Loading...
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