Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
552811 RL BANKS & ASSOCIATES INC - CONTRACT - RFP - 8074 RAILROAD CROSSING STUDY FOR RIVERSIDE CROSSIN
DocuSign Envelope ID: 5A3F456C-323B-4F38-83F6-E1927A66254D 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 R.L. BANKS & ASSOCIATES INC., hereinafter referred to as "Professional". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Professional agrees to provide services in accordance with the scope of services and schedule attached hereto as Exhibit "A", consisting of five (5) pages, and incorporated herein by this reference. Irrespective of references in Exhibit A to certain named third parties, Professional shall be solely responsible for performance of all duties hereunder. 2. Contract Period. The services to be performed pursuant to this Agreement shall be initiated upon signing this Agreement. Services shall be completed no later than September 1, 2015. Time is of the essence. Any extensions of the time limit set forth above must be agreed upon in writing by the parties hereto. 3. Early Termination by City. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Professional. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: Professional: City: Copy to: RL Banks & Associates Inc. City of Fort Collins City of Fort Collins Attn: Charles Banks Attn: Erika Keeton Attn: Purchasing Dept. 2107 Wilson Blvd., Suite 750 PO Box 580 PO Box 580 Arlington, VA 22201 Fort Collins, CO 80522 Fort Collins, CO 80522 In the event of any such early termination by the City, the Professional shall be paid for services rendered prior to the date of termination, subject only to the satisfactory performance of the Professional's obligations under this Agreement. Such payment shall be the Professional's sole right and remedy for such termination. 4. Design, Project Indemnity and Insurance Responsibility. The Professional shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all services rendered by the Professional, including but not limited to designs, plans, reports, specifications, and drawings and shall, without additional Professional Services Agreement 8074 Railroad Crossing Study for Riverside Corridor Page 1 of 14 DocuSign Envelope ID: 5A3F456C-323B-4F38-83F6-E1927A66254D RIVERSIDE CORRIDOR PROJECT SCHEDULE APR APR Document Current Conditions Kickoff meeting MAY MAY JUNE JUNE JULY JULY AUG AUG Meet with both railroads Examine existing traffic operations and congestion related to blocked crossings Examine emergency response and access to Poudre Valley Hospital during conflict events Examine citizen complaints from conflict events ",' °^; a Identify Feasible Solutions Railroad operation or schedule alterations that will reduce frequency and duration of conflicts (engage railroad personnel for feasibility) Infrastructure alterations to rail or street facilities to reduce frequency and duration of conflict events Variable message boards and advanced warning systems to reroute motorists around a conflict Railroad switching yard relocations Conceptual Designs and Cost Estimates Variable message board Railroad infrastructure and yard relocation Grade separations Deliverables One Public Meeting . Council Meeting Presentation materials Final report, draft and revise;'==9 Key General Tasks RaiiTasks Traffic Tasks Professional Services Agreement 8074 Railroad Crossing Study for Riverside Corridor Milestones Kickoff Meeting A Public Meeting B Draft Report C Council Presentation D Final Report E Exact time TB D. Page 10 of 14 DocuSign Envelope ID: 5A3F456C-323B-4F38-83F6-E1927A66254D EXHIBIT B COMPENSATION RIVERSIDE CORRIDOR STUDY BUDGET Schuchmann Banks RLBA Withers Seniors Analysts Support FHU Associate Engineer 2 Graphics Adm in. Task Subtotals Document current conditions 6 12 2 1 4 1 2 1 5 8 16 1 2 61 Kickoffrneeting Meet with both railroads Examine existing traffic operations and congestion related to blocked crossings Examine emergency response and access to Poudre Valley Hospital during conflict events Examine citizen complaints from conflict events identify Feasible Solutions 16 6 2 8 1 2 2 2 2 1 2 8 32 4 88 Railroad operation or schedule alterations that will reduce frequency and duration of conflicts (engage railroad personnel for feasibility) Infrastructure alterations to rail or street facilities to reduce frequency and duration of conflict events Variable message boards and advanced warning systems to reroute motorists around a conflict Railroad switching and relocations Conceptual Designs and cost Estimates 1 8 2 10 2 1 1 8 8 41 Variable message board Railroad infrastructure and yard relocation Grade separations Deliverables 8 4 8 12 1 1 2 2 2 2 6 6 6 4 16 2 82 One Public Meeting Council Meeting Presentation materials Final report, draft and revise Subtotals by person Rate Cost Labor cost per firm RLBA FHU Expenses per firm RLBA FHU Total 100 6 16 5 6 11 84 34 8 2 $ 225 5 225 $ 225 S 200 5 150 S 50 5 180 $ 100 5 120 $ 80 $ 22,500 $ 1,350 $ 3,600 $ 1,000 $ 900 S 550 S 15,120 S 3,400 5 960 $ 160 S 29,900 $ 19,640 S 160 S 300 $ 50,000 FHU Total = Professional Services Agreement 8074 Railroad Crossing Study for Riverside Corridor Page 11 of 14 272 Lr)Ln000 0000 N N O LO UD 00 O N 00 N N N r 60 69- L O cis � O N > N m � � fCS nn♦♦ W m L O U L Q O >, O U _N C m U C M Q Q 0 . � C m E AC1 C 0 C V NJ �••� ^^L //••L� a_ LL ///W/�� V J Q // �3 V/ ' 1=' 1 LL Q rrLnn W v Q v I W m C C� O C Q U).,-- a) cn U cn O a) U U) a M c o 0= w� o 0 0 0000 DocuSign Envelope ID: 5A3F456C-323B-4F38-83F6-E1927A66254D EXHIBIT C 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 reduce coverage or limits and will not be cancelled, except after thirty (30) 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 $1,000,000 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. C. Errors & Omissions. The Professional shall maintain errors and omissions insurance in the amount of $1,000,000. Professional Services Agreement 8074 Railroad Crossing Study for Riverside Corridor Page 13 of 14 DocuSign Envelope ID: 5A3F456C-323B-4F38-83F6-E1927A66254D EXHIBIT D 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. Professional Services Agreement 8074 Railroad Crossing Study for Riverside Corridor Page 14 of 14 DocuSign Envelope ID: 5A3F456C-323B-4F38-83F6-E1927A66254D CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 820155 F51.1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER MBllnsurance Agency, Inc. 2940 Harvest Glen Court Oak Hill, VA 20171 CONTACT Martha Benjamin PHONE .703-860-0906 FaxVC, 703-860-0907 E-MAIL martha@mbiagency.biz INSURERS AFFORDING COVERAGE NAIC # INSURER A: The Hartford Insurance Company INSURED R L Banks & Associates, Inc. 2107 Wilson Bvd., Ste. 750 Arlington, VA 22201 INSURER B : Twin City Fire Insurance Company INSURERC: Philadelphia Insurance Company INSURERD: INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, IN LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER MM DDIYYYY OLICY MM DD YEYYYI XP LIMITS GENERAL LIABILITY EACH OCCURRENCE s2,000,000 A X COMMERCIAL GENERAL LIABILITY DAMAGES (RENTED $ 300 000 CLAIMS -MADE X I OCCUR x 42SBAVK5117 09/29/14 09/29/15 MED EXP (Any oneperson) $ 10,000 PERSONAL & ADV INJURY $ 2,000,000 GENERAL AGGREGATE $ 4,000,000 GE N'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 4,000,000 X POLICY 7 PRO LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 12,000,000 BODILY INJURY (Per person) $ A ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS x 42SBAVK5117 09/29/14 09/29/15 BODILY INJURY P$ (Per accident) X PR OPERTY DAMAGE $ NON -OWNED HIRED AUTOS X AUTOS $ UMBRELLA LIAB EACH OCCURRENCE $ 2,000,000 HOCCUR AGGREGATE $2,000,000 A I EXCESS LIAB CLAIMS -MADE x 42SBAVK5117 09/29/14 09/29/15 DED I I RETENTION $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N PRO PRI OFFICER/MEMBER/EXCLUDED?ECUTIV� NIA 42WECNY8346 03/20/15 03/20/16 WC STATU- X OTH- E.ANY LEACHACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1 $ 1,000,000 $3,000,000 $3,000,000 C Professional Liability PHSD988968 10/26/14 10/26/15 $50K deductible DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) The certificate holder, its offiers, agents and employees is shown as Additional Insured on the General Liability policy and hired and non -owned auto Liability coverage. CERTIFICATE HOLDER CANCELLATION The City of Fort Collins, Colorado PO Box 580 Fort Collins, CO 85022 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE_ �s� ,. QVIIVI tip © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 5A3F456C-323B-4F38-83F6-E1927A66254D 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 attorney's 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 insurance in accordance with Exhibit C consisting of one (1) page, attached hereto and incorporated herein. 5. Compensation. In consideration of the services to be performed pursuant to this Agreement, the City agrees to pay Professional on a time and reimbursable direct cost basis in accordance with Exhibit "B", consisting of two (2) pages, attached hereto and incorporated herein, with maximum compensation (for both Professional's time and reimbursable direct costs) not to exceed Fifty Thousand Dollars ($50,000). 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. 6. City Representative. The City will designate, prior to commencement of work, its project representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to the City Representative. 7. Protect Drawings. Upon conclusion of the project and before final payment, the Professional shall provide the City with reproducible drawings of the project containing accurate information on the project as constructed. Drawings shall be of archival, prepared on stable Mylar base material using a non -fading process to provide for long storage and high quality reproduction. "CD" disc of the as -built drawings shall also be submitted to the City in an AutoCAD version no older then the established city standard. 8. Monthly Report. Commencing thirty (30) days after the date of execution of this Agreement and every thirty (30) days thereafter, Professional is required to provide the City Representative with a written report of the status of the work with respect to the Scope of Services, Work Schedule, and other material information. Failure to provide any required monthly report may, at the option of the City, suspend the processing of any partial payment request. 9. Independent Contractor. The services to be performed by Professional are those of an independent contractor and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Professional's compensation hereunder Professional Services Agreement 8074 Railroad Crossing Study for Riverside Corridor Page 2 of 14 DocuSign Envelope ID: 5A3F456C-323B-4F38-83F6-E1927A66254D for the payment of FICA, Workers' Compensation, other taxes or benefits or for any other purpose. 10. Personal Services. It is understood that the City enters into this Agreement based on the special abilities of the Professional and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Professional shall neither assign any responsibilities nor delegate any duties arising under this Agreement without the prior written consent of the City. 11. Subcontractors. Service Provider may not subcontract any of the Work set forth in the Exhibit A, Statement of Work without the prior written consent of the city, which shall not be unreasonably withheld. If any of the Work is subcontracted hereunder (with the consent of the City), then the following provisions shall apply: (a) the subcontractor must be a reputable, qualified firm with an established record of successful performance in its respective trade performing identical or substantially similar work, (b) the subcontractor will be required to comply with all applicable terms of this Agreement, (c) the subcontract will not create any contractual relationship between any such subcontractor and the City, nor will it obligate the City to pay or see to the payment of any subcontractor, and (d) the work of the subcontractor will be subject to inspection by the City to the same extent as the work of the Service Provider. 12. Acceptance Not Waiver. The City's approval of drawings, designs, plans, specifications, reports, and incidental work or materials furnished hereunder shall not in any way relieve the Professional of responsibility for the quality or technical accuracy of the work. The City's approval or acceptance of, or payment for, any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement. 13. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default. 14. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non - defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non -defaulting party for the non -defaulting 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. Professional Services Agreement 8074 Railroad Crossing Study for Riverside Corridor Page 3 of 14 DocuSign Envelope ID: 5A3F456C-323B-4F38-83F6-E1927A66254D 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 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. Professional Services Agreement 8074 Railroad Crossing Study for Riverside Corridor Page 4 of 14 DocuSign Envelope ID: 5A3F456C-323B-4F38-83F6-E1927A66254D 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. 18. Special Provisions. Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit "D" - Confidentiality, consisting of one (1) page, attached hereto and incorporated herein by this reference. ATTEST: DocuSigned by: City er APPROVED AS TO FORM: r ,DocuSigned by:a,�i�q�,� Vl�.i.�a,,iu�n Assistant City /Attorney no new insurance req'd Professional Services Agreement 8074 Railroad Crossing Study for Riverside Corridor THE CITY OF FORT COLLINS, COLORADO DocuSigned by: By: Gerry Paul Purchasing Director DATE: 6/1/2015 R.L. BANKS & ASSOCIATES INC. DocuSigned by: By. C�,aY{ s t ", 15.As 401 Printed: Charles H. Banks Title: President CORPORATE PRESIDENT OR VICE PRESIDENT Date: 5/29/2015 W Page 5 of 14 DocuSign Envelope ID: 5A3F456C-323B-4F38-83F6-E1927A66254D EXHIBIT A SCOPE OF WORK 8074 Railroad Crossing Study for Riverside Corridor Revised Approach Taking into account Greeley Connection Project and Limited Study Budget Revised Concept Objective: Provide near term understanding and opportunities for improvement of train and traffic operations at the Mulberry Street, Lemay Avenue and Prospect Road railroad crossings along the Riverside Corridor in the context of the announced Greeley Connection project and identify potential future infrastructure projects. Specifics: • provide near -term understanding of railroad operations which impact street traffic along the Riverside Corridor • identify near -term actions railroads could take if willing to improve the situation • use city traffic data and minimize costly collection of new data • focus on variable message boards or advanced warning systems to reroute motorists around a conflict • rail and street infrastructure changes aspect of the study (including rail yard relocation) to be minimized in view of Greeley Connection project — focused on conceptual ideas with no design or CAD drawings • project cost information to be developed where City and Team agree upon need and then limited to order of magnitude Professional Services Agreement 8074 Railroad Crossing Study for Riverside Corridor Page 6 of 14 DocuSign Envelope ID: 5A3F456C-323B-4F38-83F6-E1927A66254D 8074 Railroad Crossing Study for Riverside Corridor Revised Approach Proposal Taking into account Greeley Connection Project and Limited Study Budget REVISED SCOPE PROPOSAL Document Current Conditions Examine existing railroad operations and the causes for delay. In context of a kickoff meeting, interview City to determine what is known, what data is on hand, background of contact or discussions with railroads. Interview FRA, UP and GWR to discuss description of operations, how activities are conducted, car volumes — Fort Collins cars and Windsor cars, future trends and developments. Examine existing traffic operations and congestion related to blocked crossings City data will be used to document the magnitude of the problem. City data includes traffic volumes on affected streets and crossing preemption (gates down) data by crossing where available. The documentation will summarize: • Railroad preemption data at the Riverside/Lemay and Riverside/Mulberry intersections. Data was provided for the Riverside/Lemay intersection at the Scoping meeting on May 6, 2015; the City will need to provide the preemption information for the Riverside/Mulberry intersection. • Video data of train durations and vehicle queuing at the Riverside/Lemay and Riverside/Prospect intersections. City to provide all of the video data. FHU will review the data and summarize duration and queuing information. • City staff will provide a summary of typical congestion issues at the Prospect, Lemay and Mulberry railroad crossings. This summary will include typical congestion and vehicle queuing information while also summarizing the effect on other intersections related to track blockage and also on how long it takes to normalize intersection operations. FHU will summarize vehicle queuing lengths for intersection approaches at these locations. Examine emergency response during conflict events Interview Poudre Fire Authority and Emergency Services to learn about access to Poudre Valley Hospital and other impacts of blocked crossings. Examine City -collected citizen complaints. Review public input in the form of already -compiled citizen complaints and comments which may be collected during the study by the City via website or other means. Identify Feasible Solutions Railroad operation or schedule alterations that will reduce frequency and duration of conflicts Perform this operations -oriented task before proposing infrastructure changes • Review car flow and blocking and what is exchanged where. Is UP still blocking the train in Cheyenne? • What determines times that railroads perform interchange and switching? • Impact of Greeley connection and any other pending changes • Railroad suggestions re: operations, location, timing Professional Services Agreement 8074 Railroad Crossing Study for Riverside Corridor Page 7 of 14 DocuSign Envelope ID: 5A3F456C-323B-4F38-83F6-E1927A66254D • Team to propose suggestions or pose questions re operational changes • Seek railroad comments re: feasibility of making changes Infrastructure alterations to rail or street facilities to reduce frequency and duration of conflict events. The focus of this effort will be on (1) railroad track configuration changes, and (2) potential grade crossing separations. Track changes identified by the Team or the railroads which could enable railroad switching to be carried out with less impact upon Riverside Corridor crossings will be noted. Operating conditions and procedures necessary to make the suggested infrastructure changes work properly will be identified. Sketches will be provided as appropriate. No drawings or designs are required. Grade separations will be addressed in a narrative which refers to the City Capital Investment Plan and notes logical potential Riverside Corridor grade separations which are not on the CIP. Feasibility and constraints will be noted. Evaluate variable message boards and advanced warning systems to reroute motorists around a conflict. Work with City to investigate feasibility, locations, operations, and message templates for the varying locations. Discuss with the railroads the feasibility of railroads notifying the City when delays exceeding a specified threshold are expected. Railroad switching yard relocations. Identify potential locations for relocated switching yards and describe the concept and pros and cons. The evaluation will identify concepts to be explored in the future by means of a feasibility study if warranted. Conceptual Descriptions and Cost Estimates Conceptual level layout of new facilities which could reduce conflicts and order -of -magnitude cost estimates. The focus of this effort will be on (1) variable message boards, (2) railroad infrastructure changes or switching yard relocations, and (3) potential crossing separations. Descriptions and sketches will be developed as appropriate. Drawings and design are not required. (1) Collaborating with the City and with City input, develop concept in terms of variable message board locations and messages and order of magnitude cost. (2) Order of magnitude costs will be presented with respect to potential changes in railroad infrastructure and relocated switching yards identified during the Study. (3) Findings of the crossing separation examination will be presented. Grade separation cost estimates in the CIP will be noted and comments offered as to whether potential projects on the Riverside corridor costs would be expected to be similar or vary significantly. No renderings are required. Professional Services Agreement 8074 Railroad Crossing Study for Riverside Corridor Page 8 of 14 DocuSign Envelope ID: 5A3F456C-323B-4F38-83F6-E1927A66254D Deliverables Presentation of Results At the City's option, a public meeting may be held in the midst of the study. The City will take the lead on any public meetings. Draft and final reports will be produced in electronic and hard copy formats. The report will include an introduction, the history of the problem, current conditions feasible solutions with conceptual descriptions and order of magnitude costs. A presentation will be made to a City Council Work Session tentatively scheduled for August 11, 2015.. Professional Services Agreement 8074 Railroad Crossing Study for Riverside Corridor Page 9 of 14