate will not be cancelled or materially altered,
except after ten (10) days written notice has been received by the City of Fort Collins."
In case of the breach of any provision of the Insurance Requirements, the City, at its option, may
take out and maintain, at the expense of the Professional, such insurance as the City may deem
proper and may deduct the cost of such insurance from any monies which may be due or
become due the Professional under this Agreement. The City, its officers, agents and
employees shall be named as additional insureds on the Professional's general liability and
automobile liability insurance policies for any claims arising out of work performed under this
Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Professional shall maintain
during the life of this Agreement for all of the Professional's employees engaged in work
performed under this agreement:
Workers' Compensation insurance with statutory limits as required by
Colorado law.
2. Employer's Liability insurance with limits of $100,000 per accident,
$500,000 disease aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Professional shall maintain during
the life of this Agreement such commercial general liability and automobile liability
insurance as will provide coverage for damage claims of personal injury, including
accidental death, as well as for claims for property damage, which may arise directly or
indirectly from the performance of work under this Agreement. Coverage for property
damage shall be on a "broad form" basis. The amount of insurance for each coverage,
Commercial General and Vehicle, shall not be less than $500,000 combined single limits
for bodily injury and property damage.
In the event any work is performed by a subcontractor, the Professional shall be
responsible for any liability directly or indirectly arising out of the work performed under
this Agreement by a subcontractor, which liability is not covered by the subcontractor's
insurance.
Standard Professional Services Agreement- rev07/08
Dollars ($229,829.00) according to Exhibit "C" consisting of one (1) page and incorporated
herein by this reference. Monthly partial payments based upon the Professional's billings
and itemized statements 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 actual
reimbursable expenses. The parties acknowledge that the sub -contractors, PBS&J, Design
Workshop, Inc., Ayres Associates, Farnsworth Group, HC Peck and Associates, Inc., CTL
Thompson, Inc., Merco, Inc., Ackerman Engineering, Inc. and All Traffic Data Services, Inc.
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 amount charged by these subcontractors exceed the rates listed in Exhibit "C" the
excess amount shall not be paid or owed by the City. 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.
7. 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 shallbe directed to the
City Representative.
8. 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, prepared
on stable mylar base material using a non -fading process to provide for long storage and
high quality reproduction. "CD" disc of the as -built drawings shall also be submitted to the
owner in and AutoCAD version no older then the established city standard.
9. 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.
10. 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.
11. 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.
12. 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.
13. 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.
14. 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 parry's
reasonable attorney fees and costs incurred because of the default.
15. 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.
16. 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.
17. Prohibition Aqainst Employing Illegal Aliens. Pursuant to Section 8-17.5-
101, C.R.S., et. seq., Professional represents and agrees that:
a. As of the date of this Agreement:
1. Professional does not knowingly employ or contract with an
illegal alien who will perform work under this Agreement; and
. 2. Professional will participate in either the e-Verify program
created in Public Law 208, 104th Congress, as amended, and expanded
in Public Law 156, 108th Congress, as amended, administered by the
United States Department of Homeland Security (the "e-Verify Program")
or the Department Program (the "Department Program"), an employment
verification program established pursuant to Section 8-17.5-102(5)(c)
C.R.S. in order to confirm the employment eligibility of all newly hired
employees to perform work under this Agreement.
b. Professional shall not knowingly employ or contract with an illegal alien to
perform work under this Agreement or knowingly enter into a contract with a
subcontractor that knowingly employs or contracts with an illegal alien to perform
work under this Agreement.
C. Professional is prohibited from using the e-Verify Program or Department
Program procedures to undertake pre -employment screening of job applicants
while this Agreement is being performed.
d. If Professional obtains actual knowledge that a subcontractor performing
work under this Agreement knowingly employs or contracts with an illegal alien,
Professional shall:
Notify such subcontractor and the City within three days that
Professional has actual knowledge that the subcontractor is employing or
contracting with an illegal alien; and
2. Terminate the subcontract with the subcontractor if within three
days of receiving the notice required pursuant to this section the
subcontractor does not cease employing or contracting with the illegal
alien; except that Professional shall not terminate the contract with the
subcontractor if during such three days the subcontractor provides
information to establish that the subcontractor has not knowingly
employed or contracted with an illegal alien.
e. Professional shall comply with any reasonable request by the Colorado
Department of Labor and Employment (the "Department") made in the course of
an investigation that the Department undertakes or is undertaking pursuant to the
authority established in Subsection 8-17.5-102 (5), C.R.S.
If Professional violates any provision of this Agreement pertaining to the
duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this
Agreement. If this Agreement is so terminated, Professional shall be liable for
actual and consequential damages to the City arising out of Professional's
violation of Subsection 8-17.5-102, C.R.S.
g. The City will notify the Office of the Secretary of State if Professional
violates this provision of this Agreement and the City terminates the Agreement
for such breach.
City Clerk
AP
Assi
Corport- Secretary
THE CITY OF FORT COLLINS, COLORADO
James B. O'Neill II, CPPO, FNIGP
ec of Purchasing & Risk Management
TE: l
Stolfus and Associates, Inc.
By:
Title:
'U
CORPORATE PRESIDENT OR VICE PRESIDENT
Date:
(Corporate Seal) �� 6,ac�� '" 4� 4
My 9J Y y v iy :.
Yw-
EXHIBIT A
SCOPE OF SERVICE
North College Corridor Improvements Phase II
Scope of Work
Based on discussions with City Staff and our review of the Scope of Work contained in the
Request for Proposals Stolfus & Associates, Inc. is pleased to present the following Scope of
Services specific to Phase 1 of the project — Planning, Alternatives Analysis, and Conceptual
Design.
Task 1 - Document Existing Conditions
Project Kick -Off Meeting
Immediately after receipt of notice to proceed, Stolfus & Associates, Inc. will work with the City's
Project Manager to identify members of a Technical Advisory Committee (TAC) which may
include City staff, CDOT staff, consultant team members, and outside interests such as the
North Fort Collins Business Association (NFCBA).A kick-off meeting will be held with the TAC as
soon as possible after receipt of Notice to Proceed. The purpose of the kickoff meeting will be to
define project goals, scope, opportunities and constraints. This meeting will also establish a
"master timeline" for the project, including the public involvement process. Stolfus & Associates,
Inc. will prepare a draft schedule with input from the City to use as a discussion tool. As a follow-
up to the meeting, we will revise the schedule and update it throughout the course of the project.
Stolfus & Associates, Inc. will be responsible for scheduling the meeting, preparing meeting
exhibits, participating in the meeting, and preparing and distributing minutes to record the
discussions.
Previous studies and data available for the area will be requested prior to this meeting. Data
may include any previous studies of the area, information regarding upcoming development
activity in the project area, contact list of property owners and tenants, existing traffic signal
timing data, existing access permits, existing GIS data, utility maps, floodplain and floodway
boundaries, existing aerial photography, right-of-way plans, and accident history.
Data Collection
Stolfus & Associates, Inc. will conduct a field inventory of the corridor to identify existing roadway
and drainage infrastructure, visible utilities, access conditions, traffic control, signage, business
tenants, and other elements of interest. A photo log will be compiled to document existing
conditions.
The City will provide a topographic survey base map and survey control diagram for use during
design. The City will coordinate with CDOT Region 4 Survey to confirm that control,
monumentation, and CDOT submittal expectations and requirements related to survey and right-
of-way are addressed. Stolfus & Associates, Inc. and Ayres Associates will participate in a field
walk with the City to review the survey and identify any missing information or questions, as well
as define the survey needs for the floodplain analysis. Additional survey needs identified by the
team will be provided by the City, as approved by the City Project Manager.
For the purposes of displaying information to the public, Stolfus & Associates, Inc. will use the
2005 aerial photo from the North College Drainage Improvements Design project. An overall
existing conditions map that includes the aerial mapping, topographic survey features, right-of-
way, ownership information, floodplain and floodway boundaries, and existing utilities will be
prepared and used during Phase I.
Standard Professional Services Agreement- rev07/08
Right-of-way will be depicted on the existing conditions map based on a property boundary
survey completed by Farnsworth Group. Existing right-of-way plans will be collected and
reviewed against right-of-way information provided in the boundary survey. Ownership
information and detailed title work will be provided by the City. Farnsworth Group will review the
title information and deeds and prepare a preliminary Ownership Map in a format consistent with
CDOT right-of-way plan requirements. For budgeting purposes we have assumed 50 properties.
Please refer to the attached scope of services for Farnsworth Group for a detailed description of
services for the property survey and ownership map preparation.
Existing utility mapping will be collected from City and private utilities. The City will provide utility
mapping for all City owned utilities. Ayres Associates will contact City -owned and private utilities
to inform them of the project and request existing facility maps in the project area. Those maps
will be reviewed in the field during a site visit and against the utility information from the survey
base map. Follow-up with the utility companies will be completed to reconcile any discrepancies
identified. The existing conditions map will be updated accordingly to show known utility
information. Potholing is not included in this scope of work and will be completed in a
subsequent phase.
Ayres Associates will collect and review floodplain information from the City Floodplain
Administrator. Floodplain information includes floodplain maps, the existing hydraulic model,
cross-section information, and existing City and FEMA floodway analyses.
Existing traffic studies and plans will be collected including plans for East Vine Drive, GWET,
NEWT, and NECCO. Development data for any projects within or adjacent to the corridor will
also be collected from the City. Traffic signal timing data will be collected from the City for Vine
Drive, Hickory Street, and Conifer Street. Accident data and access permits from CDOT and the
City will be collected and reviewed, as available.
The City will collect current daily vehicle classification counts and peak hour turning movement
counts throughout the corridor. Count locations, dates, and times will be coordinated with the
City Traffic Engineer and CDOT Traffic Engineer. These counts will be used to evaluate existing
conditions and as a basis for future projections. One daily vehicle classification count will be
conducted at a mid -point in the project corridor. The exact location will be coordinated with the
City. Peak hour turning movement counts, including pedestrian and bicycle counts, will be
conducted at the following intersections:
• Vine Drive
• Woodlawn Drive
• Alpine Street
• Pinon Street
• Hemlock Street
• Conifer Street
• Hickory Street
Existing traffic counts, proposed development plans, and historic growth data will be used to
develop future traffic projections for horizon year conditions. The project team will work with the
City and CDOT to establish a single agreed upon growth rate to develop horizon year
background volumes. Based on planned development in the area, projected trip generation will
be added to the background volumes in order to develop future traffic volumes.
Standard Professional Services Agreement- rev07/08