HomeMy WebLinkAbout1000063 URS - CONTRACT - RFP - P739 ADVANCED TRAFFIC MANAGEMENT SYSTEM (2)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 URS CORPORATION, a Nevada corporation, 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 three (3) 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 June 1, 2004 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
tern-nnation 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
PSA 05/01
1
maintenance
3 Coordinate Sianal System Design — URS/BRW will coordinate with the
system vendor to ensure that all elements and work items required for the
system are clearly identified, have a responsible party charged with
completing, and that a basis of measurement and payment is agreed
upon
4 Video Dis'lay System — URS/BRW will coordinate with the system vendor
to select and design a video system for the TMC that will meet the City's
expectations and will work with the selected system
5 Procurement Packages — URS/BRW will develop additional procurement
packages as needed to complete the furnishing of the TMC
Deliverables
In addition to regular progress reports, the consultant will provide the City with
the following deliverables
1 Preliminary communication system design plans,
2 Communication system bid package,
3 Vendor selection memorandum,
4 Cabinet and controller improvement plan,
5 Cabinet and controller bid package,
6 System transition plan,
7. Signal retiming report,
8 Bicycle and pedestrian treatment report,
9 Transit priority report,
10 ITS implementation plan,
11 ITS construction packages,
12 TMC operations plan and operations manuals,
13 Video system procurement package,
14 TMC bills of materials
51
Exhibit B
PROJECT COST WORKSHEET
PROJECT NAME Fort Collins ATMS -- System Integration
CLIENT City of Fort Collins
FIRM NAME URS/BRW
NAME OF PREPARER John Vetterling PHONE 303 312,4539
SCOPE OF WORK DATE June 4, 2001
1 LABOR COSTS
Classification
Hourly Estimated
Billing Rate Hours TOTAL
Principal -in -Charge
Rick Ensdorff
14200
344
48,848 00
Project Manager
John Vetterling
12800
1296
165,888 00
Prof. Engineer11
11200
440
49,28000
Prof Engineer
10100
974
98,37400
Staff EngineerlDesigner
7500
2848
213,600 00
Technician/Drafter
5800
3048
176,78400
Admin/Support
4800
972
46,666 00
TOTAL LABOR COST
$799,430 00
2 OTHER DIRECT COSTS
Mileage
32 5 cents per mile
12,025 00
Express Mail
Costplus 10%
30000
Outside Reproduction
Cost plus 10%
60000
Airfare for site visits
Cost
12,00000
Lodging & expenses
125 00 per day
15,000 00
Miscellaneous (meetings
rooms, etc.)
1,20000
Internal reproduction, mileage,
phones, etc
included in hourly rates
TOTAL OTHER DIRECT COSTS
$41,125.00
TOTAL CONTRACT COST
$840,555 00
1
Professional
City
With Copy to
John Vetterling
Eric Bracke, Traffic Engineer
James B O'Neill 11, CPPO
URS Corporation
City of Fort Collins
Director of Purchasing and
122.5 1711 Street STE 200
P O Box 580
Risk Management
Denver, CO 80202
Fort Collins, CO 80522
City of Fort Collins
P O 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
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 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
damiages 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 omssions insurance in the amount of $1,000,000
5 Compensation 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 Seven Hundred Ninety-
nine Thousand Four Hundred Thirty Dollars ($799,430 00) plus reimbursable direct costs, as set
PSA 05/01
2
forth in Exhibit "B", consisting of one (1) page, and incorporated herein by this reference All such
fees and costs shall not exceed Eight Hundred Forty Thousand Five Hundred Fifty-five Dollars
($8,40,555 00) 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 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 protect All requests for contract interpretations, change
orders, and other clarification or instruction shall be directed to the City Representative
7 Protect Drawinas Upon conclusion of the protect and before final payment, the
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
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
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
PSA 05/01
3
n
F21
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
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 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
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 fad 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
PSA 05/01
4
non -defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred
because of the default
14 inding 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
PSA 05/01
5
1 1
J
pe
AT,TT{\EST'^,^
�� r�/EltlAik�keyn':�
AS TO FORM
THE CITY
(�OF�FORT COLLINS, COLORADO
BY — _-1�
Joh F Fischbach
City Manager
By
J�me B O'Neill II, CPPO ,
Director rchasin & Risk Management''
�/ / #,
DATE �� L ', ry
a
L 1
L ,
L_Ye
�r.r�4Fr*
a•
BRS CO O` TIO
Title _�[� e--En ID�r1T
CORPORATE PRESIDENT OR VICE PRESIDENT
Date
ATTEST
,Corporate S cretary ��:nsa- �-j/� ar
R
(Corporate Seal)
EXHIBIT A,
SCOPE OF WORK
Advanced Traffic Management System
General Project Description
This project concerns the replacement of the City of Fort Collins' Traffic Signal System
and installation of an Advanced Traffic Management System (ATMS) 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 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
• COOT Standard Specifications for Road and Bridge Consiruction
• 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
Communication System Design
System Design — URS(BRW will develop preliminary interconnect plans
for the expected system build -out A preliminary cost estimate for the
work will be developed An implementation plan will also be developed
based on project funding and priorities for interconnect The
implementation plan will include fiber optic and wireless interconnect
Co struction PI ns — Based on the implementation plan construction bid
package(s) will be developed for the communication system This will
include 11x17 plans, construction specifications, and detailed cost
H
estimates Plans and specifications will be prepared to City and CDOT
standards
System Software Procurement
Review Proposals — URS/BRW staff will develop criteria for review of vendor
proposals and review proposals The review will include calling references and
interviews with vendors
2 Site Visits — URS/BRW staff will accompany City staff on trips to select locations
to verify key elements of the systems most likely to be selected
3 Final Recommendation and Documentation — A memorandum summarizing the
selection process and justifying the final recommendation will be prepared
Cabinet and Controller Improvements
1 Equipment Inventory -- Inventory all on street control hardware
2 Improvement Plan -- Develop a prioritized master plan for signal control
hardware procurement based on selected hardware URSlBRW 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
3 Specifications and Bid Documents — URS/BRW will prepare specifications
for new controllers, new cabinets, and cabinet modifications, and provide
bid documents in City of Fort Collins format
System Deployment Management
1 Develop Transition Plan — Once the system vendor is selected, URS/BRW will
prepare a plan for transitioning intersections from the existing traffic signal
system to the new ATMS
2 Oversee installation of systems in Transportation Management Center—
URS/BR1N staff will oversee installation of furnishings, the local area network
and other computer and office equipment
3 Oversee Construction of Communication System — URS/BRW staff will provide
oversight for construction of fiber optic cable and conduit, wireless
communication links, and network hubs, routers, and switches
4 Oversee Cabinet and Controller Replacements — URS/BR'N staff assist City
traffic signal maintenance crews with oversight for improvements to signal
controllers and cabinets
5 Manage Integration of TMC Elements — URS/BRW staff will ensure that the
various elements of the TMC are correctly interfaced and operating, including
coordinating between the system vendor, the video display vendor, and the
communications system contractor
2
Traffic Signal Timing Development
1 Data Collection and Documentation — URS/BRW staff will collect new traffic count
data as necessary, measure the travel time and delay on corridors before and after
the system replacement and document the improvements to traffic flow as a result of
the signal replacement
2 Timing Plan Development -- new signal timing plans will be developed for all
corridors in the City to take full advantage of the capabilities of the new system
3 Bicycle and Pedestrian Treatments — Based on the capabilities of the system and
controllers selected , URS/BRW will develop strategies to enhance the service
provided to bicycles and to pedestrians
4 Transit Priority Treatments -- Based on the capabilities of the system and controllers
selected , URS/BRW will develop strategies to enhance the service provided to
buses This may also include developing an interface to the automatic vehicle
locating system currently in use
5 Implementation — URS/BRW will provide new timing plans in electronic format for
input in the system and will verify the correctness of the timing plans in the field
Timing plans will also be fine-tuned based on field observation of traffic operations
ITS Deployment Plan
1 Long Ranee ITS Plan — Based on the City's transportation needs a long
range plan will be developed for implementation of ITS elements The
emphasis will be on addressing transportation needs of the City and
facilitating multi -modal operations
2 Phasing and Construction Plan — Priorities for deployment will be
identified and a staged deployment plan will be developed based on
available and protected funding sources
3 Earl Action Items — ITS elements that can be quickly deployed and
provide high user benefits will be identified and targeted for early
implementation
4 Cost Estimates and Construction Packages — construction plans,
specifications, and cost estimates will be developed for early action items
Transportation Management Center
1 Develop Functional Requirements — The space and facility requirements
for the TMC will be refined and provided to the City as part of the
determination of the TMC site and requirements
2 Coordinate Building Design — URS/BRW will coordinate the building
design on floor plans with the City's architect, including identifying special
requirements for the TMC such as electrical, HVAC, communication and
network, and other requirements related to the system operation and
3