Loading...
HomeMy WebLinkAbout112468 FELSBURG HOLT & ULLEVIG INC - CONTRACT - RFP - 7272 ENHANCED TRAVEL CORRIDOR MASTER PLAN FOR HARMPROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below, by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and Felsburg Holt & Ullevig, hereinafter referred to as "Professional'. WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Professional agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of ten (10) pages, and incorporated herein by this reference. 2. 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) page, and incorporated herein by this reference. 3. Contract Period. This Agreement shall commence upon signing, and shall continue in full force and effect until December 4, 2012, unless sooner terminated as herein provided. Time is of the essence. Any extensions of the time limit set forth above must be agreed upon in writing by the parties hereto. 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: Professional Services Agreement — Felsburg Holt & Ullevig / 7272 Enhanced Travel Corridor Master Plan for Harmony Road Page 1 of 8 Scope of Work Harmony Road ETC Master Plan November 9, 2011 meeting the vision, goals and objectives, and for the development and evaluation of project alternatives that reflect this vision. History —As one of the first steps of the project, FHU and City staff will collaborate to assemble the City and the Colorado Department of Transportation resources to summarize a historical development and improvement timeline of the known progression of roadway and access improvements along Harmony Road. Regional and Citywide Context- Harmony Road serves as a regional corridor that connects the City of Fort Collins with outlying areas. FHU will collaborate with City staff to document the regional context and the nature of the users of the corridor both today and for the future. Likewise, Harmony Road is one of a series of Enhanced Travel Corridors identified by the City; it will be important to convey to stakeholders the importance of the Harmony corridor in the City's overall system of ETCs. Existing Plans —To become better versed in upcoming development and capital improvement plans, FHU will work with City staff to obtain and understand what the known future holds. This will include determining what the immediate development scenarios are, i.e., those improvements that may occur during the progress of this project such as new commercial or residential developments. But we will also conduct a thorough review of the planning documents that were identified in the project RFP. Understanding the plans that already exist for the corridor is critical to formulating a base understanding of the opportunities and constraints that can and will exist along Harmony Road. Existing Conditions —To set ourselves up for success during the visioning and master -planning phases, it will be important to understanding both the existing operational conditions that the traveling public must face as well as their projected future demands on the transportation system. This process must begin with a thorough understanding of existing travel conditions for motorists, transit patrons, pedestrians, and cyclists. We will work alongside City staff to formulate a data collection program that will be the basis for predicting future travel demands. Travel movements, when combined with the physical and operational corridor attributes, will provide a vehicle, pedestrian and bicycle level of service understanding of insights into current operating conditions. We propose gathering data and conducting analyses as described by travel mode below. Roadway ■ Roadway cross-section in various segments of corridor (number and width of travel lanes and auxiliary lanes, median type and width, etc.) ■ Daily traffic volumes at critical links (provided by the City) ■ PM peak hour turning movements (provided by the City) and intersection levels of service at critical intersections (approximately % mile spacing): o Starflower Drive (Front Range C.C. access) (stop -controlled today) o College Avenue (US 287) o Boardwalk Drive o Lemay Avenue o McMurray Avenue o Timberline Road o Corbett Drive o Zeigler Road RG FEL110 LT HL I. U I'I'F'VIG NYG APO Scope of Work Harmony Road ETC Master Plan November 9, 2011 o Lady Moon Drive o Strauss Cabin Road (stop -controlled today) o Transfer Center Access ■ Crash history (provided by the City) and identification of notable crash patterns Transit ■ Identification of Transfort routes utilizing Harmony Road ■ Current ridership ■ Bus headways ■ Service hours ■ Stop locations Bicycle and Pedestrian ■ Bike lane widths ■ Sidewalk widths and buffer widths ■ Roadway and traffic characteristics that affect cyclists' and pedestrians' level of comfort (lane widths, traffic volumes, travel speeds, etc.) ■ Bicycle and pedestrian levels of service using the City's established methodologies and the methodologies presented in the 2010 Highway Capacity Manual (HCM) Additionally, we will obtain a clear understanding of the existing physical opportunities and constraints of the corridor that will help determine which potential corridor alternatives may have physical limitations that could either eliminate an alternative or have an impact on an alternative's cost and/or public acceptance. Physical issues such as the number and location of historical properties or other environmental resources, right-of-way availability, floodplain boundaries, and the location and use of existing roadway irrigation ditches to name a few, can have an impact on what alternatives will be considered. It is anticipated that the City can provide a current aerial photo of the corridor with geo-referenced right-of-way and floodplain data. FHU will research the environmental resources and irrigation ditch locations along the corridor. Future Baseline Conditions —The next step in understanding the Harmony Road corridor will be to document the future demands on the corridor. The regional travel demand model (which has been recently modified by the City for City Plan and the Transportation Master Plan) will be used as the primary tool to establish the baseline future conditions in 2035. City staff will lead the modeling effort; we will work collaboratively with City staff to review the coding of the model to make sure that land use, laneage, speed limits, and centroid connector loadings are reasonable within the Harmony Road study area. Spending sufficient time during this phase of the project will provide you with more reliable results that will result in a higher level of confidence in project outcomes and alternatives analysis. FHU will collaborate with City staff to identify useful outputs from the model, and we will document the baseline future conditions in 2035 for all modes in the corridor as follows: ■ Future users and uses of the corridor (origins and destinations, trip purposes, trip lengths, etc.) ■ Future intersection levels of service assuming only those improvements that are currently planned for the corridor RG N HOLTS OLT r ULLEVIG Nvcneno Scope of Work Harmony Road ETC Master Plan November 9, 2011 ■ Transit operating statistics including ridership, service hours, and frequency/headways as well as fleet requirements and other planned capital investments based on recommendations identified in Transfort's Strategic Operating Plan ■ Bicycle and pedestrian levels of service based on future traffic volumes and on planned roadway modifications The summary of future baseline conditions will be used to determine deficiencies in the ability of the transportation system to accommodate future travel demands. It will also be used to establish the project Purpose and Need Statement, the corridor vision, and the alternatives for consideration. Task 2 Deliverables The issues that are investigated, evaluated and analyzed in Task 2 will set the groundwork for the project tasks that come after. We will summarize the collected data, projections, and subsequent analyses into the Corridor Understanding Summary Paper; we will provide the summary paper to the project TAC for review and we will modify the paper accordingly. ■ Existing Conditions Technical Paper ■ Future Conditions Technical Paper ■ Corridor Understanding Summary Paper Task 3: Corridor Vision Develop Purpose and Need Statement Establishing a tangible and well -vetted Purpose and Need Statement for the Harmony Corridor is an essential step in moving toward implementation of the LPA. An effective Purpose and Need Statement lays the groundwork for alternatives development and analysis, and will facilitate moving components of the LPA through subsequent FTA Project Development and NEPA processes. A thorough understanding of the corridor today and in the future (as established in Task 2) by the project stakeholders will facilitate the development of a sound Purpose and Need Statement. Issues and concerns should be solicited from the public and agencies early in the planning process. Obtaining this information early allows the Purpose and Need Statement to be as comprehensive and specific as possible, which allows for pinpointing and refining alternatives that pass screening. Ultimately, the result of this approach leads to fewer issues arising as the project moves through subsequent planning and design phases. Establish Enhanced Travel Corridor Vision While the Purpose and Need Statement will essentially act as a problem statement (with respect to existing and projected future conditions), the corridor vision will define the community's desires for the Harmony Corridor in the future. The FHU team will identify the opportunities and challenges that exist along the corridor, which will inform development of a realistic vision. The corridor vision will build upon previous work in the corridor, including the Harmony Corridor Plan and the Harmony Access Control Plan. It should be contextually -sensitive to the identified opportunities and challenges and should provide: ■ An understanding of the desired modal components of the corridor, ■ A vision for the interaction between land uses and the transportation system, and RC N FI0LT& H I. 0 U I"I"EVIC NVGA AD Scope of Work Harmony Road ETC Master Plan November 9, 2011 ■ A basis for setting goals and objectives that reflect the values of the community and that will translate into evaluation criteria for use in the analysis of alternatives. As described in Task 1, input from the TAC and corridor stakeholders will be essential to developing the Corridor Vision. Goals and objectives to support the corridor vision will be drafted; we will rely heavily upon previously established Citywide goals and objectives in City Plan and the Transportation Master Plan. Task 3 Deliverables ■ Purpose and Need Statement ■ Corridor Vision and supporting Goals and Objectives Task 4: Master Plan Development In order to ensure that this Master Plan moves the City toward its ultimate vision for Harmony Road, we propose developing and evaluating alternatives in a manner consistent with the processes outlined in FTA's AA and FHWA's PEL programs. Following these processes will require regular coordination with FTA and comprehensive documentation of the alternatives development and screening process. Following these processes now will require less backtracking and costly reevaluation in the future. Our approach to developing and evaluating alternatives for the corridor is outlined in the three -step process below. Step 1: Define the TSM Alternative —The Transportation System Management (TSM) alternative typically does not fully address the vision or the Purpose and Need for the corridor. However, it is an important first step because rating of other alternatives will be based on a comparison to the TSM alternative (as well as to the Baseline). The TSM alternative reflects the best that can be done to improve transit in the corridor without a major capital investment. It can include route restructuring, increased frequency, expanded park-n-rides, express/limited stop service and/or traffic signal operating improvements. Step 2a: Development of Tier 1 Build Alternatives — Initially up to five build alternatives will be developed for the corridor. We will develop these alternatives through our technical work, collaboration with the TAC, and through the stakeholder input process. They will be developed with the intention of addressing the Purpose and Need for the project and achieving the corridor vision. We will ensure that context sensitive solutions, such as historic district sensitivity, will be incorporated into each alternative. The following elements will be defined for each of the alternatives: ■ Road Network —The initial set of improvements may consider changes to the number of lanes, lane use, access control and signal spacing to meet the desired mobility needs of the corridor. We will evaluate each of the subject intersections both as traditional intersections and also as roundabout intersections. ■ Transit Network— It is anticipated that the initial set of build alternatives will be wide ranging from light rail and streetcar, to bus rapid transit and express bus. Station spacing, frequency and headways will be defined. ■ Bike and Pedestrian Improvements —This could include both on -street and off-street improvements to better accommodate pedestrian and bicycle travel along the corridor. Bike/ped improvements could extend onto parallel routes. Cost ranges in a high/medium/low format will be prepared for the major elements of each design alternative for comparative purposes only. RO N H0LT6: v ULLEVIG NELSON NYGAAR0 Scope of Work Harmony Road ETC Master Plan November 9, 2011 Step 2b: Evaluation of Tier 1 Build Alternatives — Alternatives will be evaluated based on their ability to meet the project's Purpose and Need, environmental impacts and their comparative costs. Screening criteria will include a combination of quantitative and qualitative measures that will be directly tied to the Project Vision/Goals and Objectives. Performance measures derived from the refined travel demand model will be used to compare each alternative's ability to attract ridership, improve travel time, and to enhance overall corridor mobility. For Fort Collins, these measures will be closely linked with Integrated Land Use and Transportation measures presented in the City's Transportation Master Plan (TMP). In addition, we will supplement those measures with others that are more specific to the vision, goals, and objectives of the Harmony Road corridor. Following the development of the screening process, we will calculate and assess the associated measures for each alternative, and combine the results in an evaluation matrix that will present the relative results for each alternative. In collaboration with the TAC, and considering stakeholder input, we will use the results to develop a short list of alternatives for more detailed analysis. The most promising Build Alternatives will be retained for further consideration. FELSBU C� H 01.TRG LLEVIG U LLE G xY 5An Scope of Work Harmony Road ETC Master Plan November 9, 2011 Phase 2 Task 1: Project Management and Public Involvement Phase 2 includes the last two TAC meetings and the final public meeting, as described on pages 1-2. Task 4: Master Plan Development Step 3a: Development of Tier 2 Build Alternatives —The most promising alternatives (estimated as two) will be developed with more detail. Road, transit and bike/ped improvements will be refined to convey additional project features. Consideration of critical environmental resources at this stage is important in order to identify fatally flawed alternatives that impact resources beyond mitigation. ■ Road Network— Design will include horizontal alignments and cross -sections along the corridor. ■ Transit Network —Additional details about the transit alternatives will be provided including capital bus needs, operating and maintenance costs, and other resulting measures such as cost per rider, and riders per hour. ■ Bike and Pedestrian Improvements —Additional information will be provided about how bike and pedestrian improvements would connect to the transit system and to existing and future land uses along the corridor. Opinion of probable construction costs will be prepared that will include major items such as: removals, pavement, structures, drainage facilities, retaining walls, traffic signals, etc. Percent allocations will be added to account for other design elements such as environmental impact mitigation, erosion control, mobilization, traffic control, signing & striping, engineering, utility relocations, etc. Construction costs will be developed at a conceptual level, i.e., based on an approximate 10% design level. We will rely on City and Transfort staff to provide information relative to the typical operations and maintenance costs associated with new transit facilities and for new capital infrastructure. Step 3b: Evaluation of Tier 2 Build Alternatives — We will evaluate the Tier 2 alternatives using the same set of criteria identified in Step 2b, but at a more detailed level in a manner that will be consistent with FTA AA guidelines. The criteria will also be sufficient to assess whether proposed improvements would be categorically exempt from environmental review, or whether an Environmental Assessment (EA) would be required. During this step, we also recommend conducting a land use sensitivity analysis to better understand how altering land uses in the corridor might impact transit ridership and the resulting transit analysis. This sensitivity analysis will look at increasing density at key transit stations and is likely to be conducted outside of the City travel model process. The most favorite Build Alternative will be retained as the Locally Preferred Alternative. Task 4 Deliverables ■ Alternative Development Technical Report ■ Evaluation Technical Report LT H0L& N T p U I_L@VIG nr&ando Scope of Work Harmony Road ETC Master Plan November 9, 2011 Task 5: Implementation Plan Fort Collins' Transportation Master Plan (TMP) sets forth implementation strategies that tie directly to its vision, principles, and policies in order to ensure that short-term actions help to achieve the long-term vision of the TMP and the City. As part of this project, we will develop an implementation plan that ensures that Harmony Road improvements are consistent with the City's TMP. This work will include: ■ Development of necessary information to allow the City to evaluate proposed improvements with its CIP tool. ■ Development of funding strategies, including steps required to obtain FTA Small Starts funding. ■ Description of the specific next steps that the City would need to take to implement all components of recommended improvements, and inter -relationships between components. ■ A recommended schedule for implementation that also specifies which components are dependent upon others. Once the physical and operational elements of LPA are fully understood, it is important to understand how the project can be constructed over time. It is critical to understand how the LPA can be structured into phases that meet the operational goals of the project, while still providing significant operational improvements. Basic phasing options could include: ■ Constructing corridor -wide elements that provide corridor -wide benefits, but constructed in such a manner as to layer one improvement onto another until all of the LPA elements are completed. ■ Constructing all LPA elements on a segment -by -segment basis. For example, the Shields Street to College Avenue segment could be constructed first to provide transit continuity between Front Range Community College and the new South Transit Center. We will work collaboratively with City and Transfort staffs to develop a phasing plan that meets the City's objectives. Task 5 Deliverables ■ Implementation Plan for the LPA Task 6: Plan Adoption/Report Much of the content for the ETC Master Plan will be developed during the planning process in the form of technical papers, which will become chapters of the ETC Master Plan. The chapters will be combined and adapted to create a thorough and comprehendible documentation of the planning process, technical analyses and evaluations, stakeholder input and recommendations. City staff will be responsible for final report editing and production. The FHU team will work alongside City staff to present the project alternatives and final recommendations to the City Council. We have budgeted for our involvement in one City Council work session and one City Council meeting. City staff will be responsible for presenting the recommendations to other City boards and commissions. The materials we prepare during the course of the project, be it concept drawings, graphical displays, or public meeting boards, will transfer well to a presentation setting. Task 6 Deliverables ■ Draft and Final Master Plan Reports and Executive Summary RO N HOLTS OLT � 111 ULLEVI6 NYGAARD Scope of Work Harmony Road ETC Master Plan November 9, 2011 In addition to the deliverables identified in the RFP, we recommend completing FHWA's Planning and Environmental Linkage (PEL) questionnaire. The questionnaire is a summary of the planning process and is intended to ease the transition from planning into NEPA. It was designed by FHWA to document key efforts that take place during the PEL process to minimize the amount of work that is redone during NEPA. The questionnaire requests information about the following: • The decision -making process • Agency coordination ■ Evaluated environmental resources ■ Public outreach efforts ■ Corridor visioning process ■ Range of alternatives considered ■ Evaluation/screening process The questionnaire will be used as a guide throughout the planning process and will be provided as part of the final documentation. FELSNURG HOLT S ULLEVIG NELSON 10 NYGAGRD 0 Q I H W r I e d I _ gkPl 9IP2 flLP3 lo<alty Z o peryne lid IAII.An i.iMemaWo Pre'm Wlalive s .. i° Rsuhne I eLtmative •����• EYALLNIOnA - •• Hahwtbnni ;IPa W I fie I Memm m T. i MM Mes z Z y� eurp,s an; NeN Aaemem � EI(Yisnai la Lit O C d e Enhanced Travel Corridor Master Plan for Harmony Road PIWwa�FY mg Tian EXHIBIT C CONTRACT SUM PHASE IBUDGET Scope of Work Harmony Road ETC Master Plan November 9, 2011 TASK Felsburg Holt &Ullevig BHA Design I NelsonWygaard Princi al I p Aesodate Sr. Env. Scientist Tran& Planner V Env. Scion. IV Engineer III Engineer II Senior Designer Admin. FHU Total Principal BHA Total Principal MN Total TOTAL PROJECT COSTS $160 s1fi0 $145 S130 $120 $105 go silo $70 $135 $187 - Prolect Management 6 4 $1,480 - Develop Public Inwhement Plan 4 $520 $0 $0 $520 -TAC Meetings I6 meetings) 20T12 20 4 $6.920 12 $1.620 66 $2.992 $11,532 -Meeting Summary 8 $1.040 $0 $0 $1,040 - Open House Altendarwe/Prep. 13 meetings) 12 12 8 2 $6,420 12 $1.620$0Tasksl Sub -Total TASK 2 - Corridor Understanding 380 48 4 0 0 8 2 518,380 24 53,240 76 52,992 522,812 - Corridor History 4 $520 4 $540 $0 $1,060 - Regional Context 4 $520 $0 so $520 - Existing Plans 2 $320 $0 $0 $320 - Existing Conditions - Inventory Physical/Erluronmenlal Attributes 8 4 8 $2.480 s0 $0 $2,480 - Conduct LOS Calculations (All Modes) 8 $720 $0 $o $720 - Analyze/Summadze Crash Data 8 $720 $0 so $720 - Future Conddipls - Obtain Dev., CIP and Transit Ptans from City 2 2 s58o 4 $540 8o $1,120 - Coordinate Transportation Modeling w/ City 2 4 S620 2 $270 1 $0 $890 - Develop Comdor & Intersection Tral6c Projections 2 16 $1,760 $0 $0 Conduct LOS Calculations (AII Modes) 6 $720 $0 s0 t47O -Prepare Technical Reports 4 8 4 2 16 4 2 $4.700 2 $270 $0 Task 2 Sub -Total TASK 3 - Corridor vision 4 /4 8 16 6 8 60 4 2 $13,660 12 S1,620 0 SO 315,280 - Purpose & Need Statement 2 4 g $1 auto 50 so $i 800 - Develop Comda Vision, Goals & Objectives 2 8 11.360 4 $540 4 $748 $2,648 Task 3Sub-Total TASK4 Master Plan Development 4 0 0 12 8 0 0 0 0 53,160 4 5540 4 ST48 54,448 - Develop aseline Altemative (Obtain FTA Approval) 4 2 8 s0 4 $748 $2,368 - Tier 1 Altematives Developmem 8 4 12 4 8 16 8 $540 28 s5,236,896Ter 1 Alternatives Analysis and Screening 8 2 4 20 4 /2 51.620 32 5598d S13.844 Task 4 Sub -Total 20 6 4 34 8 8 36 8 0 LS7,1204 $2,160 64 $11,968 $29,208 Labor Sub-Tabl 68 36 12 110 26 18 ge 20 ♦ $7.560 84 $15,706 $71,548 Other Direct Coats (Travel, Repcductions, etc) $50saaaaaaal $2,000 $3,452 S75,0111111 Professional: City: With Copy to: Felsburg Holt & Ullevig City of Fort Collins City of Fort Collins , Purchasing Attn: Holly Buck Attn:Aaron Iverson PO Box 580 6300 S. Syracuse Way, Suite 600 PO Box 580 Fort Collins, CO 80522 Centennial, CO 80111 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 according to the Insurance Requirements attached hereto as Exhibit "D", consisting of one (1) page. 6. Compensation. There are two phases for the agreement. Each phase will begin by issuance of a notice to proceed signed by the City of Ft Collins Project Manager. Phase 1. 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 Seventy -One Thousand Five Hundred Forty -Eight Dollars ($71,548) plus reimbursable direct costs of $3,452 for Phase I. All such fees and costs for Phase I shall not exceed Seventy -Five Thousand Dollars ($75,000) in Professional Services Agreement — Felsburg Holt & Ullevig 7272 Enhanced Travel Corridor Master Plan for Harmony Road Page 2 of 8 Scope of Work Harmony Road ETC Master Plan November 9, 2011 PHASE 2BUDGET TASK TASK I - PM and Public Involvement Felsburg Holt & UIIevig BHA Design NelsonliNygaard Principal 1 P Associate Sr. Env. SUentlO Trans. PlannerV Env. Scion. IV Engineer 111 Engineer II Sent or Oaslgner Admin. FHU Total Principal BHA Total Principal MN Total TOTAL PROJECT COSTS 5760 E160 $145 $130 $120 $105 S90 $110 $70 $135 $187 -Project Management 11 6 q $1 d80 $0 $0 $1,480 - Develop Public Involvement Plan 0 so s0 $0 s0 -TAG Meetings (6 meetings) 10 4 10 4 S4,020 4 $540 8 $1,496 $6,056 - Meeting Summary 4 $520 s0 $0 $520 - Open House Attendance/Prep. (3 meetings) 4 4 6 4 2 $2 6440 4 $540 $0 $3,150 Tasks Sub -Total TASK 4 - Mager Plan Development 20 a 0 24 4 0 0 4 2 Sa,sen 6 11,080 8 E7,4% $77,236 -Ter2Altemalives Development 4 4 1 8 1 8 I 30 I 1 $7.180 it IT5_4_0120 11 3,740 $11.460 Tier2 Alternatives Analysis and Screening 4 4 16 4 4 54,140 12 $1.620 24 S4,488 $10.248 Develop Locally Preferred Altematim 1-sk 8 2 2 4 16 $4,040 24 S3,240 B $1.496 - S8,76 Prepare Technical Reports 2 6 4 2 $1,620 4 $$40 4 $748 $2,908 4 Sub -Total TASK 5 - Implementation Plan 18 6 4 28 4 12 20 50 2 576,980 44 $5,940 56 570,472 533,392 - Identify Potential Funding Options 4 s640 50 8 $7,496 $2, 136 - Develop LPA Phasing Plan 8 16 8 $4.680 s0 16 $2.992 $7,672 Task 5 Sub -Total TASK 6 - Plan AcloptionfDocumentation 12 ifi 0 0 0 8 0 0 0 55,320 0 ED 24 E4,488 E9,808 -City Council PmsentalKins (2 meetings) 8 31.280 6 $810 $0 s2.090 - Final Report Assistance 4 4 16 8 4 4 $4,740 s0 s0 54740 Task 6 Sub -Total 12 0 4 16 0 0 8 4 4 $6,020 6 $810 0 so 56.830 Labor Sub -Total 52 30 8 ' 68 a 20 28 58 8 $36,990 s8 $7,830 a8 $16,456 561,266 Other Direct Costs (Travel, Reproductions. etc.) $2, 59f laaaaaaaa$50 $1,1100 $3,fi48 l ll try IU CII,.I r N 2011 Rate Sheet The following hourly billing rates apply to all "Time and Materials" contracts. Staff Rates Other Direct Costs Principal III ......................................... $210.00 Principal 11 .......................................... $180.00 Principal I ........................................... $160.00 Associate ............................................ $160.00 Sr. Engineer ................... ..................... $145.00 Engineer V.......................................... $130.00 Engineer IV ........................................ $120.00 Engineer Ill.........................................$105.00 Engineer 11............................................$90.00 Engineer ................................................ $80.00 Sr. Environmental Scientist ................$145.00 Environmental Scientist V..................$130.00 Environmental Scientist IV................$120.00 Environmental Scientist III ................$105.00 Environmental Scientist 11....................$90.00 Environmental Scientist I.....................$80.00 Sr. Transportation Planner ..................$145.00 Transportation Planner V....................$130.00 Transportation Planner IV .................. $120.00 Transportation Planner III .................. $105.00 Transportation Planner 11......................$90.00 Transportation Planner I.......................$80.00 Sr. Bridge Designer............................$120.00 Sr. Designer........................................$110.00 Dcsigncr V..........................................$100.00 Dcsigncr IV..........................................$95.00 Designer III...........................................$85.00 Dcsigncr ll............................................$75.00 Designer I ............................................. $60.00 Sr. Construction Inspector ..................$100.00 Construction Inspector V......................$95.00 Construction Inspector IV ....................$85.00 Construction Inspector III ............... I .... $80.00 Construction Inspector II......................$70.00 Construction Inspector I.......................$60.00 Sr. Environmental Tech ...................... $ 110.00 Environmental Tech V ........................$100.00 Environmental Tech IV ........................$95.00 Environmental Tech III .........................$85.00 Environmental Tech 11..........................$75.00 Environmental Tech 1...........................$60.00 Administrative ...................................... $70.00 Plots Bond .............................................. $0?4/sq ft Glossy ............................................ $0.71/sq ft Mylar............................................. $0.55/sq ft Vellum ........................................... $0.39/sq ft Prints Black and White ............................ $0.08;print Color .............................................. $0.19/print Presentation Boards Bond Foam Core Mounted............ $1.22/sq ft Glossy Foam Core Mounted.......... $1.69/sq ft Computer Projector .............. $100.00/meeting Travel Mileage........................................$0.555/Mile (or current allowable Federal rate) Truck (Construction) ..................... $40.00/day Other Miscellaneous Costs Courier ........................... Actual Vendor Costs Postage...........................Actual Vendor Costs Deliveries .......................Actual Vendor Costs Per Diem ........................Actual Vendor Costs Subconsultants.... Actual Subconsultant Costs Field Equipment Trimble GPS.................................. $45.00/day Blue Tooth Camera for GPS.......... $35.00/day Other direct costs are reimbursed at a rate of 1.1 times the rates above and / or actual costs. IN FELSBURG (4HOLT & ULLEVIG engineering paths to transportation solutions Hourly Rates and Reimbursables BHA Design Incorporated Labor fees for BHA Design are based on the following hourly rates: PROFESSIONAL HOURLY RATE 44r- Principal $ 135.00 Associate S 95.00 Landscape Architect S 78.00 Administrative S 75.00 REIMBURSABLE EXPENSES RATE Mileage S 0.50/Mile Black/White Copies 5 0.12/Copy Color Copies S 2.00/Copy Plots — Mylar (24" x 36") S 13.50/Sheet Plots — Translucent Bond (24" x 36") $ 10.50/Sheet Courier Service/Fort Collins $ 7.00/Per Trip Courier Service/Denver Area $ 35 — 50/Per Trip Prints/Scans Cost Plus 10% AT&T/Qwest Phone Calls Cost Plus 10% Federal Express Cost Plus 10% Hourly Rates and Reimbursables NN Billing Rates 7/1/30to 6/30/11 Title Base Rate Overhead Profit Total Billing Rate 140% 10% Principal X $118.94 $166.51 $28.54 $314.00 Principa IIX $110.98 $155.37 $26.64 $293.00 Principal VIII $94.70 $132.57 $22.73 $250.00 Principal VII $84.09 $117.72 $20.18 $222.00 Principal VI $75.38 $105.53 $18.09 $199.00 Principal V $70.84 $99.17 $17.00 $187.00 Principa IV $64.77 $90.68 $15.55 $171.00 Principal111 $60.61 $84.85 $14.55 $160.00 Principal11 $56.06 $78.48 $13.45 $148.00 Senior Associate11 $51.89 $72.65 $12.45 $137.00 Senior Associate $49.63 $69.48 $11.91 $131.00 Associate Project Manager $45.46 $63.64 $10.91 $120.00 GIS $45.46 $63.64 $10.91 $120.00 Associate II $36.74 $51.44 $8.82 $97.00 Support (Admin ,Pubs, etc) $36.74 $51.44 $8.82 $97.00 Associate 1 $26.52 $37.12 $6.36 $70.00 Intern $15.91 $22.27 $3.82 $42.00 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. Professional Services Agreement — Felsburg Holt & Ullevig 7272 Enhanced Travel Corridor Master Plan for Harmony Road Page 8 of 8 accordance with Exhibit "C", consisting of five (5) pages, and incorporated herein by this reference. Phase II. The City agrees to pay Professional a fixed fee in the amount of Sixty -One Thousand Two Hundred Sixty -Six Dollars ($61,266) plus reimbursable direct costs of $3,648 for Phase II. All such fees and costs for Phase II shall not exceed Sixty -Four Thousand Nine Hundred Fourteen Dollars ($64,914) in accordance with Exhibit "C", consisting of five (5) pages, 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 are not parties to this agreement. However, the rates listed for services to be provided by these subcontractors shall be the rate paid by the City to the Professional for these services. If the amounts charged by these subcontractors exceed the rates listed in Exhibit "C" the excess amount shall not be paid or owed by the City. The limitation on increases in prices set forth in section 4 herein shall apply to all rates listed in Exhibit "C" including subcontractor rates. 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 shall be 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 Professional Services Agreement — Felsburg Holt & Ullevig 7272 Enhanced Travel Corridor Master Plan for Harmony Road Page 3 of 8 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 City in an 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. Professional Services Agreement - Felsburg Holt & Ullevig 7272 Enhanced Travel Corridor Master Plan for Harmony Road Page 4 of 8 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 party'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 Against 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 Professional Services Agreement— Felsburg Halt & Ullevig 7272 Enhanced Travel Corridor Master Plan for Harmony Road Page 5 of 8 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: 1. 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. f. 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. Professional Services Agreement — Felsburg Holt & Ullevig 7272 Enhanced Travel Corridor Master Plan for Harmony Road Page 6 of 8 THE CITY OF FORT COLLINS, COLORADO By: z01 ame� B. O'Neill II, CPPO, FNIGP Director P rchasing & Risk Management noTE Felsburg Holt & Ullevig ,,Z-7 By: ,w i� Title: e-5 i A CORPORATE PRESIDENT OR VICE PRES NIT Date: 1 ) 1 Z- Z--/ / I A (Corporate Seal) Corporate Secretary Professional Services Agreement — Felsburg Holt & Ullevig 7272 Enhanced Travel Corridor Master Plan for Harmony Road Page 7 of 8 EXHIBIT A SCOPE OF WORK November 9, 2011 SCOPE OF WORK - HARMONY ROAD ETC MASTER PLAN Prepared for the City of Fort Collins by Felsburg Holt & Ullevig Phase 1 Task 1: Project Management and Public Involvement Project Management The Felsburg Holt & Ullevig (FHU) team will manage all project tasks, submit written monthly progress reports with invoices, and schedule and participate in weekly or bi-weekly conference calls with the City's project manager and the City's project team (as needed). The monthly progress reports will document specific accomplishments of each task, and anticipated tasks in the upcoming month. A Technical Advisory Committee (TAC) will be established at the onset of the project to guide the development of the ETC Master Plan and to serve as a sounding board for the technical aspects of the project. In addition to the City departments and stakeholder agencies listed in the Request for Proposals (RFP), we highly recommend including an FTA representative as a member of the TAC. The FHU team will facilitate six meetings with the TAC and will provide draft meeting summaries within one week following each meeting. The anticipated primary topic(s) of each meeting are listed below: ■ TAC Meeting #1—TAC roles and responsibilities, corridor understanding, project Purpose and Need ■ TAC Meeting #2 —Corridor visioning workshop (establish vision, goals and objectives) ■ TAC Meeting #3 —Alternatives development and evaluation criteria workshop ■ TAC Meeting #4 —Alternatives evaluation and screening ■ TAC Meeting #5 — Locally Preferred Alternative (LPA)selection and implementation (phasing and funding) ■ TAC Meeting #6 —Draft ETC Master Plan Public Involvement The FHU team will work closely with City staff at the onset of the project to finalize an innovative Public Involvement Plan that seeks to solicit meaningful input from a broad cross-section of people through the master planning process. City staff will lead the public outreach effort, and the FHU team will serve in a support role, providing content for the various avenues of disseminating information to the public. In order to reach out to and receive valuable input from the varied stakeholders in the corridor, a multi -faceted public involvement plan is essential. We propose the following elements that would work together to create a comprehensive outreach program: ■ Project website with project information and regularly updated survey questions ■ Social media (Facebook and Twitter) ■ Traditional public meetings ■ Focus group meetings with business owners and community groups The public involvement process should be ongoing through the duration of the planning process; a project website will be not only a clearinghouse for project -related information and documentation, but it will also be a RG N HOLT& r ULLFVIG NEGA PO Scope of Work Harmony Road ETC Master Plan November 9, 2011 place where the public can provide comments when it is convenient for them. The FHU team will provide content for the project website in concurrence with project milestones including TAC meeting outcomes, public meetings, and completion of technical papers. The City successfully used social media including Facebook and Twitter in the development of City Plan. We recommend continued use of these tools for this effort. The FHU team will support City staff by collaborating on Twitter and Facebook feeds at regular intervals throughout the project. Information feeds might include public meeting announcements, alerts to new project website postings, and links to survey questions on the website. While web -based public outreach can substantially augment the public's role in a planning process, not all corridor stakeholders are technology -savvy— it will be important to also provide more traditional public outreach opportunities. There are public libraries located on both ends of the Harmony Road corridor that would serve as ideal locations for public open house forums to present project information and to solicit input. We have identified three key phases of the planning process at which time public input will be crucial. The FHU team will prepare displays and material for the public meetings, and we will attend and participate in the three public meetings, as outlined below: Public Meeting #1— Present corridor understanding; solicit input on the Purpose and Need, vision for the corridor. and ideas for alternatives ■ Public Meeting #2 — Present and solicit input on Tier 1 Alternatives (as described in Task 4) and preliminary evaluation and screening results ■ Public Meeting #3 — Present and solicit input on the Locally Preferred Alternative and Implementation Plan City staff will hold focus group meetings with business owners and other community groups including the Transportation Board (and other boards) during the planning process. The FHU team will support these efforts by providing displays and presentation materials. The FHU team will be responsible for summarizing public comments received during the three public meetings. Responding to public comments/questions through the duration of the planning process will be the primary responsibility of City staff; the FHU team will support City staff in responding to the public as needed. Task 1 Deliverables ■ Monthly progress reports ■ TAC meeting summaries ■ Public Involvement Plan ■ Content for public outreach (website, social media, public meetings, focus groups) • Summary of public comments received during public meetings Phase 1 includes the first four TAC meetings and the first two public meetings. Task 2: Corridor Understanding The FHU team will provide the City with information, materials and technical evaluations to formulate an understanding of Harmony Road's past and its current physical and operational conditions, while also providing insight into what the future holds. This information will be documented in a corridor summary paper that will provide the basis for creating the vision of what Harmony Road can be, for developing benchmark criteria for Nr VOLTFELS & ULLEVIG nvt`nao