HomeMy WebLinkAboutWORK ORDER - RFP - P893 TDM PLAN UPDATEEXHIBIT "A"
WORK ORDER FORM
PURSUANT TO AN AGREEMENT BETWEEN
NORTH FRONT RANGE TRANSPORTATION & AIR QUALITY PLANNING COUNCIL
AND
Work Order Number:
Purchase Order Numbers
Project Title:
Commencement Date:
Completion Date:
NELSON/NYGAARD CONSULTING ASSOCIATES
DATED: 8/14/03
No. 1
33061 L} D,
TDM PLAN UPDATE
8/14/03
9/30/04
Maximum Fee: (time and reimbursable direct costs):
Project Description: See Attached
Scope of Services: See Attached
Acceptance: j1 `�,, . AQ,t Td'�nwa&e
Use 0
Professional agrees to perform the services
identified above and on the attached forms in
accordance with the terms and conditions
contained herein and in the Professional
Services Agreement between the parties. In
the event of a conflict between or ambiguity
in the terms of the Professional Services
Agreement and this work order (including the
attached forms) the Professional Services
Agreement shall control.
Profess
By:
$/;71 I
$12,000
The attached forms consisting of three (3)
pages are hereby accepted and incorporated
herein, by this reference, and Notice to
Proceed is hereby given.
North Front Range Transportation & Air
Quality Planning Council:
By: //is
Date:
Purchasing — City of Ft. Collins:
(if over $30,000)
By:
Date:
Nelson/Nygaard — Work Order #1 — Scop e of Work
Page 2 of 4
TDM Plan Update
Scope of Work
Task 1: Kick Off and Document Review
The team will conduct an initial meeting via conference call with NFRMPO staff, in order
to finalize the work scope and resolve project details. We will develop a list of
stakeholders for interview, and review and confirm the project timeline.
N/N will also review relevant plans to bring us up to speed with the planning context. Key
documents are likely to include work plans for regional and local TDM programs, any
performance evaluations or audits conducted to date, and employer outreach materials.
Task 2: Stakeholder Interviews
Nelson\Nygaard (N/N) will conduct up to 20 in-depth interviews with key stakeholders.
While we will finalize the list in conjunction with NFRMPO staff and SmartTrips program
managers, we would expect interviewees to include:
• NFRMPO Council members
• NFRMPO staff (at minimum SmartTrips` program managers and the Executive
D i rector)
• NFR Technical Advisory Committee members
• Local TDM (SmartTripsT"") program staff
• Chambers of Commerce and other business representative groups
• Other agency staff, such as the BUS, City of Loveland Transit, Transfort and
Colorado DOT
N/N will develop up to two standardized interview guides that will help structure the
discussions, while retaining the flexibility to explore specific topics in depth. One interview
guide will be tailored more to gather the business community's perspective, while the
other will be tailored to gather opinions from the transportation leadership community. The
general areas that we will be looking to probe include:
What is the stakeholder's overall vision for TDM services in the North Front Range?
What is the appropriate role for TDM in addressing transportation issues throughout
the NFR? What should the program be aiming for in five years time?
• What expectations do stakeholders have from regional and local SmartTrips'"
programs? How well are they being achieved?
Nelson/Nygaard — Work Order #1 — Scop e of Work
Page 3 of 4
• How well does the regional SmartTrips'" program complement other organizations
that provide or support TDM services in the region? Is overlap an issue? Is there a
seamless interface from the customer's perspective?
• What programs need to be strengthened, expanded or added? Which programs are
less effective or duplicative and should be revamped or discontinued?
• How is program performance perceived? Are performance measures (e.g. vehicle
miles traveled reduced) understood and accepted as reliable indications of success?
What new or different measures and evaluation mechanisms might be appropriate?
• How well are SmartTrips"' programs integrated into the local and regional
transportation & land use planning processes?
• Gain understanding of current local & regional SmartTripsT" programs, evaluation
processes and working relationships.
• Note: Interview guides will be set up with a fact -based introduction SmartTripsT"'
and examples of programs and activities (e.g. GRH, Bike Month) and working
relationships.
N/N will conduct the interviews over the phone. We will rely on NFRMPO project staff to
schedule the interviews. We expect each interview to take about an hour. To the extent
possible and beneficial, N/N will interview more than one person at a time through
conference call to allow participants to feed off the ideas of each other, and ensure that the
viewpoints of as many stakeholders as possible can be incorporated.
Deliverables: 1. Technical Memorandum: Summarizing Stakeholder Interview Results
and making recommendations of appropriate activities for the NFRMPO
SmartTrips'" programs to undertake.
2. Program Assessment Report and Strategic Recommendations:
a. Organize the TDM work element priorities from stakeholders
and business groups into recommendations
b. Discuss the respective roles of regional and local SmartTrips'"
programs, including current areas of overlap and make
recommendations.
c. Discuss issues that may need to be studied further and
recommend a strategic priority for addressing these issues.
d. Make recommendations for institutional and funding
mechanisms to ensure coordination, avoid overlap and
maximize efficiency, including the potential to contract out
specific services.
A
Nelson/Nygaard — Work Order #1 — Scop e of Work
Page 4 of 4
Compensation & Billings:
Nelson/Nygaard will invoice NFRMPO monthly, for actual hours and reimbursable direct
costs related to the project. Invoices shall include details of work performed and shall
include number of hours worked times the individual rates outlined below. Supporting
backup shall be provided for all reimbursable direct costs.
Barbara Laurenson, Account Executive
$103.11
Millard -Ball
$79.37
Eric Sheffler
$135.00
Support Staff
$59.95
Other Reimbursable Direct Costs
Amounts actually expended
Overall Cost of Project shall not exceed
$12,000