Loading...
HomeMy WebLinkAboutRFP - 7450 TIMBERLINE ROAD CORRIDOR IMPROVEMENTS - BLACKBIRD DRIVE TO PROSPECT ROADREQUEST FOR PROPOSAL 7450 TIMBERLINE ROAD CORRIDOR IMPROVEMENTS BLACKBIRD DRIVE TO PROSPECT ROAD The City of Fort Collins is requesting proposals from qualified firms to provide the City with preliminary engineering design, final engineering design and design support during construction for the Timberline Road Corridor Improvements. The successful candidate will identify and address all of the tasks, issues and deliverables in their proposal. Prospective teams must possess the expertise and experience necessary to complete the project on time and within the established budget, and be motivated to work with City staff and all other affected interests to accomplish the goals and objectives associated with this project. Proposals may be submitted by E-mail in Microsoft Word or PDF format. E-mail submittals shall be e-mailed to: purchasing@fcgov.com. If submitting hard copy proposals, eight (8) copies, will be received at the City of Fort Collins' Purchasing Division, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Proposals will be received before 3:00 p.m. (our clock), December 18, 2012 and referenced as Proposal No. 7450. If delivered, they are to be sent to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. A pre-proposal meeting will be held December 5, 2012 at 2:00 P.M. at 215 North Mason, Community Room, Fort Collins, CO. The City encourages all disadvantaged business enterprises to submit proposals in response to all requests for proposals and will not be discriminated against on the grounds of race, color, national origin for all proposals for negotiated agreements. Questions concerning the scope of the project should be directed to Project Manager, Tim Kemp, PE, LEED AP, Capital Projects Engineer at (970) 416-2719 or tkemp@fcgov.com. Questions regarding bid submittal or process should be directed to John Stephen, CPPO, LEED AP, Senior Buyer, Buyer, at (970) 221-6777 or jstephen@fcgov.com. A copy of the Proposal may be obtained as follows: 1. Download the Proposal/Bid from the BuySpeed Webpage, www.fcgov.com/eprocurement Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 1 of 45 The City of Fort Collins is subject to public information laws, which permit access to most records and documents. Proprietary information in your response must be clearly identified and will be protected to the extent legally permissible. Proposals may not be marked ‘Proprietary’ in their entirety. Information considered proprietary is limited to material treated as confidential in the normal conduct of business, trade secrets, discount information, and individual product or service pricing. Summary price information may not be designated as proprietary as such information may be carried forward into other public documents. All provisions of any contract resulting from this request for proposal will be public information. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision-making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Collusive or sham proposals: Any proposal deemed to be collusive or a sham proposal will be rejected and reported to authorities as such. Your authorized signature of this proposal assures that such proposal is genuine and is not a collusive or sham proposal. The City of Fort Collins reserves the right to reject any and all proposals and to waive any irregularities or informalities. Sincerely, James B. O'Neill II, CPPO, FNIGP Director of Purchasing & Risk Management 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 2 of 45 REQUEST FOR PROPOSAL 7450 TIMBERLINE ROAD CORRIDOR IMPROVEMENTS BLACKBIRD DRIVE TO PROSPECT ROAD The City of Fort Collins Engineering Department is requesting proposals from a consulting firm or team to provide the City with preliminary engineering design, final engineering design and design support during construction for the Timberline Road Corridor Improvements. The successful candidate will identify and address all of the tasks, issues and deliverables in their proposal. Prospective teams must possess the expertise and experience necessary to complete the project on time and within the established budget, and be motivated to work with City staff and all other affected interests to accomplish the goals and objectives associated with this project. This project is being funded by the Building on Basics (BOB) 0.25% “Community Enhancement” sales and use tax for capital improvements projects. The project is identified as “Timberline Road – Drake Road to Prospect Road” from the 2005 ballot language. More specifically, the ballot language stated “This project will expand Timberline Road to four (4) lane arterial street standards including travel lanes, sidewalks, bike lanes, landscaped medians, and other necessary improvements. The project will include improvement of the Timberline / Prospect intersection and all its approaches to add additional through and turn lanes”. The southern boundary of the project will be Blackbird Drive. Timberline was previously upgraded through other improvement projects from Blackbird Drive to Drake Road. In addition to the above mentioned improvement area, the City is requesting that the Traffic Modeling and Report include the Prospect Road and Riverside Avenue intersection. The Riverside to Prospect to Timberline connection (in both directions) is one of the dominant traffic movements in the area. We are seeking creative solutions for reducing congestion and vehicle delay. A separate design and construction project may develop for the Prospect Road and Riverside Avenue intersection, if it is determined through the traffic analysis process that improvements are warranted. At the time of this RFP, dedicated funding has not been secured for the potential improvements at this intersection. All work associated with the project must be in accordance with the Larimer County Urban Area Street Standards (LCUASS) roadway design standards. All specifications must be written in the format of the 2011 Colorado Department of Transportation (CDOT) Standard Specifications for Road and Bridge Construction. Tasks to complete the project include, but are not limited to, those outlined in the attached preliminary Scope of Work (Section III). Please limit the total length of your proposal to a maximum of twenty-five (25) pages total (excluding covers and dividers). 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 3 of 45 I. Introduction The City of Fort Collins is seeking professional consulting services to design the Timberline Road Corridor Improvements. The City recently completed an Arterial Intersection Priority Study which identified the need for an eastbound Prospect to southbound Timberline “free right” with an acceleration lane on southbound Timberline. Major components that brought this improvement to the top of the list include: elevated levels of intersection delay, higher than average accident rates and the high volume of turning movements. Currently, the Average Daily Traffic (ADT) is at 40,000 vehicles per day. The posted speed limits for all legs of the existing intersection vary from thirty-five (35) to forty (40) miles per hour. The intersection currently operates with dual left turn lanes on three of four legs and dedicated right turns on three of four legs. See Attachment 1 - Project Location Map. The Timberline Road and Prospect Road intersection is significant to the City of Fort Collins for many reasons, including the following:  Prospect Road is a heavily travelled route from Fort Collins to I-25  Prospect Road and Timberline Road are defined as “Future Enhanced Travel Corridors”  Timberline Road is classified as a future six-lane arterial south of the intersection and a future four-lane arterial north of the intersection  Two existing Transfort routes traverse the intersection  Proximity to the Spring Creek, Poudre River and Power Trails  The intersection vicinity contains at-grade crossings with Great Western and Union Pacific railways As mentioned above, the project will be funded through the Building on Basics sale and use tax. This sole funding source will be used for the design, right-of-way acquisition and construction of the improvements. The anticipated “total” project budget is $3,300,000.00. The proposed improvements will follow a multi-modal approach to create a safer corridor for all modes of transportation. Interim congestion mitigation and safety improvements were constructed at the Timberline Road and Prospect Road intersection in 2005. The scope of this Request for Proposal will encompass the evaluation and constructability of the ultimate intersection improvements. Required elements for the Timberline Road Corridor and Prospect Intersection Improvements:  Modeling of current traffic patterns and comparison to past projections 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 4 of 45  Modeling and recommendations for future traffic projections (including the Prospect and Riverside intersection)  Improved air quality through reduced vehicle wait time  Improved safety for vehicles, bicycles and pedestrians; including the completion of the sidewalk connection along the west side of Timberline (Prospect to Blackbird)  Design and construction of utility improvements including water quality features  Landscape and irrigation design for parkways and raised medians (by others)  Structural analysis and design required for extension of the Spring Creek Bridge  Hydraulic modeling and review of past Map Revisions for the Spring Creek floodplain  Design analysis for major turning movements  Design and construction of the project in a sustainable fashion which balances the environmental, social and economic needs of the City and adjacent land owners The City will be using its’ miscellaneous design contract with BHA Design, Inc. for the landscape planning and design services for this project. BHA will be tasked with creating a “unique landscape identity”, potential urban design themes and irrigation design. The Consultant will be tasked with assimilating BHA’s design into the project and integrating design drawings and specifications into the complete bid set. The Consultant team must work together in partnership with the City and BHA Design, Inc. to coordinate and conduct joint reviews at critical milestones throughout the project. In addition, the project team will offer an extensive public outreach and engagement process with the project area stakeholders to ensure the pedestrian, bicycle, and streetscape improvements meet the immediate needs of the area, as well as, to serve the long-range vision. II. Consultant Selection Process and Project Schedule It is the City’s intent to hire a single Consultant Team capable of handling the following duties: Planning, Traffic Engineering, Structural Engineering, Hydraulics Engineering, Public and Stakeholder Involvement, Public Utilities Commission (PUC) Coordination, Final Engineering and Design Support during Construction. Consultants should make sure to address their capabilities, experience and expertise in all of these areas. The Contract will be set up in an “Hourly Rate Not to Exceed” format. Cost will be one of the rating criteria categories. However, the City will not award the Contract based on cost alone. On time delivery is imperative for this project. Proposing teams must explain their approach and innovative delivery strategy to ensure an efficient schedule. Consultants 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 5 of 45 shall submit a detailed project schedule outlining all phases of the project including critical, milestone dates. The City has listed anticipated dates for the Consultant Selection and Project Schedule as noted below.  Consultant Selection Process:  RFP Available to the Public Week of November 26, 2012  Pre-Proposal Meeting December 5, 2012  RFP Submittal Deadline December 18, 2012  Conduct Interviews Week of January 14, 2013  Select and Notify Consultant Week of January 21, 2013  Project Schedule: o It is the City’s goal to advertise the project in March of 2014 and begin construction in May of 2014. Below is a tentative schedule meeting this goal. We are interested in your proven ability to meet or exceed this schedule.  Project Kick-Off & Preliminary Engineering January, 2013 – Summer, 2013  Final Engineering Summer, 2013 – Winter, 2013  Right-of-Way Acquisition Summer, 2013 – Winter, 2013  Advertise for Construction March, 2014  Begin Construction May, 2014 o The Consultant’s schedule shall clearly indicate “critical path work items”. Railroad Improvement Agreements shall be considered when putting the schedule together but shall not be reflected as the primary work item driving the entire schedule. The City is seeking alternatives and options for constructing the project in 2014, as noted above. III. Scope of Work The following is an outline of a general scope of work. The Consultant shall expand each of the tasks listed below. Additional tasks, if deemed necessary by the Consultant, shall be added to the list to ensure a good product.  Project Kick-Off Phase: City Tasks  Provide Aerial Maps  Provide Existing Topographic Survey - per the High Accuracy Reference Network (HARN), tied to City of Fort Collins Groundmaster Coordinate System (Horizontal) and the City of Fort Collins Vertical Control Network (NGVD 1929 - Unadjusted Vertical)  Provide a Digital Copy (CAD Format) of the Existing Surface and Point Files  Provide Property Analysis Map – Ownership, Property Lines, Relevant Easements and Current Tenants based upon Title Commitments 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 6 of 45 Consultant Tasks  Complete a Survey Request Form to the City of Fort Collins Survey Department  Existing Utility Locates through Potholing  Horizontal and Vertical Survey of Potholed Utilities (by City)  Produce Mapping based upon information provided by the City  Follow Up with Utility Companies to ensure accurate information is presented  Work with BHA during the “Landscape Identity” Concept Phase  Preliminary Engineering Phase: This Phase entails development of a preliminary engineering plan set. The following design considerations shall be addressed:  Traffic Report  Safety Improvements  Proposed Property Impacts  Proposed Floodplain Impacts  Structural Analysis of the Spring Creek Bridge Widening  Thorough Utility Design, including storm sewer, water quality and outfall location(s)  Pedestrian and Bicycle Facilities  Pavement Design and Geotechnical Engineering Report  Landscaping and Irrigation (by others) The following activities shall be completed within this phase of the project. Work items are categorized according to City and Consultant tasks. City Tasks:  Coordination with impacted businesses and residents regarding proposed improvements  Provide Legal Descriptions and Exhibits for right-of-way (ROW), temporary construction easement (TCE) and permanent easement acquisitions. The City and / or the City’s “on-call” Consultant will handle all property negotiations; including value finding, appraisals, offers, negotiations and closings. Consultant Tasks:  All tasks necessary to deliver Preliminary Engineering Design (30%) Plans, Construction Specifications (including Standard Special Provisions and Project Specific Special Provisions), Quantity Take-Offs, Bid 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 7 of 45 Tabulations and Cost Estimates. Plans must be produced in accordance with Larimer County Urban Area Street Standards (LCUASS). Plans, specs, quantity take-offs, bid tabulations and cost estimates will be submitted to the City both as hard copies and electronically. The Consultant is fully responsible for Quality Assurance and Quality Control (QA / QC) of the plan set.  Identify property impacts and extent of ROW and TCE needed. The Consultant will provide a digital copy (CAD format) of the line work to the City of Fort Collins Survey Department for all proposed acquisition areas (temporary and permanent).  Development of a Preliminary Drainage Report  Include identification of any proposed floodplain work  Review the Summary of Findings Report for the “Hydraulic Modeling and Hydraulic Analyses for Spring Creek Downstream of Edora Park” by Anderson Consulting Engineers, Inc.; analysis dated October 21, 2005.  If requested by the Consultant, the City will provide floodplain cross sections at the time of initial topographic survey work. Cross section locations must be included in the Survey Request Form.  Traffic Analysis and Traffic Report  Compare past traffic projections to current day traffic movements (See Attachment 2 - Traffic Volumes and LOS Memo from Fox Higgins, dated July 1, 2004)  Include a twenty-year traffic projection which shall include the intersections of Prospect Road with Timberline Road and Riverside Avenue  Examine interaction of all modes of transportation (vehicular, bicycle, pedestrian, transit and rail) within the project area  Prioritize needed improvements based upon accident reduction, congestion mitigation, right-of-way needs, cost and constructability  Adequately size turn lanes and access points  Structural Analysis (Spring Creek Bridge)  Provide documented results for the proposed improvements  Thorough Utility Design  Coordinate with City Utility departments, including but not limited to: Water/Wastewater, Stormwater, Light & Power, Fiber Optic and Traffic  Coordinate with all private utilities potentially impacted by the improvements 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 8 of 45  Coordinate with Xcel Energy for the West Main Natural Gas Pipeline Replacement Project (upgrading their facility from an 8-inch to a 16- inch high pressure gas main) which is scheduled to traverse the Timberline corridor in 2014  Determine extent and location of any utility relocations  Develop preliminary level stormwater improvement plans  Consider relevant Master Drainage Plans within the area  Development of a Pavement Design and Geotechnical Engineering Report  To include subsurface exploration (borings) with laboratory test results  The City will provide 20-year and 30-year Equivalent Single Axle Loads (ESAL’s) for the Consultants pavement design calculations  To include recommendations for Hot Mix Asphalt (HMA) and Portland Cement Concrete (PCC) pavement sections  Public Utilities Commission (PUC) Application(s)  The Consultant will prepare all necessary written documents and plan & profile drawings as required by the PUC. The City will provide legal descriptions as required for the application(s)  The City will submit the PUC application(s) through the City Attorney’s Office  The Consultant will be responsible for the scheduling of the diagnostic meeting(s) and all correspondence with the railroad and PUC employees  Grain Silos on the West side of Timberline Road  The silos and a single family house are on City owned property  Assist the City in evaluating all possible options including an estimate and schedule for complete removal of the structures, feasibility of moving the silos on-site and relocating / repurposing the silos elsewhere  The single family house is known to contain hazardous building materials. Please provide methods and means for safe removal and disposal.  At the time of this RFP, the City is considering different options for the silos (repurposing at another City owned property, demolition and scrapping, donation to a private owner)  Attend and conduct progress meetings. Meeting minutes shall be developed and provided by the Consultant.  Refinement of the “Landscape Identity” with BHA 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 9 of 45  At the time of this RFP, the City is in the process of updating our Streetscape Design Standards and Guidelines. We anticipate Council approval of the revised standards in December, 2012. A link to the “draft” copy of the guidelines updates has been provided under the Final Engineering Phase.  The existing hardscape medians will need to be re-purposed with irrigation systems and plantings materials. Some medians may need to be widened and / or reconstructed to achieve the desired aesthetics. Additionally, new raised medians may need to be constructed with the project.  Coordinate with Artist and Art pieces from the Art in Public Places program. The Artist will be hired by the City through a separate process and will not be under this RFP Contract.  In general, the City will be looking for plant material variety, low-water use plants, varying textures and colors, a mixture of ground cover materials and a water efficient irrigation system  A landscape mitigation plan will be created by BHA for the City owned property which currently houses the grain silos  The City would like to encourage “real time reviews” when working with the successful Consultant. Design items can be submitted prior to the formal reviews in an effort to make the process more efficient.  Preliminary Engineering Phase Deliverables:  Preliminary Engineering Project Schedule  Meeting Minutes (see Public and Stake Holder Involvement Section for anticipated meetings)  Preliminary Drainage Report  Traffic Report and Summary of Future Projections  Structure Selection Report for the Spring Creek Bridge  Pavement Design and Geotechnical Engineering Report  PUC Application documents  Two (2) Landscape Identity Alternatives  Four (4) Half Size Preliminary plan sets (Black and White, 11x17)  One (1) .pdf file of the plan set  One (1) Digital copy of the design drawings (AutoCAD format)  One (1) Electronic copy of Preliminary Project Specification Book  Project Bid Tab and Opinion of Probable Cost 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 10 of 45  Preliminary Review Meeting Minutes and comment responses  Final Engineering Phase:  All tasks necessary to deliver Final Engineering Design (95%) Plans, Construction Specifications (including Standard Special Provisions and Project Specific Special Provisions), Quantity Take-Offs, Bid Tabulations and Cost Estimates. Plans must be produced in accordance with Larimer County Urban Area Street Standards (LCUASS). Plans, specs, quantity take-offs, bid tabulations and cost estimates will be submitted to the City both as hard copies and electronically. The Consultant is fully responsible for Quality Assurance and Quality Control (QA / QC) of the plan set. This submittal will trigger the Final Review. Comments from the Final Review will be incorporated into the “For Bidding” plan set. City Tasks:  Coordination with impacted businesses and residents regarding proposed improvements  Seek Eminent Domain authority from City Council  Preparation of all necessary Legal Descriptions and Exhibits for right-of-way (ROW), temporary construction easement (TCE) and permanent easement acquisitions  Stamping and signing of above mentioned exhibits Consultant Tasks:  Development of Future ROW and Easement Lines – provided to the City  Development of Site Specific Mitigation Plans for Each Parcel o Please plan on mitigation plans for four (4) parcels with two iterations per parcel o Effected Property Owner’s may ask for turning templates as part of the negotiation process. The Consultant shall plan on providing this information for four (4) parcels with two iterations per parcel.  Attend and conduct progress meetings. Meeting minutes shall be developed and provided by the Consultant.  Development of a Final Drainage Report  Development of a Letter of Map Revision (LOMR)  Finalization of the “Landscape Identity” with BHA All work shall be based upon the requirements and guidelines found in the following reports:  Larimer County Urban Area Street Standards (April 1, 2007) 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 11 of 45 http://www.larimer.org/engineering/GMARdStds/UrbanSt.htm  City of Fort Collins “Master Street Plan” (December 18, 2011) http://www.fcgov.com/transportationplanning/msp.php  City of Fort Collins “Multimodal Transportation Level of Service Criteria” (1997) http://www.larimer.org/engineering/GMARdStds/ApdxH_04_01_2007.pdf  City of Fort Collins “Pedestrian Plan” (2011) http://www.fcgov.com/transportationplanning/pedplan.php  City of Fort Collins “2008 Bicycle Plan, Update to the 1995 Bicycle Program Plan” (September, 2008) http://www.fcgov.com/bicycling/bike-plan.php  City of Fort Collins “Transit Strategic Plan” (2009) http://www.fcgov.com/transfort/plan-index.php  City of Fort Collins “Streetscape Design Standards & Guidelines” (2011 Update) http://www.fcgov.com/advanceplanning/streetscapedesign.php  “Timberline Road Widening – Ultimate” 50% Submittal (April, 2005) (For Reference Only) http://citydocs.fcgov.com/?vid=51&cmd=search&scope=doctype&dt=STR- STREETS&dn=Engineering&q=prospect+and+timberline  Colorado Department of Transportation Standard Specifications for Road and Bridge Construction 2011  Colorado Department of Transportation Standard Plans, M&S Standards (July, 2006)  Final Engineering Phase Deliverables:  Final Engineering Project Schedule  Meeting Minutes (see Public and Stake Holder Involvement Section for anticipated meetings)  Final Drainage Report  Storm Water Management Plan  Final Landscape Identity Alternative  Four (4) Half Size Final plan sets (Black and White, 11x17) One (1) .pdf file of the plan set  One (1) electronic copy of Final Project Specification Book 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 12 of 45  Project Bid Tab and Opinion of Probable Cost  “For Bidding” Submittal and Deliverables:  Final Review Meeting Minutes and comment responses  Four (4) Half Size “For Bidding” plan sets (Black and White, 11x17), stamped by PE  One (1) .pdf file of the “For Bidding” plan set, stamped by PE  One (1) Electronic copy of the “For Bidding” plan set, stamped by PE  Bidding and Construction Phases:  The Consultant will be tasked with providing any necessary responses and subsequent documentation for revisions to the plans, specifications and cost estimate as a result of Requests For Information (RFI), Addenda and Field Memos which need to be issued during the Bidding and Construction Phases  The Consultant will incorporate any changes / modifications into the plan set, specifications and cost estimate, if necessary, as a result of the bidding process. A memo shall be sent to the City stating the changes and how they were addressed prior to submitting the “For Construction” documents.  One (1) Digital copy of the design drawings (AutoCAD format). This will include all design drawings, surfaces, point files and drawing sheets.  One (1) Full Size “For Construction” plan set (Black and White, 24x36) stamped by PE  Four (4) Half Size “For Construction” plan sets (Black and White, 11x17) stamped by PE  One (1) .pdf file of the “For Construction” plan set, stamped by PE  One (1) Electronic copy of “For Construction” project Specification Book, stamped by PE  The Consultant will assist the City during the construction phase and must be willing to address constructability issues in a timely manner IV. Public and Stakeholder Involvement The City will develop and implement a Communication Plan which addresses public involvement and stakeholder coordination. The process will include potentially affected interests such as City Council, multiple City departments, the City’s Transportation Board, area property and business owners and bicycle / pedestrian advocacy groups. Consultant tasks to support the City’s public and stakeholder involvement process include: 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 13 of 45  Graphics production / reproduction  Public mailing preparation  Attendance/participation at property owner meetings and project open house events  Preparation of presentation materials  Development of press releases / media materials  Attendance at public meetings For proposal purposes please plan on attending and providing graphical support for the following:  Preliminary Engineering Phase: o One (1) Public Open House Meeting o Four (4) Project Coordination Meetings o Four (4) Utility Coordination Meetings o One (1) City of Fort Collins Council Meeting  Final Engineering Phase: o One (1) Public Open House Meeting o Four (4) Project Coordination Meetings o Two (2) Utility Coordination Meetings o One (1) City of Fort Collins Council Meeting V. Contact Information Engineering Department Contacts: Tim Kemp, PE Capital Projects Engineer 970.416.2719 tkemp@fcgov.com Dean Klingner, PE Interim Capital Projects Program Manager 970.221.65.11 dklingner@fcgov.com City of Fort Collins Engineering Department 215 North Mason PO Box 580 Fort Collins, CO 80522-0580 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 14 of 45 VI. Review & Assessment Criteria Professional firms will be evaluated on the following criteria. These criteria will be the basis for review of the written proposals and optional interview session. At discretion of the City, interviews of top rated firms may be held. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. WEIGHTING FACTOR QUALIFICATION STANDARD 2.0 Scope of Proposal Does the proposal show an understanding of the project objective, methodology to be used and results that are desired from the project? 2.0 Assigned Personnel Do the persons who will be working on the project have the necessary skills? Are sufficient people of the requisite skills assigned to the project? 1.0 Availability Can the work be completed in the necessary time? Can the target start and completion dates be met? Are other qualified personnel available to assist in meeting the project schedule if required? Is the project team available to attend meetings as required by the Scope of Work? 1.0 Motivation Is the firm interested and are they capable of doing the work in the required time frame? 2.0 Cost and Work Hours Do the proposed cost and work hours compare favorably with the project Manager's estimate? Are the work hours presented reasonable for the effort required in each project task or phase? 2.0 Firm Capability Does the firm have the support capabilities the assigned personnel require? Has the firm done previous projects of this type and scope? 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 15 of 45 REFERENCE EVALUATION (TOP RATED FIRM) The project Manager will check references using the following criteria. The evaluation rankings will be labeled Satisfactory/Unsatisfactory. QUALIFICATION STANDARD Overall Performance Would you hire this Professional again? Did they show the skills required by this project? Timetable Was the original Scope of Work completed within the specified time? Were interim deadlines met in a timely manner? Completeness Was the Professional responsive to client needs; did the Professional anticipate problems? Were problems solved quickly and effectively? Budget Was the original Scope of Work completed within the project budget? Job Knowledge a) If a study, did it meet the Scope of Work? b) If Professional administered a construction contract, was the project functional upon completion and did it operate properly? Were problems corrected quickly and effectively? VII. Attachments 1. Project Location Map 2. Traffic Volumes and LOS Memo from Fox Higgins, dated July 1, 2004. 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 16 of 45 ATTACHMENT 1 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 17 of 45 ATTACHMENT 2 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 18 of 45 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 19 of 45 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 20 of 45 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 21 of 45 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 22 of 45 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 23 of 45 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 24 of 45 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 25 of 45 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 26 of 45 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 27 of 45 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 28 of 45 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 29 of 45 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 30 of 45 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 31 of 45 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 32 of 45 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 33 of 45 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 34 of 45 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 35 of 45 VIII. Sample Professional Services Agreement 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 , 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 ( ) pages, and incorporated herein by this reference. 2. The Work Schedule. [Optional] 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 ( ) pages, and incorporated herein by this reference. 3. Contract Period. The services to be performed pursuant to this Agreement shall be initiated within five (5) days following execution of this Agreement. Services shall be completed no later than_______, 20__. 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. 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 36 of 45 All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: Professional: City: City of Fort Collins Attn: PO Box 580 Fort Collins, CO 80522 With Copy to: City of Fort Collins, Purchasing PO Box 580 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 $ Optional: according to the Insurance Requirements attached hereto as Exhibit “ “, consisting of one (1) page. 6. Compensation. [Use this paragraph or Option 1 below.] 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 ($ ) plus reimbursable direct costs. All such fees and 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 37 of 45 costs shall not exceed ($ ). 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. [Optional] Insert Subcontractor Clause Final payment shall be made following acceptance of the work by the City. Upon final payment, all designs, plans, reports, specifications, drawings, and other services rendered by the Professional shall become the sole property of the City. 6. Compensation. [Option 1] In consideration of the services to be performed pursuant to this Agreement, the City agrees to pay Professional on a time and reimbursable direct cost basis according to the following schedule: Hourly billing rates: Reimbursable direct costs: with maximum compensation (for both Professional's time and reimbursable direct costs) not to exceed ($ ). Monthly partial payments based upon the Professional's billings and itemized statements of reimbursable direct costs are permissible. The amounts of all such partial payments shall be based upon the Professional's City-verified progress in completing the services to be performed pursuant hereto and upon the City's approval of the Professional's reimbursable direct costs. Final payment shall be made following acceptance of the work by the City. Upon final payment, all designs, plans, reports, specifications, drawings and other services rendered by the Professional shall become the sole property of the City. 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 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 38 of 45 orders, and other clarification or instruction shall be directed to the City Representative. 8. Project Drawings. [Optional] 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 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 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 39 of 45 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 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 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 40 of 45 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: 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 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 41 of 45 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. 18. Special Provisions. [Optional] Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit " ", consisting of ( ) pages, attached hereto and incorporated herein by this reference. 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 42 of 45 THE CITY OF FORT COLLINS, COLORADO By: _________________________________ James B. O'Neill II, CPPO, FNIGP Director of Purchasing & Risk Management DATE: ______________________________ ATTEST: _________________________________ City Clerk APPROVED AS TO FORM: ________________________________ Assistant City Attorney [Insert Professional's name] or [Insert Partnership Name] or [Insert individual's name] or Doing business as [insert name of business] By: __________________________________ Title: _______________________________ CORPORATE PRESIDENT OR VICE PRESIDENT Date: _______________________________ ATTEST: _________________________________ (Corporate Seal) Corporate Secretary 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 43 of 45 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: 1. 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. 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 44 of 45 [Optional] EXHIBIT “ ” CONFIDENTIALITY IN CONNECTION WITH SERVICES provided to the City of Fort Collins (the “City”) pursuant to this Agreement (the “Agreement”), the Professional hereby acknowledges that it has been informed that the City has established policies and procedures with regard to the handling of confidential information and other sensitive materials. In consideration of access to certain information, data and material (hereinafter individually and collectively, regardless of nature, referred to as “information”) that are the property of and/or relate to the City or its employees, customers or suppliers, which access is related to the performance of services that the Professional has agreed to perform, the Professional hereby acknowledges and agrees as follows: That information that has or will come into its possession or knowledge in connection with the performance of services for the City may be confidential and/or proprietary. The Professional agrees to treat as confidential (a) all information that is owned by the City, or that relates to the business of the City , or that is used by the City in carrying on business, and (b) all information that is proprietary to a third party (including but not limited to customers and suppliers of the City) . The Professional shall not disclose any such information to any person not having a legitimate need-to-know for purposes authorized by the City. Further, the Professional shall not use such information to obtain any economic or other benefit for itself, or any third party, except as specifically authorized by the City. The foregoing to the contrary notwithstanding, the Professional understands that it shall have no obligation under this Agreement with respect to information and material that (a) becomes generally known to the public by publication or some means other than a breach of duty of this Agreement, or (b) is required by law, regulation or court order to be disclosed, provided that the request for such disclosure is proper and the disclosure does not exceed that which is required. In the event of any disclosure under (b) above, the Professional shall furnish a copy of this Agreement to anyone to whom it is required to make such disclosure and shall promptly advise the City in writing of each such disclosure. In the event that the Professional ceases to perform services for the City, or the City so requests for any reason, the Professional shall promptly return to the City any and all information described hereinabove, including all copies, notes and/or summaries (handwritten or mechanically produced) thereof, in its possession or control or as to which it otherwise has access. The Professional understands and agrees that the City’s remedies at law for a breach of the Professional’s obligations under this Confidentiality Agreement may be inadequate and that the City shall, in the event of any such breach, be entitled to seek equitable relief (including without limitation preliminary and permanent injunctive relief and specific performance) in addition to all other remedies provided hereunder or available at law. 7450 Timberline Road Corridor Improvements - Blackbird Drive to Prospect Road Page 45 of 45