Loading...
HomeMy WebLinkAbout1000063 URS - CONTRACT - RFP - P739 ADVANCED TRAFFIC MANAGEMENT SYSTEMPROFESSIONAL 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 URS GREINER WOODWARD CLYDE INTERNATIONAL — AMERICAS, INC , a Nevada corporation, hereinafter referred to as "Professional' WITNESSETH In consideration of the mutual covenants and obligations herein expressed, it as 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 four (4) pages, and incorporated herein by this reference 2 Time of Commencement and Completion of Services 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 March 31, 2001 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 Paofessional Such notice shall be delivered at least fifteen (15) days prior to the termination date contained an 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 PSA 10/97 1 final design review meeting Consultant will provide a written summary of comments and the resolution of the issues Procurement Process 1 Procurement Plan Once the requirements for the system have been developed the consultant will work with traffic engineering and purchasing staff to develop a plan for the procurement of the ATMS This plan will include the number of procurements to use, the type of procurement, and the contracting mechanisms 2 Procurement Package The consultant shall prepare the procurement package(s) appropriate to the procurements determined in the procurement plan These will be provided to the City with cost estimates 3 Prebid Review The City will be provided adequate review time prior to the advertisement of procurements Consultant will make necessary revisions and provide final documents to the City prior to advertisement 4 Evaluate Submittals Consultant will review submittals and proposals and provide the City with written recommendations the appropriate course of action On -site reviews of top ranked candidates will be done Deliverables In addition to regular progress reports, the consultant will provide the City with the following deliverables 1 Fort Collins ATMS Vision Report 2 Market Plan Package 3 Implementation and Deployment Plan 4 Signal System Control Report 5 NTCIP Status Memorandum 6 Communications System Report 7 TMC Basis of Design Report 8 Existing Systems Review 9 Local Control Alternative Report 10 External Interface Report 11 Database Integration Report 12 Procurement Plan 13 Procurement Documents EXHIBIT C YEAR 2000 COMPLIANCE CERTIFICATION AND INDEMNITY Section 1 Contractor hereby certifies that all information resources or systems to be provided or used in connection with the performance of this Agreement are "Year 2000 Compliant", except as otherwise expressly described in Section 2, below "Year 2000 Compliant" shall mean that information resources meet the following criteria a Data structures (e g , databases, data files) provide 4-digit date century recognition For example, "1996" provides date century recognition, "96" does not b Stored data contains date century recognition, including (but not limited to) data stored in databases and hardware/device internal system dates c Calculations and programs logic accommodate both same century and multi - century formulas and date values Calculations and logic include (but are not limited to) sort algorithms, calendar generation, event recognition, and all processing actions that use or produce date values d Interfaces (to and from other systems or organizations) prevent non -compliant dates and data from entering any state system User interfaces (i e , screens, reports, etc ) accurately show 4 digit years Year 2000 is correctly treated as a leap year within all calculation and calendar logic Section 2 Contractor agrees to notify the City immediately of any information resources or systems that are not Year 2000 Compliant upon encountering the same in connection with the performance of the Agreement, including without limitation any information resources or systems in use by Contractor in the performance of the Agreement or information resources or systems of the City regarding which Contractor obtains information in the course of its performance of the Agreement Section 3 Contractor agrees to permit examination, by the City or agents thereof, of any and all information resources and systems in use in connection with this Agreement, and related Year 2000 Compliance implementation plans, in order to evaluate Year 2000 Compliance and potential implications of the same for the City and for performance of the Agreement Section 4 The Contractor shall indemnify and hold harmless the City, and its officers, agents and employees, from and against all claims, damages, losses, and expenses, including attorneys fees, arising out of or resulting from the Contractor's information resources or systems that are not Year 2000 Compliant it Travel Budget Assume 3 city staff, 3 consultant staff Airfare 3 trips 18 tickets Lodging 2 nights per trip 36 nights Per Diem 3 days per trip 81 days Rental Cars -- 2 18 days Total 300 each 90 each 45 each 45 each 5400 3240 3645 810 13095 FA 0 PROJECT COST WORKSHEET PROJECT NAME Fort Collins ATMS CLIENT City of Fort Collins FIRM NAME URS ITS Group NAME OF PREPARER John Vetterling SCOPE OF WORK DATE March 9, 2000 1 LABOR COSTS Classific to ion PHONE 303 7964639 Hourly Estimated Rillrng Rate Hours TOTAL Principal/Sr Consulting Prof 120 00 160 19,200 00 Consulting Professional 11000 400 44,000 00 Project Professional 88 00 480 42,240 00 Staff Professional 65 00 640 41,600 00 Drafter/Designer 58 00 124 7,192 00 Admin/Support 4500 124 5,58000 TOTAL LABOR COST 2 OTHER DIRECT COSTS Mileage 32 5 cents per mile Express Mail Cost plus 10% Outside Reproduction Cost plus 10% Airfare for site visits Cost Lodging & expenses 125 00 per day Miscellaneous (meetings rooms, etc ) Internal reproduction, mileage, phones, etc included in hourly rates TOTAL OTHER DIRECT COSTS 3 OUTSIDE SERVICES (Subconsultants & Services) Fred Lantz 9000 Dan Cronin 9000 TOTAL OUTSIDE SERVICES TOTAL CONTRACT COST 1,30000 10000 20000 5,40000 7,695 00 1,80000 32 2,88000 32 2,88000 $159,812 00 $16,495.00 $5,760 00 $182,067.00 3 � � EXHIBIT "B" 3/9/00 URS GREINER 11 DETAILED MANHOUR ESTIMATE •,rrr-� ,. ,7 1a "i ri irf^g -p eA j..y� o,j. ,, itp;'} ')y Fort Collins ATNIS l`t=. irs�.(`)s,a.ck,;l'i.xm �e�yi'tl�Ph�'M.f-a�v,e'N.Hi;,t-"4 a'�;•t,'A' I;'+,�f i)gaux,� a/2/oa=lhlV� a? i"}k� 'IYwI\: q �j.ti liau(1;7 a J„dk h .a„ t'Cy" n lid �i"P. Project Principal ,..1, [' 1�, $},. .3n, .,i 'van Consulting Profcssronel ' a ';-:-:: �r n';~• Pan r', "s,d"uit tr,- I'&'rr� � Project Professional "'4 n, x ;'i, }:31'•^,a.'•z,i�''�`?,�r�t., t, to �$ �$Fs� s{II �i Staff Professional -'t •i r. w, ,,li" •,�- ',�,��}, tF i� ail Drafter/ Designer ._, } •r.1,1 ,�T ,., �, II ?�y�u,ai"?4i Adman Support ;i��, it � h• �°_'}'�1"41'tLi!���'A�I� Total Hours I'tr Project Administration and Coordination Task 1 -4 Project Admnuscration and Conu nnanon Project Admrmstntion and Coordination 40 80 0 0 40 160 Project Development Task I Formal Meetings Task 2 Anus Resource Groups Task 3 Curren[ Signal System Review Task 4 Define System Visma Task 5 Market Plan Package Task 6 lmplernemnoofDeployment Plan Task 7 Workshops Task 8 Site Vistis Project Development 104 160 80 120 20 24 508 Preliminary Design I ask I Signal System Control Task 2 Local Intersectron Control Task 3 Preho a ary Communications Design Task 4 Preliminary Design Review Preliminary Design 4 40 120 160 32 0 356 Final Design Task I Signal System Requirements 9 ask 2 Cabinets and Controllers Task 3 Connmunictiom System Task 4 Extemal lntenfaces/Adill Capabilities Task 5 Management Center Requirements Task 5 Final Design Review Final Design 4 60 240 320 48 20 692 Procurement Process Task t Procurement Plan Task 2 Develop Procurement Package Task 3 Prebnd Review Task 4 Evaluate Submittals Ptneorement Process 8 60 40 40 24 40 212 I \nnmket\mh xis Professional City With Copy to John Vetterling Eric Bracke James B O'Neill II, CPPO URS Greiner Woodward Traffic Operations Director of Purchasing and Clyde international - City of Fort Collins Risk Management Americas, Inc P O Box 580 City of Fort Collins Stanford Place Three Fort Collins, CO 80522 P O Box 580 STE 1000 Fort Collins, CO 80522 4582 South Ulster Street Denver, CO 80237 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 Desion Protect 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 5 Comer pensation In consideration of the services to be performed pursuant to this PSA 10/97 2 Agreement, the City agrees to pay Professional on a time and reimbursable direct cost basis according to the following schedule Hourly billing rates See Exhibit "B", consisting of three (3) pages, and incorporated herein by this reference Reimbursable direct costs See Exhibit "B", consisting of three (3) pages, and incorporated herein by this reference with maximum compensation (for both Professional's time and reimbursable direct costs) not to exceed One Hundred Eight -two Thousand Sixty-seven Dollars ($182,067 00) The parties acknowledge that Fred Lantz and -Dan Cronin are not parties to this agreement However, the rates listed for services to be provided by these subcontractors shall be the rate paid by the City to the Professional for these services If the amount charged by these subcontractors exceed the rates listed in Exhibit "B" the excess amount shall not be paid or owed by the City 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 protect representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the protect 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 protect and before final payment, the PSA 10/97 3 Professional shall provide the City with reproducible drawings of the protect containing accurate information on the protect as constructed Drawings shall be of archival quality, prepared on stable I i mylar base material using a non -fading process to prove for long storage and high quality reproduction 8 Monthly Report Commencing thirty (30) days after the date of execution of this I I 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 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 I 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 i consent of the City I 11 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 PSA 10/97 4 12 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 13 Remedies In the event a party has been declared in default, such defaulting party shall be allowed a period often (10) days within which to cure said default In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages, (b) treat the Agreement as continuing and require specific performance, or (c) avail himself of any other remedy at law or equity If the non -defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non -defaulting party for the non -defaulting parry's reasonable attorney fees and costs incurred because of the default 14 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 15 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 16 Special Provisions Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit "C", consisting of one (1) page, attached hereto and incorporated herein by this reference PSA 10/97 5 ATTEST Corporate Se(cr tary PSA 10/97 THE CITY OF FOR/nT� COLLINS,/n�,^ SCOLORADO By 00- John V Fischbach City Manager By '�arrres B O'Neill Ii, CPPO Direct,( irect r 0 Purchasing & Risk Management DATE URS GREINER WOODWARD CLYDE INTERNATIONAL - AMERICAS, IINNCC,� By Title f/666- //hers' (off CORPORATE PRESIDENT OR VICE PRESIDENT Date (Corporate Seal) S'�. n cF �` �,'//},y"�/.�,•t+,v - rem; v Jt iM V11OgF1111.0♦ State of f ) ,County of i C?"»,S Signed before me on this day v,nn Notary < 0111/�t3 fvhY C0F4VISSICId EXPHIS- EXHIBIT "A" SCOPE OF WORK Advanced Traffic Management System General Project Description This protect concerns the replacement of the City of Fort Collins's Traffic Signal System and installation of an Advanced Traffic Management System (AIMS) for the City The City has recognized that the current traffic signal system is archaic and in need of replacement The City envisions a new traffic control system that is versatile and can be expanded with new technology Consultant services will consist of system planning, design, and preparation of bid documents This scope of services will also be supplemented to provide oversight services to assist the City during installation of the ATMS Design Criteria All work will conform to applicable City standards The most recent editions of the following criteria will be used • City of Fort Collins Design and Construction Standards • CDOT Standard Specifications for Road and Bridge Construction • NEMA TS-1, TS-2, and NTCIP Standards • FHWA National ITS Architecture • FHWA Manual on Uniform Traffic Control Devices Work Task Descriptions The following includes work descriptions for the tasks that shall be accomplished during this phase of the work Project Initiation and Administration 1 Initial Protect Meeting A project kickoff meeting will be held to ensure that the Consultant is familiar with the existing conditions and project requirements The Consultant will distribute notices for the meeting 2 Develop a Protect Schedule and assign tasks A protect schedule will be prepared in Microsoft Project and provided to the City The schedule will be updated throughout the protect 3 Progress Meetings City staff and the Consultant Protect Manager will meet periodically throughout the project to coordinate work effort and resolve issues 4 Protect Management The consultant will coordinate all work tasks to ensure protect work is completed on schedule Where schedule issues arise the Protect Manager will inform the City of the issues and staff assignments will be adjusted to meet the City's requirements LBO Protect Development 1 Formal Meetings The consultant will provide assistance to the City in preparation for formal meetings, including Transportation Board, City Council Meetings and Workshops This work will include preparing notices and advertisements, providing handout materials and preparing supporting graphics and visual aids 2 ATMS Resource Group The consultant will convene a resource group of individuals with extensive public and private sector experience on similar protects This group will provide the City with additional insights and experiences during the design process 3 Current Signal System Review The consultant will review the operation of the existing signal system and compare it to quantitative benchmarks that will be developed as part of this task Information from ITE and GAO studies will be used as well as surveys of similar communities This work will be documented in a report to the City 4 Identify Issues and Define System Vision The consultant will work with City staff and other agencies identified by the City to identify transportation issues and needs that the ATMS should address A vision for the City's Transportation System and the ATMS will be developed This work will be documented in a report to the City 5 Develop Market Package Plan Based on the Market Packages identified in the National ITS Architecture, the consultant will develop a comprehensive plan for integration of the packages selected by the City for inclusion in the ATMS This plan will be documented in a report to the City 6 Implementation and Deployment Plan Based on the Market Plan Package developed in the previous task an Implementation and Deployment Plan will be developed indicating how the ATMS will be implemented in hardware and the various stages of deployment This will be documented in a report to the City 7 Workshops The consultant will hold four workshops during the development of the above items The workshops will provide a forum for City staff, the resource group, the consultant, and other entities that the City directs, to develop consensus on the ATMS These workshops will be held off -site and will be approximately 6 hours duration 8 Site Visits The consultant will identify two or three locations where representative systems can be toured by City staff to gain greater understanding of the issues with actual working ATMSs Three City staff members, the consultant protect manager, and others as directed by the City will attend these site visits A meeting and debriefing will be held after the site visits and a memorandum summarizing the findings will be provided to the City Preliminary Design Signal System Control The consultant will provide the City with an analysis of system control alternatives This will include control alternatives centralized control/monitoring, distributed control/monitoring, or distributed control/central monitoring Plan selection alternatives will also be analyzed traffic adaptive control, traffic responsive control, or time -of -day control The analysis will include factors such as capital cost, operating and maintenance costs, as well as staffing issues This analysis and conclusions will be provided to the City on a report format 2 Local Intersection Control The consultant will prepare a thorough review of the types of intersection control currently available and their relation to the system control Type of controllers will be evaluated in terms of the advantages and disadvantages, operating and capital costs, interchangeability standards, environmental standards, architecture, and maintenance This analysis will include NEMA family controllers, 170/2070 family, and other standards The analysis will be documented in a report to the City 3 Preliminary Communication Design The consultant shall analyze the communication requirements of the system architecture A review of various protocols, media and topologies will be done This review will include a report on the advantages and disadvantages of various media including wirelme options (private or leased, twisted pair, coaxial cable, or fiber-optic cable) Various topologies will be explored including point-to-point, star, or ring The consultant will also provide a review of the status of the NTCIP and its appropriateness for Fort Collins The analysis and preliminary communications design will be documented in report to the City A written status report on NTCIP will also be provided 4 Preliminary Design Review A preliminary design review meeting will be held Consultant will provide the City with preliminary cost estimates, preliminary design elements and a list of specifications to be developed This information will be provided with sufficient lead-time for the City to review prior to the preliminary design review meeting Consultant will provide a written summary of comments and the resolution of the issues System Final Design 1 Signal System Requirements Based on the preliminary design, consultant will provide a detailed list of system requirements Candidate systems, both customized and off -the - shelf, will be identified and an evaluation of the advantages and disadvantages of each system will be provided 2 Cabinet and Controller Modifications Consultant will conduct a review of the City's equipment inventory and identify modifications or revisions to signal controllers and cabinets that will be required This information will be provided in a report or on plan sheets as determined by the City 3 External Interfaces & Databases The consultant will investigate options for external systems interfaces including transit and road/weather information systems Integrated database capabilities will also be investigated This will include system resource inventories, management and operational reports, and other database resource functions These investigations will be documented in written reports to the City 4 Management Center Requirements Based on the system architecture, the requirements for the management center will be identified This will include identifying the functions to be performed, staffing requirements, and hardware/software systems This will be provided to the City as a Basis of Design document 5 Final Design Review A final design review meeting will be held Plans, reports, specifications and cost estimates will be provided to the City for final review This information will be provided with sufficient lead-time for the City to review prior to the