Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout130905 DEIGHTON ASSOCIATES LTD - CONTRACT - RFP - P614 PAVEMENT MANAGEMENT PROGRAM (3)9
a
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 DEIGHTON ASSOCIATES LIMITED, a 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 four (4) pages, -and incorporated
herein by this reference.
2. The Work Schedule. The services to be performed pursuant to this Agreement
shall be performed in accordance with the Work Schedule attached hereto as Exhibit "B",
consisting of one (1) pages, and incorporated herein by this reference.
3. Time of Commencement and Completion of Services. The services to be performed
pursuant to this Agreement shall be initiated within two (2) days following execution of this
Agreement. Services shall be completed no later than February 28, 1998. Time is of the essence.
Any extensions of the time limit set forth above must be agreed upon in writing by the parties
hereto.
4. Early Termination by Citv. 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 Professional. Such notice shall be delivered at least fifteen (15) days prior to the
PSA 7/93
1
VQ
EXHIBIT A: SCOPE OF WORK
City of Fort Collins Pavement Management Software System
installation on the City computers.
6. Installation & Training
6a. Deliveryand Installation:
The City PMSS software will be delivered and installed on the City computers by Deighton.
6b. Traininq
Deighton will provide a four -day on -site training course at a location specified by the City,
following the installation of the software. The specialized course is designed to review the
operation of dROAD and dTIMS with selected Citypersonnel and to summarize and detail the
development of the City PMSS.
7. Final Report
7a. Produce Final Report:
Deighton will produce a final report that will describe the development of the City PMSS in
detail. The Final Report will be delivered following the installation and training tasks, and is
subject to acceptance by the City Representative.
Exhibit A - Page 4 of 4
r
MIN
IIIIIII
MINE
mill
MWINIIIIII
nnuu
MWInn
WOMEN
I
oauu
m
ENIIIIII
IIIIII
MAINnIIn
MwIIII
NINE
011111
ME
.1milli
ENIIII
ME
1011111
mill
WHEN
ME
WON
1
nun
In�ui�NOW
��
i
��mi
ski
III
I
IIIIIIIII
I
f�
EXHIBIT "B" -- WORK SCHEDULE
delighton
Information tools for managing resources
a
Deighton Associates Limited 3
0
4
112 King Street East, m
' Bowmanville, Ontario, Canada o
L1C 1N5
i;
Tel: (905) 697-2644
Fax: (905) 697-2645
,n
Deighton Associates, Ltd.
Exhibit C: Fees & Costs to the City of Fort Collins
Task No. & Description
Staff Member
Subtotals by StaffMember
Total Task Cost (Not -to -Exceed Fee)
1. Project Initialization
Jeff Zavitski
$1,065.00
Rob Plane
$1,065.00
$2,130.00
2. Database Development
Jeff Zavitski
$3,750.00
Gary Ruck
$1,420.00
$5,170.00
3. Pavement Condition Assessment
Gary Ruck
$1,875.00
$1,875.00
4. Performance Modeling
Gary Ruck
$2,125.00
Rob Plane
$1,420.00
Jeff Zavitski
$1,875.00
Rick Deighton
$4,000.00
$9,420.00
5. Network Analysis
5-1. Maintenance & Rehabilitation Strategy
Jeff Zavitski
$2,500.00
5-2. Cost Estimating and Budgeting
Gary Ruck
$1,420.00
53. Program Optimization
Gary Ruck
$1,420.00
Jeff Zavitski
$1,250.00
$6,590.00
Training
Jeff Zavitski
$3,750.00
$3,750.00
Final Report
Gary Ruck
$1,420.00
Jeff Zavitski
$1,250.00
Rick Deighton
$1,000.00
$3,670.00
Sub -total: Consulting & Software Customization $32,605.00
Software Components:
Price
Software Cost - dTIMS
$11,630.00
- dROAD
$11,630.00
Sub -total: Software Cost $23,260.00
Software Support and Maintenance:
First Year - Unlimited "Hot Line" Telephone Support
N/C
First Year - Maintenance and Upgrades
NJC
Total: Consulting & Software Components Costs $55,865.00
Travel and Expense Estimate (Per Contract) $6,000.00
Project Cost (First Year Not -to -Exceed Fees Plus Expense Estimate): $61,865.00
Guaranteed Software System Support & Maintenance Fees (Future Years):
Second Year - Unlimited "Hot Line" Telephone Support
$600.00
Second Year - Maintenance and Upgrades
$1,200.00
Third Year - Standard "Hot Line" Telephone Support
$600.00
Third Year - Maintenance and Upgrades
$1,200.00
Fourth Year - Standard "Hot Line" Telephone Support
$600.00
Fourth Year - Maintenance and Upgrades
$1,200.00
Fifth Year - Standard "Hot Line" Telephone Support
$600.00
Fifth Year - Maintenance and Upgrades
$1,200.00
Page 1 of 1
EXHIBIT D:
SPECIAL PROVISIONS
City of Fort Collins
Pavement Management Software System
D1. Software System Completion
It is understood that the development and customization of the software system, as
defined in the Scope of Work in Exhibit A, incorporates many tasks, components, and
data elements which interact, and which together will form a fully -functioning PMSS at
the conclusion of all tasks. Acceptance of a specific task by the City shall not relieve
the Professional of responsibility for completion of the complete software system.
D2. Support and Maintenance & Upgrades
Support is defined as the availability by telephone, fax, and electronic mail, between the
hours of 7:30 a.m. and 4:30 p.m. Eastern Time, Monday through Friday except major
Canadian holidays, of a technical representative of DAL who can answer questions
which a user may have, with respect to the operation of Deighton software.
The City shall pay DAL annual fees, as provided in Exhibit C of this agreement, for
Support and for Maintenance & Upgrades. As provided herein, these fees shall be
payable when invoiced to the City by Deighton, on the first day of the month following
the anniversary of the purchase of the Deighton software. The agreements for Support
and for Maintenance & Upgrades shall be automatically renewed from year to year as
provided herein. Either DAL or the City may terminate the agreements for Support and
for Maintenance & Upgrades upon written notice given not less than thirty (30) days
prior to the expiration of the initial period or any renewal period.
Assignment
The City may not assign the agreements for Support and for Maintenance & Upgrades,
or the City's rights and obligations in relationship to the agreements for Support and for
Maintenance & Upgrades, without the prior written consent of DAL, which DAL agrees
that it will not unreasonably withhold.
Standard Technical & "Hot Line" Telephone Support
DAL shall provide the City with answers to questions and solutions to problems; DAL
will endeavor to do this within one hour of contact by telephone, fax, or electronic mail.
If answers to questions and solutions to problems cannot be provided via telephone,
fax, or e-mail (or via the issuance of a patch, an addition to the software enhancement
Exhibit D - Page 1 of 5
U�
EXHIBIT D: SPECIAL PROVISIONS
City of Fort Collins Pavement Management Software System
list, or the development of a procedure to correct a database nonconformity from a
previous release of the software, as described below), Deighton will send a technical
representative to the City; the City shall reimburse Deighton for the actual expenses
incurred by the DAL representative.
In addition, Standard Technical Support is intended to address issues regarding
the failure of Deighton software to meet its defined requirements. Resolution of such
issues will result in the issuance of a patch, an addition to the software enhancement
list, or the development of a procedure to correct a database nonconformity from a
previous release of the software.
Standard Technical Support & "Hot Line" Telephone does not include training,
add -on systems, third -party included software, the preparation of data, or the
accommodation of enhancement requests (except at Deighton's option). DAL's
Standard Technical & "Hot Line" Telephone Support to the City shall be no less than
the Standard Technical & "Hot Line" Telephone Support provided to other Deighton
customers and clients.
Unlimited Technical & "Hot Line" Telephone Support
Under Unlimited Technical & "Hot Line" Telephone Support, DAL shall provide the City
with answers to questions and solutions to problems not included in Standard Technical
& "Hot Line" Telephone Support. This includes, but is not limited to, answers to
questions and solutions to problems related to user input, action, or inaction. As with
Standard Technical & "Hot Line" Telephone Support, DAL will endeavor to do this within
one hour of contact by telephone, fax, or e-mail. If answers to questions and solutions
to problems cannot be provided via telephone, fax, or e-mail, Deighton will send a
technical representative to the City; the City shall reimburse Deighton for the actual
expenses incurred by the DAL representative.
Maintenance & Upgrades
The City shall have the right to access, at no additional charge during the Support &
Maintenance Period, upgrades, updates, revisions, and enhancements to Deighton's
software, FOB Bowmanville, Ontario, and via the internet on Deighton's home page and
website.
D3. Software License
Definitions:
City: City of Fort Collins.
Deighton or DAL: Deighton Associates Ltd.
Package: The software, user's manual(s), and software protection devices.
Software: The computer programs, dROAD, dTIMS, and/or dMAP, which have been
supplied to the City, together with all codes, techniques, software tools, formats,
Exhibit D - Page 2 of 5
EXHIBIT D: SPECIAL PROVISIONS
City of Fort Collins Pavement Management Software System
designs, concepts, methods, and ideas associated with that computer program. The
term software also includes all copies of any part of the software, as well as the
software protection devices, manual(s), and other printed materials supplied by DAL
under this agreement.
Permitted Uses:
DAL grants the City a nonexclusive license to use the software in the package
according to the terms set forth below. The City -may:
♦ Operate the software on a single City network, for the purposes of storing data
relating to the management of roadways and municipal infrastructures. The use
of, or decision not to use the software protection device, called the Sentinel Pro,
in relationship to the City network and the authorized users of the software on
the City network, shall be authorized and approved by DAL prior to the
installation of the software.
♦ Make one backup copy of the software for the network, which automatically
becomes the property of DAL and is subject to this agreement. The City shall
label the backup disks as "BACKUP" and ensure that these disks are to be used
for transferring the software to the City network and for backup purposes only.
♦ Seek and utilize other sources of support and maintenance in the event that DAL
is no longer capable of or available to provide support and maintenance.
Prohibited Uses:
Except as may be otherwise provided herein, the City may not:
♦ Make the software available to any person or entity other than City employees,
who must use the software as specified above under "Permitted Uses." The City
may, however, after written notification to DAL, transfer all (but no lesser portion)
to another person or entity, who in turn will be subject to the Software License
portion of this agreement.
♦ Modify the software or merge it with another program, except for the City's use
on the City's network under this agreement. Any modified or merged portion of
the software is subject to this agreement.
♦ Reverse -engineer, disassemble, decompile, or make any attempt to discover the
source code to the software.
♦ Translate or create derivative works based on the software.
♦ Remove, obscure, or alter any notice of the DAL patent, copyright, or other
proprietary rights related to the software.
♦ Sub -license, sell, lend, rent, or lease any portion of the software.
♦ Copy any portion of the software, except to make a backup copy, as described
above under Permitted Uses.
♦ Operate the software on more than one network at a time, without the prior
approval of DAL.
Exhibit D - Page 3 of 5
EXHIBIT D: SPECIAL PROVISIONS
City of Fort Collins Pavement Management Software System
Rights
The software involves valuable proprietary rights of DAL and others. DAL retains title to
and ownership of the software and all patent, copyright, trade secret, trade name,
trademark, and other proprietary rights related to the software. The City may not violate
these rights, and the City must take appropriate steps to protect DAL's rights. DAL may
at any time replace, modify, alter, improve, enhance, or change the software.
Limited Warranty
DAL warrants that, upon delivery by DAL, the disks on which the software program is
distributed will be free from defects in materials and workmanship, and that the software
will substantially conform to the specifications established by DAL and be capable of
properly performing the functions in the scope of services included in Exhibit A of this
agreement. DAL does not warrant that the software is free from all bugs, errors, and
omissions. This warranty gives the City specific legal rights, and the City also has all
warranty rights pursuant to the laws of the State of Colorado.
If any of the software fails to comply with the warranties set forth above as the result of
a disk error, DAL will correct the disk error and replace the disk within 90 days. If any
of the software fails to comply with the warranties set forth above as the result of a
program error, DAL will correct the program error within 180 days. If DAL is unable to
correct the defective disk or program errors, DAL will refund the price the City paid for
the software package only. The City must, however, return all copies of the software,
along with a copy of the City's evidence of payment to Deighton for the software. The
refund will fully satisfy the City's claims for software or disk failure.
Except as specifically set forth above, DAL will not be liable for any:
♦ Bug, error, omission, defect, deficiency, or nonconformity in any software.
♦ Implied warranty of merchantability or fitness if two (2) years have passed from
the date the City received the software.
♦ Implied warranty relating to course of performance, course of dealing, or usage
of trade if two (2) years have passed from the date the City received the
software.
♦ Claim of infringement.
♦ Claim in tort, whether or not arising in whole or in part from DAL's fault,
negligence, strict liability, or product liability.
♦ Claim of any indirect, incidental, special, consequential damages, cover, or loss
of data, revenue, or use.
No written or oral information or advice by DAL's dealers, distributors, agents, or
employees will increase the scope of this warranty. The City may not rely on any such
oral or written communication that alters or contravenes this warranty.
Exhibit D - Page 4 of 5
EXHIBIT D: SPECIAL PROVISIONS
City of Fort Collins Pavement Management. Software System
D4. City Ownership of Deliverable Products.
All deliverable products created by DAL, independently or in conjunction with City
employees, shall become the sole and exclusive property of the City upon receipt and
acceptance by the City, and the City shall have all rights to these items for any purpose
or usage. Such items may not be utilized in any other way by the Professional without
the express approval of the City Representative. Nothing in this clause shall be
construed to limit the rights of the Professional to the title, ownership, and control of the
software, as defined in section D3 above.
Exhibit D - Page 5 of 5
PROFESSIONAL SERVICES AGREEMENT
WORK ORDER TYPE
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 DEIGHTON ASSOCIATES LIMITED, a 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
any project Work Orders for Pavement Management Data Collection issued by the City. A blank
sample of a work order is attached hereto as Exhibit "A", consisting of one (1) page and is
incorporated herein by this reference. No Work Order shall exceed $50,000. The City reserves
the right to independently bid any project rather than issuing a Work Order to the Professional for
the same pursuant to this Agreement. The General Scope of Services pursuant to this agreement
is attached hereto as Exhibit "B", consisting of seven (7) pages, and is incorporated herein by this
reverence.
2. The Work Schedule. The services to be performed pursuant to this Agreement shall
be performed in accordance with the Work Schedule stated on each Work Order.
3. Time of Commencement and Completion of Services. The services to be performed
pursuant to this Agreement shall be initiated as specified on each Work Order. Time is of the
essence. Any extensions of any time limit must be agreed upon in writing by the parties hereto.
4. Contract Period. This Agreement shall commence upon the date of execution
shown on the signature page of this Agreement and shall continue in full force and effect for one
WOP$A 9/96
1
T
(1) year, unless sooner terminated as herein provided. In addition, at the option of the City, the
Agreement may be extended for additional one year periods not to exceed four (4) additional one
year periods. Pricing changes shall be negotiated by and agreed to by both parties and may not
exceed the Denver - Boulder CPI-U as published by the Colorado State Planning and Budget
Office. Written notice of renewal shall be provided to the Professional and mailed no later than
ninety (90) days prior to contract end.
5. Early Termination by City/Notice. 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 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 address:
to the following addresses:
Professional:
Robert Piane
Deighton Associates Limited
112 King Street East
Bowmanville Ontario
Canada L1 C 1 N5
City:
With Copy To:
Rick Richter Opal F. Dick, CPPO, Sr. Buyer
Engineering Dept. Purchasing Division
City of Fort Collins City of Fort Collins
P. O. Box 580 P. O. Box 580
Fort Collins, CO 80522 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.
6. Design, Project Insurance 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,
WOPSA 9/96 2
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:
Professional:
Robert Piane
Deighton Associates Limited
112 King Street East
Bowmanville Ontario
Canada L1 C 1 N5
City:
Rick Richter
Engineering Dept.
City of Fort Collins
P. O. Box 580
Fort Collins, CO 80522
With Copy To:
Opal F. Dick, CPPO, Sr. Buyer
Purchasing Division
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.
5. 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
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 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.
6. Compensation. In consideration of the services to be performed pursuant to this
Agreement, the City agrees to pay Professional a fixed fee in accordance with Exhibit "C", attached
hereto and incorporated herein by reference, the amount of Fifty-five Thousand Eight Hundred
PSA 7/93
`a
U o
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 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.
7. Compensation. In consideration of services to be performed pursuant to this
Agreement, the City agrees to pay Professional for services provided, based upon the fees
and costs designated in Exhibit "C", consisting of one (1) page, attached hereto and incorporated
herein by this reference. The parties acknowledge that no subcontractor is a party to this
agreement. However, the rates listed for services to be provided shall be the rate paid by the City
to the Professional for these services. If the amount charged by any subcontractor exceeds the
rates listed in Exhibit "C" the excess amount shall not be paid or owed by the City. The limitation
on increases in prices set forth in section 4 herein shall apply to all rates listed in Exhibit "C"
including subcontractor rates. At the election of the City, each Work Order may contain a
maximum fee, which shall be negotiated by the parties hereto for each such Work Order. 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 to the Work Order and upon approval
of the Professional's direct 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.
WOPSA 9/96 3
11
8. 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 project. All requests for contract interpretations, change
orders, and other clarification or instruction shall be directed to the City Representative.
9. Monthly Report. Commencing thirty (30) days after Notice to Proceed is given on
any Work Order and every thirty days thereafter, Professional is required to provide the City
Representative with a written report of the status of the work with respect to the Work Order, 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.
10. 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.
11. 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.
12. 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.
WOPSA 9/96
4
EN
13. 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.
14. 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 © 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 party's reasonable attorney fees and costs incurred
because of the default.
15. 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.
16. 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.
17. Special Provisions. Special provisions or conditions relating to the services to be
performed pursuant to this Agreement are set forth in Exhibit "D", consisting of one (1) page,
attached hereto and incorporated herein by this reference.
WOPSA 9/96 5
THE CITY OF FORT COLLINS, COLORAD
By: �
Ja es B. O'Neill II, CPPO
Director of Purchasing & Risk Management
Date:
o ..
APP#tMFo AS TO FORM:
city
Title:
DEIGH,TORASSOCIATES LIMIT
By:
CORPORATE PRESIDENT OR VICE PRESIDENT
Date. coo
ATT
Corporate Sesreter
CEO
WOPSA 9/96 6
(Corporate Seal)
y' L
EXHIBIT "A'
WORK ORDER FORM
PURSUANT TO AN AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
DATED:
Work Order Number:
Purchase Order Number:
Project Title:
Commencement Date:
Completion Date:
Maximum Fee: (time and reimbursable direct costs):
Project Description:
ScopeofServices:
Acceptance
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.
Professional
By:
WOPSA 9/96 1
User
The attached forms consisting of _ U pages
are hereby accepted and incorporated herein, by
this reference, and Notice to Proceed is hereby
given.
City of Fort Collins
By:
EXHIBIT B:
GENERAL SCOPE OF SERVICES
Development and Implementation
of the City of Fort Collins
Pavement Management Data Collection System
Introduction:
This Scope of Work constitutes the general development and implementation of the City of Fort
Collins (City) pavement management data collection system (referred to herein as the DCS) by
Deighton Associates Limited (Deighton or DAL). Specific data collection activities will be
authorized by Work Order only.
Basic Data Collection
1 a. DCS data will be collected and processed under this contract with Deighton. It is
anticipated that Deighton will contract with a data collection subconsultant for the purpose of
data collection according to the City's specifications.
1 b. The types of data to be collected for the City in the planned 1997 data collection
program will be authorized by the City Representative by Work Order.
1 c. Data will be aggregated into uniform sections that are appropriate to the individual types
of data that is being collected. Data will then be supplied to Deighton in a dROAD compatible
file format and in a layout defined by Deighton with the approval of the City. All records for a
given road are to be sorted, consecutively from the first record on the road to the last record on
the road.
1d. The location of a predetermined practical set of events will be recorded during the data
collection process to aid with the location referencing of the data on the City network. This list of
events will be agreed to between the data collection subconsultant and Deighton prior to the
beginning of data collection, and will be subject to City approval prior to the initiation of data
collection.
Exhibit B - Page 1 of 7
11
EXHIBIT B: GENERAL SCOPE OF SERVICES
City of Fort Collins Pavement Management Data Collection System
2. Data Collection Definitions & Standards
2a. Data is to be collected as specified by the City. Generally, data will be collected on one
lane for local streets, on one lane (unless otherwise specifically specified) on two-lane collector
streets, and on one lane in each direction (unless otherwise specifically specified) on multi -lane
arterial streets.
2b. The data collection subconsultant shall collect, process, and provide data to Deighton,
or via Deighton to the City as may be specified by the City and agreed to by Deighton. The
data collection subconsultant shall collect the types of roadway condition data as specified by
the City.
2c. The definitions and types of data which may potentially be authorized by the City with a
Work Order are identified in the attachment, included herein as a component of this Scope of
Work, of Section 2.1 of the Proposal to the City of Fort Collins by Roadware Corporation, dated
March 1997. The inclusion of this attachment is intended to provide examples and options
which the City may choose to utilize through a Work Order to Deighton, and does not represent
a commitment by the City for the utilization of any specific option.
3. Data Collection Scheduling
3a. The data collection subconsultant shall provide to Deighton and the City the scheduling
of all data collection that the data collection subconsultant will be performing in the Denver
metropolitan area, in the Northern Colorado or Southeastern Wyoming area, and/or on the
Colorado Front Range, regardless of the entity or jurisdiction for whom the data collection
subconsultant is conducting data collection.
Exhibit B - Page 2 of 7
U
Ft. Collins, Loveland and Larimer County
Proposal No. P-614 for Pavement Management Program Data Collection
2.1 Field Data Collection Requirements
This section outlines the data that are to be delivered to the Agency in conjunction with the data
collection survey. A detailed description of the methodology and technology can be found in sections
5 and 7, respectively.
The entire jurisdiction street system will be surveyed to provide the following information on each
street section. Gravel roads are generally not surveyed for condition; however, should the Agency
require geometric data or video log, this could be disucssed during the project planning meetings. Our
price does not include surveying any of the gravel roads.
2 1 1 Required PMP Data
In section 3.0 of the RFP, the Agency specifically requested the following data items be collected on
the candidate network.
Linear Referencing
All data items will be referenced to routes and chainages in units acceptable to the existing road
infrastructure database currently employed by the Agency. All data will be referenced using the
distance measuring instrument (DMI) employed on the data collection vehicle. This will establish an
accurate absolute data referencing system. Unless specifically mentioned in the discussion below, all
data will be collected in a single pass with the ARAN unit and recorded electronically at, for
example, a 100 foot (or 20 milli -mile) station interval.
Sectional Attributes
Sectional attributes such as length, average number of lanes and pavement type can be recorded
during the ARAN survey. Road width can be estimated. Accurate road width measurements can be
obtained in conjunction with the structural survey if the Agency so desires.
Structural Adequacy
Roadware will perform the non-destructive structural (deflection) testing using the Dynaflect unit.
Dynaflect testing will be performed on a network level basis with a minimum of 10 tests per mile.
The data from all five sensor readings, in mils, will be presented for each test location. These data are
suitable for subsequent analysis using a variety of analysis software such as PEDD1. It is assumed
that the Agency has accurate corelbore and layer information on file for use in conjunction with the
structural analysis software. As built drawings are not generally appropriate for this purpose.
Additionally, it is expected that the Agency will supply suitable traffic information such as growth
rates, commercial content and AADT values for the analysis.
Ride Quality
Longitudinal Roughness Profile data will be collected in both wheelpaths using the ARAN Laser
SDP. The Laser SDP employs lasers and accelerometers, mounted directly over each wheel path, to
measure each wheel path's longitudinal profile. Average values of ride quality or roughness
(generally IRI using a quarter car simulation -- the industry standard) will -be computed from the
2;0. ,, March,1997
Exhibit B - Page 3 of 7
lO
Ft. Collins, Loveland and Larimer County 4
Proposal No. P-614 for Pavement Management Program - Data Collection
profile data in real time, and reported for the right and left wheel paths. IRI will be presented in
inches/mi.
Roughness can also be reported using the half car simulation algorithms or the ASTM Ride Number.
Alternatively, it can be tailored to an Agency's unique requirements through the development of a
Riding Comfort Index (RCI) correlation by way of a panel rating study. (A panel rating study is
beyond the scope of this proposal).
Pavement Surface Condition
Roadware is able to accommodate a variety of pavement surface distress rating methodologies.
Surface condition surveys are generally conducted using a modified SBRP approach. Detailed data,
by distress type, severity and extent can be reported for each station or summary interval. These can
be presented as scores, percents or measurements.
The specific details will be addressed during the project planning meetings at project startup. Refer to
section 7.4 for further details on some of the available options.
Curb/Gutter-Drainage Catchment
These data will be collected using a rater keyboard onboard the ARAN during field data collection.
Curb and gutter types and locations
Based on previous experience with this particular item, the suggested data format is shown below.
Roadware will be pleased to accommodate some other data classification for this item, that is
different from what is proposed below. This requirement can be reviewed during the planning
sessions.
Code
Description
0
No curb or gutter
1
Barrier curb with gutter
2
Barrier curb without gutter
3
Pre -cast curb
4
V-type/mountable
5
Asphalt
6
No Observation
Drainage environment and condition
Roadware proposes that this data item be collected in the following manner, using the ARAN rater
keyboard:
Code
Description
ND
No ditch
OD
Open ditch
DS
Ditch and storm sewer
SS
Storm sewer
AkMAUL
March,1997 •
Exhibit B- Page 4 of 7 r n
l�
Ft. Collins, Loveland and Larimer County 5
Proposal No. P-614 for Pavement Management Program - Data Collection
Detailed Roadside Survey
Loveland and Larimer have indicated a need for additional roadside data such as sidewalk condition
and culvert condition. These data items can not be readily collected using the ARAN. They will be
collected in conjunction with the Structural Adequacy Survey.
2.1.2 Recommended Additional PMP Data
In addition to the required data, Roadware proposes that the following data items be collected using
an objective measurement via the ARAN:
Rut depth
Rut depth is defined as the average depth difference between the lane center measure and each wheel
path measure. Many data collection vendors estimate this value visually or by using a 3 or 5 point
rutbar. Roadware's Smart Rutbar uses up to 37 ultrasonic transducers mounted at 100 min (4 inch)
intervals to produce a complete transverse profile of a 3.7 in (12 foot) lane; thereby enabling the
collection of data sufficient to calculate true rutting and not merely a pseudo rut influenced by driver
wander.
Rut depth will be measured on 100% of the road network to an accuracy of 1.5 mm (0.06 inch) using
the ARAN Smart Rutbar for both wheelpaths. The rut depth will be recorded, in inches, for each
station interval.
Excessive rutting can cause standing water to accumulate (ponding) and may represent a significant
safety hazard.
Cross -slope
The output from the ARAN smart-rutbar and the gyroscope package can be combined to measure the
cross -slope of the roadway. County roads are often subject to significant changes in their geometric
characters over the life of the pavement. The cross -slope is a good indicator of the level of distortion.
Roadways with poor geometrics pose a safety hazard to the traveling public.
2.1.3 Control Section Data
Roadware collects data on control sites as a routine part of its data collection contracts. These sites
provide Roadware with an effective means of demonstrating to the Agency that the ARAN and
Dynaflect are reliable and consistent over time. In addition, the control site results provide the
Agency with a means of fine tuning the pavement performance curves over time. The importance of
this aspect can not be overstated.
The control sites from Roadware's project with the Colorado Department of Transportation illustrate
the trend to increased roughness and rutting with time — refer to sections 7.2 and 0
This item is not specifically requested in the RFP document. However, Roadware believes it to be of
significant value and incorporates the control section quality assurance tasks into all of its projects.
2 1 4 Proiect Report
Upon completion of the project, Roadware will submit a report narrative that
• discusses the project scope and approach,
• describes equipment and technology utilized for data collection,
• provides an explanation of analyses and calculation formulae used
RgADWARE 2;., March,1997 •
Exhibit B - Page 5 of 7
CO
A
Sixty-five Dollars ($55,865.00) plus reimbursable direct costs. Reimbursable direct costs shall be
invoiced to the City separately, as actual costs after they are incurred, with copies of expense
receipts and per -diem amounts attached. All such fees and costs shall not exceed Sixty-one
Thousand Eight Hundred Sixty-five Dollars ($61,865.00). 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.
7. 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 project. All requests for contract interpretations, change
orders, and other clarification or instruction shall be directed to the City Representative.
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.
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.
PSA 7/93
3
Fit
Ft. Collins, Loveland and Larimer County 6
Proposal No. P-614 for Pavement Management Program - Data Collection
• outlines the approach employed for data processing and analyses,
• presents the control section data and results,
• lists exceptions encountered during data collection and processing and
• summarizes the quality assurance program
• provides an overall summary of the present status of the candidate network in tabular and
graphical format.
The project report is not a requirement according to the RFP. Roadware includes the report as an
integral part of its services -- its preparation and submittal is key to achieving closure on the project.
2.1.5 Data File Format & PMS Software Compatibility
The processed data will be submitted in ASCII text files, on 3.5 inch diskettes or CD-ROM. The data
will be formatted such that it may be readily imported into Agency's PMS database. The final format
will bedetermined during the planning process outlined in section 5.1.
Roadware has extensive experience with a wide variety of pavement management system (PMS)
software. These include: ITX/Stanley (formerly Pavement Management Systems), PCS/Law,
Deighton Associates (dROAD/dTIMS), Paver, World Bank HDM, and a number of custom systems.
Roadware is also well acquainted with the requirements of the Hansen, ERES and Braun/Intertec
packages.
Over the years, Roadware has developed a powerful and flexible data processing system that can
readily accommodate virtually any PMS format. Roadware is able to summarize the information at a
number of levels such as station sample interval, block -by -block and section basis.
2.1.6 Optional Items
The following items, while not specifically requested, can often be collected for a nominal
incremental fee during the regular PMS data collection survey. Many of Roadware's customers find
these data to be of significant utility:
Video
Many agencies have found the video logs to be useful as they reduce the need for field trips, allow an
unobstructed "summer" view of the road in the winter, provide a visual historical record suitable for
use in forensic reconstruction, accident investigations and sign and roadside furniture inventories.
Generally, Roadware collects Strobed Pavement Video of the network. The controlled illumination of
these video images lend themselves for use during quality assurance and/or as input to WiseCrax
Automated Crack Analysis software. This pavement video along with Right -of -Way video in a split
screen format will be available to the Agency at an optional cost, should they desire. These images
can also be readily transferred into the V isidata application — see section 2.1.7.
Quality assurance is an important component of Roadware data collection. High quality Strobed
Pavement Video presented in a split screen format with Right -of -Way video, provides Roadware and
the Agency with the ability to review sections of road to ensure that the distress are collected
accurately and also serves as a permanent record of existing conditions that can be reviewed in future
years. The Agency can view the video using conventional VHS systems or lease/purchase ARAN
workstations with computer controlled search and find capabilities to review pavement video at
speeds up to 200 miles per hour.
ROADWARE zr.._.. March, 1997 Awme
Exhibit B - Page 6 of 7 ?
Ft. Collins, Loveland and Larimer County 7
Proposal No. P-614 for Pavement Management Program - Data Collection
Global Positioning System (GPS)
As an option, Roadware will record GPS measurements for all road segments tested under this data
collection contract. GPS measurements provide latitude - longitude coordinates approximately once
per second. These data can be converted to a variety of co-ordinate systems including State Plane
Co-ordinates. This information is very valuable in the implementation of Geographic Information
Systems (GIS), and very expensive to collect using other procedures.
2.1.7 Visual Data for Windows (VisiData) Data Presentation Tool
Visidata is an optional software product that allows the users to readily interact with their ARAN
data. It features the ability to perform queries and display data graphically. Data drill down is also
supported. Visidata supports the full compliment of ARAN data such as digital ROW video, along
with rut, roughness, distress and other information (cross fall, ponding depth, curve and grade,
texture, etc.). It operates on inexpensive multi -media equipped Pentium -based computers.
Please refer to section 7.12.1 for additional information.
R4gADWARE z ,....`_ March,1997
Exhibit B - Page 7 of 7
I
Pavement Management
Data Collection
Exhibit B: Costs & Fees to the City of Fort Collins
Cost per
Data Collection
Tasks:
Lane Mile:
# 1
ARAN: Roughness, Windshield Distress, Rutting, Curb
$67.50
# 1.1
Video Rating
$7.50
# 1.2
WiseCrax
$17.25
# 1.3
Rut Depth
No charge
# 1.4
Cross -Slope
No charge
# 1.5
Control Sites
No charge
# 1.6
Report
No charge
# 2
Dynaflect: Structural Testing
$107.50
# 2.1
Sidewalk Inventory
$10.00
# 2.2
Drainage / Culvert Inspection
$7.50
# 2.3
Road -Width Measurement
$5.00
# 3
Right -of -Way Full -frame Video
$10.00
# 4
GPS (Global Positioning System) - Real-time Omnistar
$7.50
# 5
GPR (Ground Penetrating Radar)
$125.00
Other Fees & Costs:
Management Fee, per Work Order 2%
Planning & Review Meeting Fee, per Meeting $1,900.00
Page 1 of 1
Pavement Management
Data Collection
Exhibit C: Cost & Fee Options for the City of Fort Collins
Cost per
Data Collection
Tasks:
Lane Mile:
# 1
ARAN: Roughness, Windshield Distress, Rutting, Curb
$67.50
# 1.1
Video Rating
$7.50
# 1.2
WiseCrax
$17.25
# 1.3
Rut Depth
No charge
# 1.4
Cross -Slope
No charge
# 1.5
Control Sites
No charge
# 1.6
Report
No charge
# 2
Dynaflect: Structural Testing
$107.50
# 2.1
Sidewalk Inventory
$10.00
# 2.2
Drainage / Culvert Inspection
$7.50
# 2.3
Road -Width Measurement
$5.00
# 3
Right -of -Way Full -frame Video
$10.00
# 4
GPS (Global Positioning System) - Real-time Omnistar
$7.50
# 5
GPR (Ground Penetrating Radar)
$125.00
Other
Fees & Costs:
Management Fee, per Work Order 2%
Planning & Review Meeting Fee, per Meeting $1,900.00
Page 1 of 1
EXHIBIT D:
SPECIAL PROVISIONS
City of Fort Collins
Pavement Management Data Collection System
D1. In scheduling data collection activities for the City, the City will make every effort to
coordinate data collection activities through the Professional in conjunction with other data
collection projects that the Professional's data collection subconsultant may have in Colorado,
so as to minimize mobilization and demobilization costs that the data collection subconsultant
may incur. The Professional agrees to make every effort to assist in such coordination.
However, if coordination of data collection activities is not possible in a fashion that will meet
the City's needs, the City may request and schedule data collection through the Professional at
any time that is adequate to meet the City's needs.
D2. It is anticipated that the City will issue a Work Order to the Professional for DCS data
collection for the entire City street network, constituting approximately 522 lane -miles, in 1997.
If the City elects to renew the City's contract with the Professional for any additional year, it is
anticipated that City will issue a work order for data collection for approximately one-third of City
street network per year in future years. However, the City is under no obligation for the
procurement of data collection services until such time as the City issues a Work Order to the
Professional to collect specific types of data for a specific portion of the City street network.
D3. The City shall have the right to approve any subconsultant selected by the Professional
for PMS data collection. The Professional may not change data collection subconsultants
without the approval in writing of the City Representative.
D4. All information provided to the City pursuant to this agreement is the sole and exclusive
property of the City, and may not be utilized in any other way by the Professional without the
approval of the City Representative.
Exhibit D - Page 1 of 1
N
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 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 © 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.
PSA 7/93
4
4
1.
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 "D", consisting of five (5) pages,
attached hereto and incorporated herein by this reference.
PSA 7/93
5
THE CITY OF FORT COLLINS, COLORADO
By:
James B. O'Neill II, CPPO
Director o chasing & Ri�Management
DATE:
E AS TO FO
�r
City Attorney
DEIGH SSOCIATES LIMITE
y
By:
M a
Title:
CORPORATE PRESIDENT OR
VICE PRE$i DENT
Date: c>-1/-1 l y
ATT '`-wrr�nCaf AEPa
(Corporate Seal)
Corporate Secretapj-,
GFo
PSA 7/93
N
EXHIBIT A:
SCOPE OF WORK
Development and Implementation
of the City of Fort Collins
Pavement Management Software System
Introduction:
This Scope of Work constitutes the development and implementation of the City of Fort Collins
(City) pavement management software system (referred to herein as the PMSS) by Deighton
Associates Limited (Deighton or DAL).
Project Tasks and Deliverables:
The PMSS consists of two Deighton software programs, dTIMS and dROAD, which interact and
are fully compatible, and includes the consulting tasks described in the task list below in this
Scope of Work. The following tasks are intended to ensure the successful development and
implementation of an effective PMSS for the City. Each task is defined briefly and related to
specific deliverables. It is understood that the development and customization of the software
system incorporates many tasks, components, and data elements which interact, and which
together will form a fully -functioning PMSS at the conclusion of all tasks. dTIMS and dROAD
will accept and process pavement management data entered into the PMSS.
1. Project Initialization
1 a Project Initialization Meeting_
The project initialization meeting initiates the project and includes the development and
implementation team and City staff. The meeting includes a review of the project objectives and
schedule. The task deliverable is the Project Initialization Technical Memorandum, which
describes the meeting results in both summary form and in explicit task -related detail. The
Project Initialization Technical Memorandum will not be final until it is approved in writing by the
City Representative.
Exhibit A - Page 1 of 4
EXHIBIT A: SCOPE OF WORK
City of Fort Collins Pavement Management Software System
1 b Develop Pavement Management Methodology:
Following the project initialization meeting, the PMSS methodology for the City will be
developed cooperatively by the project team. The methodology will be both summarized and
explicitly detailed in the Project Initialization Technical Memorandum.
1 c Develop the PMSS Database Structure:
Based on the indices and parameters determined for the City PMSS, Deighton and the City will
define the structure of the PMSS database. This includes the definition of the database section
to be used in the PMSS and for data collection purposes. Consideration will be given to the
future needs of the City to allow for the expansion of the database as the needs of the City
change. The final structure of the PMSS database will be presented in the project initialization
technical memorandum.
2. Database Development
2a Design dROAD Database:
Utilizing the database structure developed during Project Initialization, the dROAD database will
be built to accept all inventory and condition data that will be used in the PMSS analysis. This
database design will include all necessary linkages and definitions for the City's geographich
information systems (GIS). The deliverable will be a dROAD database, approved by the City
Representative, ready to accept City roadway data.
3. Pavement Condition Assessment
3a. This task will allow for Deighton to prepare for the data collection phase of the project.
Following the collection of the network data, it will be loaded into the database and utilized to
calculate the Pavement Condition Indices (PCIs). The deliverable of this task will be a
completely populated dROAD database ready for analysis.
Exhibit A - Page 2 of 4
EXHIBIT A: SCOPE OF WORK
City of Fort Collins Pavement Management Software System
4. Performance Modeling
4a Parameter Development Meeting:
The parameter development meeting occurs after the collection of City data, and will define a
set of parameters that will provide a foundation for the PMSS. The deliverable of this task is a
Parameter Development Memorandum.
4b. Develop dTIMS Parameters:
Deighton shall develop, for approval by the City Representative, the parameters to customize
the dTIMS analysis to the City environment. Parameters to be developed include (but may not
be limited to) performance curves, rehabilitation treatments, treatment triggers, and economic
and budgeting parameters (including, as required, maintenance and rehabilitation strategic
information, and historic cost data).
5. Network Analysis
5a. Load dTIMS parameters:
This task consists of loading and testing of the dTIMS PMSS with all of the required analysis
parameters. The deliverable is a fully configured dTIMS analysis package, including fully -
functional City GIS links, maintenance and rehabilitation strategic parameters, and cost
estimating and budgeting parameters, ready for approval by the City Representative, and ready
to produce the City network analysis output.
5b. Run dTIMS Analysis and Test:
Following the initial analysis tests, Deighton will investigate each of the analysis parameters to
ensure that they reasonably model the real world conditions. Using the City data, Deighton will
generate strategies, perform optimization and adjust parameters as necessary to ensure that
the construction program generated matches expected results. The deliverable will be a fully
tested PMSS with all parameters working as expected, including fully -functional City GIS links,
maintenance and rehabilitation strategic information, and cost estimating and budgeting
information; ready for for approval by the City Representative, and ready for delivery and
Exhibit A - Page 3 of 4