Loading...
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