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