Loading...
HomeMy WebLinkAbout450906 MULLER ENGINEERING COMPANY - CONTRACT - RFP - P1147 SIGNAL TIMING PROGRAMPROFESSIONAL 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 Muller Engineering Company, Inc., 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: Scope of Services. The Professional agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of six (6) 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) page, and incorporated herein by this reference. 3. Contract Period. This Agreement shall commence within five (5) days following execution of this Agreement and shall continue in full force and effect until December 31, 2009, unless sooner terminated as herein provided. 4. Early Termination by City. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the 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: Professional: City: With Copy to: Muller Engineering Co., Inc. City of Fort Collins, Traffic City of Fort Collins, Purchasing Attn: Mr. Karl Buchholz Attn: Mr. Ward Stanford PO Box 580 777 S. Wadsworth Boulevard PO Box 580 Fort Collins, CO 80522 Lakewood, CO 80226 Fort Collins, CO 80522 Standard Professional Services Agreement- rev07/08 1 City of Fort Collins Traffic Signal Timing Program Scope of Work 5.2 Timing Model Updates — Using the information gathered above, the Muller team will inspect and update the existing Synchro (Version 7) files to ensure that the necessary parameters are accurate and match existing field conditions. The timing parameters will also be compared against the existing work orders database to ensure accuracy. 5.3 Calibration of Timing Model — The Synchro timing model will be calibrated against existing conditions based on field observations and the before TT/D runs for the AM, midday and PM peak periods. Parameters such as saturation flow, lane utilization and link speeds will be adjusted as necessary. Synchro summary reports will be prepared and presented to City staff for reasonableness checks and identification of areas for signal timing improvement. Meetings: 2 (as needed) Deliverables: Meeting Minutes, Synchro Summary Reports of Existing Conditions 6. Cycle Selection and Development of Timing Plans 5.1 Analysis of Cycle Lengths — Using the calibrated model developed in Task 5, Muller team members will conduct a system -wide cycle evaluation for the timing plans noted in Task 4. Synchro software will be used as the primary tool for evaluating the cycle length performance index; however, other relevant considerations will include accommodations of pedestrians, queue penalties, fuel consumption and vehicle emissions. cycle length break points will also be evaluated. Muller staff will summarize the cycle length MOE's in tabular and graphical form and conduct two cycle length selection meetings with City staff to determine the most appropriate cycles for each corridor/time period. This task is envisioned as an iterative process to arrive at the best cycle length. 6.2 Timing Plan Development — The Muller team will prepare corridor timing plans (cycle length, offset and split) for the five time periods discussed above. Intersection timing plans will be developed for each intersection in the project as well as time -space diagrams for the following corridors: North/South Corridors East/West Corridors 6.2.1 Taft Hill Rd 6.2.6 Harmony Rd 6.2.2 Shields St 6.2.7 Horsetooth Rd 6.2.3 College Ave 6.2.8 Drake Rd 6.2.4 Lemay Ave _ 6.2.9 Prospect Rd 6.2.5 Timberline Rd 6.2.10 Mulberry Rd The timing plans will be prepared in draft form for City review and comment. "Final" plans will be prepared for field implementation. During the development of the timing plans, the Muller team will identify intersections that could benefit by a change in left -turn phasing or possibly removal of a signal if it is clearly unwarranted. Changes in left -turn phasing could include recommending removal of the left -turn phase if volumes are very low, or changing between protected -only and protected/permissive. 6.3 Work Order Preparation — Muller will provide the City with electronic work orders for each intersection and each timing plan. The work orders will be prepared in Synchro's Universal Traffic Data Format (UTDF) for automatic download to the controllers. City staff will have primary responsibility for downloading of the timing plans. Meetings: Approximately 4-6 Muller Engineering Company Page 3 of 6 October 29, 2008 Standard Professional Services Agreement- rev07/08 City of Fort Collins Traffic Signal Timing Program Scope of Work Deliverables: Meeting Minutes; Technical Memorandum on Cycle Length Analysis and Selection; Time -space Diagrams for each corridor/time period; Electronic Work Orders Implementation and Fine Tuning 7.1 Initial Field Observations — On a corridor -by -corridor basis the Muller Team will coordinate with City staff for the implementation of timing plans. All timing plans will be implemented on a single corridor and fine-tuned prior to the start of implementation on the next corridor. Minor fine-tuning changes may overlap from one corridor to the next. The initial field observations will include verification of the correct cycle length and offsets, checks for overall progression quality, and observations of individual intersection operations (queuing, cycle failures, etc.). 7.2 Develop Fine -Tuning Changes — Muller will provide the City with initial adjustments to the timing plans in electronic format during the implementation and fine-tuning phase. This will be an iterative process and the level of adjustments will vary by corridor and timing plan, 7.3 Final Field Observations — Final field observations will be made prior to the "after" travel time runs to ensure that the timings have been fully optimized and are operating according to plan. 7.4 Final Timing Plans — Upon completion of the implementation process, Muller will provide the City with final time -space diagrams and electronic files (Synchro) of the final timing plans. Meetings: 1-2 (as needed) Deliverables: Meeting Minutes; Revised and Final Timing Plans for each corridor and time period 8. Evaluation and Documentation 8.1 "After' Travel-Time/Delay Runs — "After" Travel-Time/Delay (TT/D) runs will be completed by City staff. A minimum of 8 valid runs in each direction will be completed for each corridor and time period being evaluated. Corridors to be evaluated include those listed in Task 6.2. Fort Collins will provide Muller with the before and after TT/D data in electronic format (spreadsheet compatible). 8.2 Evaluation — Using the before/after data provided above, Muller staff will utilize a spreadsheet template to calculate corridor benefits for each timing plan. Benefits will be calculated on a daily and annual basis and at a minimum will include the following performance measures: travel time; delay, speed, fuel consumption and emissions (CO, HC and NOX). Based on the outcome of Task 3, other performance measures may also be provided to assess system -wide and/or multi -modal benefits. Data collection necessary for the evaluation of additional benefits (e.g. pedestrian/bicycle counts, etc.) will be provided by Fort Collins staff. 8.3 Documentation — Documentation will include corridor notebooks and a final project summary report. The corridor notebooks will include the following information for each corridor: 8.3.1 Corridor Summary Report 8.3.2 Time -space diagrams for each timing plan 8.3.3 Synchro Model Output 8.3.4 Project benefits Analysis 8.3.5 Before/After Travel-Time/Delay Output 3.3.6 Traffic Volume data 8.3.7 Intersection Lane Geometry and Phasing 8.3.8 Electronic Synchro Files on CD Muller Engineering Company Page 4 of 5 October 29, 2008 Standard Professional Services Agreement- rev07/08 City of Fort Collins Traffic Signal Timing Program Scope of Work The Project Summary Report will describe the project process, goals and objectives, and summarize the project benefits. An Executive Summary will accompany the report. A draftcopy of the report will be provided to the City for review and comment, followed by a final version. Muller's project manager will be available to present the project results to City Management or City Council, Meetings: 2 Deliverables: Corridor Notebooks (1 for each corridor); Project Surnrnary Report (s draft copies, Isfinal copies). Muller Engineering Company Page 5 of 6 October 29, 2008 Standard Professional Services Agreement- rev07/08 City of Fort Collins Traffic Signal Timing Program Scope of Work Attachment A — Project Study Area 2008 SIGNAL G PROJECT INTERSECTIONS & Ci1R I))ORS M=-U. R r LEGEND i P007 Courts (7) Ccurts Neeced i 2008 CourTs e) A6dl lcns Muller Engineering Company Page 6 of 6 October 29, 2008 Standard Professional Services Agreement- rev07/08 EXHIBIT B PROJECT SCHEDULE _. Standard Professional Services Agreement- rev07/08 1 EXHIBIT C FEE SCHEDULE CLIENT: City of Fort Collins PROJECT NC: PROPOSAL NO.: 908-h PREPARED 6Y. KE3l CATE: 11OiZ0O8 PROJECT: 2008 Traffic Si nal Tirninq Pro ram . Cost Pro osal TIME (HOURS) TOTALS SUBCONSULTANTS MULLER EXPENSES (SS) Rob C. Karl S. NancY L. Cesip.^. h4Jll9'Engc MULLER Ta^x Task PId IX Pid VII I FEN I Eng"n,I Atlmin THAE LABOR Hamm,' CIC Engr' MILEAGE' RE-RO OTHER' SU600NSULT. EXPENSES TOTALS rlo. Deb<nDnon 2G08 HWnY Rate»» S14500 1 S126,00 I 510 to I $KOO $6200 (HOJRS) !S$) r55) (SS) tss) (s$) (SS) (SS) (SS) (SS) 1 PrOj[cunitiation v 1.2 cie•<n s+mi=e r�,an:e ioe¢X-+Cd"ry 6 4 6 1 1. S1,6s8 55D0 S285 SBO S735 $o SZO SO $2.553 $544 Task Subtotal 0 12 6 0 0 18 $2.232 S520 S285 SSO $o SO S785 $80 s3,097 2 PioRCt Managtment and Administration 21 22 ?.3 24 ?.5 soe)mxeo.,,aawnaoaeeme=: a k �;ne Mminknxkea.xcn.m.;ano, u:J4C cmmn.;caua, D:emC.<ana.aseme,.: 2 2 2 20 20 40 20 8I 22 28 2 221 $3.012 53216 SsIO2 $3,012 s43 S5,7w SO SO $3.012 $0 $O 5321E 55,700 57 S11.32 50 I SO I S3.012 $p SO 549E Task 2 Subtotal 6 100 0 0 16 122 S15AM SO S5,700 SO 50 s0 $5.700 SO S21168 3 31 3? 33 \•:arh^oG1:a:-ni-6 and k--h :5'muNo= ra_hnka: Nemc.aMom 1 GG � 16 6 E 3 24 56 16 33 1 ST04O 51 ES8 $3.634 S2`,J SLCOD S950 51?0 $1O0 S80 $1DO 51G] $250 SL960 St90 $0 $7290 5200 54038 StRO St.Cpe Task 35ubtotal 1 56 48 0 0 105 $12.562 St2YJ S1140 $80 52W 5100 S2,390 V3SO S15,332 a oao ee.;.w and nnan:a 4?\+'•:vvr -s.ITM, Da'a o!nomly lurk vaumes 4 S C 9 c54q 51,08E $2.006 $6,COZ 52008 So.005 s0 6D $2.552 $7,096 42 Sd a5 oa+orPnli nn�nrcC,t iacors '¢✓ae"i')J Pvm fEyCY, M1I��.:cco-E4,at:an) nae/&4•oala kn.Cw b B 4 8 b 4 51,04E 51.02E 5:=4 SS,CGB FhJ S5,OJ8 F9 $p SRO 50 W S6,176 $1088 550.1 4b Tem:.cal aaeoo.,=dum 1 4 5 559p 52.SGJ S50 $2500 550 53240 Task 4 Subtotal 1 36 G 0 0 37 SEW $15.524 So S80 S50 so $15,524 5130 520,69E 5 Flltl Observations and Tirnino Model Update 5.1 5? 53 held vc;asatm�ornmi,q afoael nm:narfwd voea:es canmmm:.mrimi�c Mad, 40 40 20 a0 2J 36 GO 20 L0 80 56 512.64G $9040 SS 320 59000 51.01E $3.5CS S14W A6O 52350 $t0.9Cp 51.01E 5t.268 52,350 SO SO $25690 513.05E 510 09 Task 5 Sumotal 0 100 96 SO 0 2% SOS= S15,524 S2,ma $2.350 50 SO 519,184 S2,350 w,534 6 CYck StlecGonand Deaeloprnen(ot Tirninu Pt —a 61 62 n,a sao¢1zk:v�:6:h+ nmi:,rs:. r<.elavmen< 60 60 80 SS GC 40 180 168 S20,080 s13880 54.006 S8.780 S1520 Si E20 5150 $150 55,528 510:,G0 at 50 $150 S25.75E 529.330 bs m:'+adv, caomina:o, 8 b 5109^0 53.520 5100 53.520 St00 St J08 Task 6 Subtotal 0 168 108 SO 0 356 W,048 $16,308 S3.040 Sd00 SO SO S19,3t8 S400 S59,796 7 Implementation and Fine Turing :.t lel;m cold aburva:ana SO 64 72 2:6 523.W0 SOOO) 1 51,140 S2300 $10,1a0 52.30p S35.G80 72 44 GO 20 tG1 Sti 544 55760 155 T60 SO St',344 73 anal e.m oxervuio=\ 40 e0 40 12C $t 2,&t0 57, 003 SOSO St SOp $S,e50 51 500 $22.59C Zs 16 d0 76 57.31E 52.260 52.250 SO 59.63E Task 7 Subbal 0 19O 1641 172 0 516 $54,64D S24,520 52p90 S3SOD So $0 S26,610 53.SOD S65,050 6 Evaluation and Doctmenmron e' '4Ner'T/D sues lM ou, Ml,l:ertx'Einaca':1 S 9 $10.i'E 50 50 $1 pR3 62 ¢ 36 40 60 156 SS.296 S239D $150 $2,390 St50 51>,S36 s.a oxummx:na 2 36 48 50 20 t5a 516,028 $226➢ $''<,OW $2260 52.000 S20,236 Task 8 Subotal 2 80 S8 140 23 330 22,4112 S4,650 $0 $150 52,000 so S4,650 S2,150 $39,212 Project Total Nour6 10 732 510 452 1 36 1>a0 7PA 157 258t Project Total Labor Costs 5t,460 599,552 SY,OGC 530160 S<'232 S19geM $79,276 S14,915 594,19t 5284595 Project Total Expenses - - $5.52S S63 S6.Ss0 $3,269 S1W 59,299 51a,q;6 Project Total - - S19o.4O4 S84,804 S15.003 - - - - $299.501 ND'eS: LM1UIe. qe at Federal Rase (Nrten3y 50.5451m1!el 2,Pm,oeLUnCb(OrWO! ShXp Asar a,S 3. Ez rases for SUUnonsutanl5 are nal in<ludetl h' task bT are Slimmed Ua'ew. Standard Professional Services Agreement- rev07/0S MULLER ENGINEERING COMPANY, INC. SCHEDULE OF HOURLY RATES FORT COLLINS TRAFFIC SIGNAL TIMING PROGRAM Professional Staff Hourly Rates* Principal Engineer IX $146.00 Principal Engineer Vill 141.00 Project Manager VII 136.00 Project Manager VI 124.00,116.00 Project Engineer V 108.00 Project Engineer IV 100.00 Design Engineer III 94.00 Design Engineer II 88.00 Design Engineer I 80.00 Senior Designer 91.00 Designer 87.00 Technician/CADD Operator IV 84.00 Technician/CADD Operator III 77.00 Technician/CADD Operator II 71.00 Technician/CADD Operator 1 62.00 Administrative Support 62.00 Intern 47.00 " Includes 3% Cost of Living Adjustment to 2008 Hourly Rates Other Direct Costs Vehicle Mileage (or approved IRS rate) ......................... :............. $ 0.585 / mile Black & White Photocopies — 8 Yz x 11......................................$ 0.10 / copy Color Photocopies — 8'/z x 11...........................................$ 0.30 / copy 22' x 34" Prints ..................... ....................................................... $ 1.00 / sheet When large print jobs are required for a project, they are sent out to printing shops and billed at actual cost. Subconsultants, messenger delivery, overnight delivery, equipment rental, long distance telephone, outside computer, reproduction, out-of-town living expenses, travel costs, and other miscellaneous direct project expenses, will be charged at actual cost. Use of computers and computer software is included in the hourly rates of personnel. Standard Professional Services Agreement- rev07/08 2 Muller Engineering Company EMPLOYEE NAME EMPLOYEE CLASSIFICATION Andrews, Matthew D. Project Manager VI Behrer, Bruce B. Project Manager VII Buchholz, Karl E Project Manager Vil Carlson, Robert Principal IX Cavoto, Catherine Executive. Secretary Clark, A. Gray Project Manager VII Chenard, Melanie D. Project Engineer IV Colby, Sandra S. Financial Controller Dungan, Michael S. Principal IX Early, Justin J. Project Engineer IV Fearns, Robert J. Project Manager VI Fitzgerald, Ronni Marketing Coordinator Fuhr, Karen S. Project Engineer IV Gabriszeski, Steven G. Project Engineer V Hamilton, Glenn Project Manager VI Hamilton, John M. Principal IX Harris, Dean A. Project Manager VII Hibbeler, Steven Project Engineer IV Hopkin, Lance R. Design Engineer III Janssen, Erik Design Engineer II Johns, Derek Project Manager VI Juergensen,Joseph Project Engineer VI Juntunen, Candace Sr. Designer Keller, John H. Designer/CAD Manager Kroeger, Christopher Project Engineer V Lambertson, Nancy Project Engineer IV Mestas, Geoffrey C. Design Engineer I Moffat, Mari CADD Operator II Murray, Jo A. Design Engineer I Nelson, Rick Project Manager VI Padilla, Korina S. CADD Operator II Pultorak, Andy Design Engineer II Roan, Carolyn Project Engineer V Sabo, Kevin Designer/IT Manager Sanchez, Paula Administrative Support Scholz, Justin R. Project Engineer IV Stewart, Andrew K. Design Engineer I Unger, Monica M. Design Engineer II Watt, James A. Design Engineer II Webb, Derek Project Engineer IV Wulliman, Jim Principal Vill Yager, John A. Design Engineer III Standard Professional Services Agreement- rev07/08 Personnel Classification Name Hourly Billing Rate Principal/Senior Engineer Hartwig, Marvinetta $ 125.00 Senior Structural Engineer Felzien, Lee $ 125.00 Senior Traffic Engineer Markovetz, Steve S 125.00 Senior Transportation Engineer Smith, Danielle $ 104.00 Sr. Construction Observer III Luft, Jim $ 90.00 Sr. Construction Observer II Forni, John $ 98.00 Sr. Construction Observer I Berg, Wayne S 96.00 Construction Observer II Toiler, Dennis $ 88.00 Construction Observer Viszlay, Dan $ 63.00 Sr. Technician II Dyer, Dave $ $8.00 Sr. Technician I Hanson, Ryan $ 75.00 Technician Lang, Eric $ 63.00 Sr. Project Administrator Lewis, Kathy $ 70.00 Administrator Coordinator Newpower, Jennifer $ 57.00 Intern II Vacant S 30.00 Intern I Berg, Peter $ 22.00 Reimburseab/e Project Expenses Mileage rate I mile Copies • 8.51' x 11" & 8.5" x 14" Copies • 11" x 17" Bond Prints • (Black & White) Bond Prints • (Colored) Subsistence per diem outside Metro Area Communications: long distance telephone Outside materials, supplies & services Subconsultants Computer Billing Rate current federal government rates each $ 0.10 each $ 0.20 Lin. Ft $ 1.00 Lin. Ft. $ 7.50 Actual Cost Actual Cost Actual Cost Actual Cost Included in overhead Standard Professional Services Agreement- rev07/08 4 Hourly Rate 5. 4" ❑Rll'g trans Prelirn : inary Field 7 3 Final Field dic Engineering Draft Estimate of Hours and Fees Ft Collins Signal Timing Prepared for Muller Engineering 2-Nov-08 Dan Cronin Task Principal Total $ 95.00 3>: $ -:285.00 60 $ 5,700-00 4 $ 380.00 8 $ '760.00 20 $ 1,900.00 8 $ 760-00 16. $ 1520.00 16 $ 1,520.00 12 $ 1,140 00 10 $ 950.00 0 $ 157 $ 14,915.00 Standard Professional Services Agreement- rev07/08 5 Comments 1 0 primarily Muller; some dlc input 0 1'` Assist Muller Engr. with Field Observations 4 1 Assist Muller Engr. with Field Observations 4 Assist Muller Engr with Field Observations 4 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 negligent performance of any of the services furnished under this Agreement. The Professional shall maintain commercial general liability insurance in the amount of $500,000 combined single limits and errors and omissions insurance in the amount of $1,000,000. 6. 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 Two Hundred Ninety Nine Thousand Five Hundred One Dollars ($299,501.00) plus reimbursable direct costs in accordance with the Fee Schedule attached hereto as Exhibit "C", consisting of five (5) pages, and incorporated herein by this reference. All such fees and costs shall not exceed Two Hundred Ninety Nine Thousand Five Hundred One Dollars ($299,501.00). 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. The parties acknowledge that the sub -contractors, Hartwig and Associates Standard Professional Services Agreement- rev07/08 2 EXHIBIT D SPECIAL PROVISIONS FEDERAL REQUIREMENTS Federal laws and regulations that may be applicable to the Work include: A. The "Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments (Common Rule), at 49 Code of Federal Regulations, Part 18, except to the extent that other applicable federal requirements (including the provisions of 23 CFR Parts 172 or 633 or 635) are more specific than provisions of Part 18 and therefore supersede such Part 18 provisions. The requirements of 49 CFR 18 include, without limitation: 1. the Local Agency/Contractor shall follow applicable procurement procedures, as required by section 18.36(d); 2. the Local Agency/Contractor shall request and obtain prior CDOT approval of changes to any subcontracts in the manner, and to the extent required by, applicable provisions of section 18.30; 3. the Local Agency/Contractor shall comply with section 18.37 concerning any subgrants; 4. to expedite any CDOT approval, the Local Agency/Contractor's attorney, or other authorized representative, shall also submit a letter to CDOT certifying Local Agency/Contractor compliance with section 18.30 change order procedures, and with 18.36(d) procurement procedures, and with 18.37 subgrant procedures, as applicable; 5. the Local Agency/Contractor shall incorporate the specific contract provisions described in 18.36(i) (which are also deemed incorporated herein) into any subcontract(s) for such services as terms and conditions of those subcontracts. B. Executive Order 11246 of September 24, 1965 entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967 and as supplemented in Department of Labor regulations (41 CFR Chapter 60) (All construction contracts awarded in excess of $10,000 by grantees and their contractors or subgrantees). C. The Copeland "Anti -Kickback" Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3) (All contracts and subgrants for construction or repair). D. The Davis -Bacon Act (40 U.S.C. 276a to a-7) as supplemented by Department of Labor regulations (29 CFR Part 5) (Construction contracts in excess of $2,000 awarded by grantees and subgrantees when required by Federal grant program legislation. This act requires that all laborers and mechanics employed by contractors or sub -contractors to work on construction projects financed by federal assistance must be paid wages not less than those established for the locality of the project by the Secretary of Labor). E. Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327- 330) as supplemented by Department of Labor regulations (29 CFR Part 5). (Construction contracts awarded by grantees and subgrantees in excess of $2,000, and in excess of $2,500 Standard Professional Services Agreement- rev07/08 for other contracts which involve the employment of mechanics or laborers). F. Standards, orders, or requirements issued under section 306 of the Clear Air Act (42 U.S.C. 1857(h), section 508 of the Clean Water Act (33 U.S.C. 1368). Executive Order 11738, and Environmental Protection Agency regulations (40 CFR Part 15) (contracts, subcontracts, and subgrants of amounts in excess of $100,000). G. Mandatory standards and policies relating to energy efficiencywhich are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163). H. Office of Management and Budget Circulars A-87, A-21 or A-122, and A-102 or A-110, whichever is applicable. I. The Hatch Act (5 USC 1501-1508) and Public Law 95-454 Section 4728. These statutes state that federal funds cannot be used for partisan political purposes of any kind by any person or organization involved in the administration of federally -assisted programs. J. 42 USC 6101 et sea. 42 USC 2000d, 29 USC 794, and implementing regulation, 45 C.F.R. Part 80 et. sea.. These acts require that no person shall, on the grounds of race, color, national origin, age, or handicap, be excluded from participation in or be subjected to discrimination in any program or activity funded, in whole or part, by federal funds; K. The Americans with Disabilities Act (Public Law 101-336; 42 USC 12101, 12102, 12111- 12117, 12131-12134, 12141-12150, 12161-12165, 12181-12189, 12201-1221347 USC225 and 47 USC 611. L. The Uniform Relocation Assistance and Real Property Acquisition Policies Act, as amended (Public Law 91-646, as amended and Public Law 100-17, 101 Stat. 246-256). (If the contractor is acquiring real property and displacing households or businesses in the performance of this contract.) M. The Drug -Free Workplace Act (Public Law 100-690 Title V, subtitle D, 41 USC 701 at sea.). N. The Age Discrimination Act of 1975, 42 U.S.C. Sections 6101 et. sea. and its implementing regulation, 45 C.F.R. Part 91; Section 504 of the Rehabilitation Act of 1973, 29 U.S.C. 794, as amended, and implementing regulation 45 C.F.R. Part 84. O. 23 C.F.R. Part 172, concerning "Administration of Engineering and Design Related Contracts". P. 23 C.F.R Part 633, concerning "Required Contract Provisions for Federal -Aid Construction Contracts". Q. 23 C.F.R. Part 635, concerning "Construction and Maintenance Provisions". R. Title VI of the Civil Rights Act of 1964 and 162(a) of the Federal Aid Highway Act of 1973. The requirements for which are shown in the Nondiscrimination Provisions, which are attached hereto and made a part hereof. Standard Professional Services Agreement- rev07/08 EXHIBIT E COLORADO STATE DEPARTMENT OF TRANSPORTATION REQUIREMENT 49 CFR 18.36(i) Consultant will comply with the Colorado State Department of Transportation requirement 49 CFR 18.36(i): 1) "The design work under this contract shall be compatible with the requirements of a separate contract between the Local Agency and the State (which is incorporated herein by this reference) for the design/construction of the project. The State is an intended third party beneficiary of this contract for that purpose." 2) "Upon advertisement of the project work for construction, the consultant shall make available services as requested by the State to assist the State in the evaluation of construction and the resolution of construction problems that may arise during the construction of the project." 3) "The consultant shall review the construction contractor's shop drawings for conformance with the contract documents and compliance with the provisions of the State's publication, "Standard Specifications for Road and Bridge Construction", in connection with this work." Standard Professional Services Agreement- rev07/08 EXHIBIT F INSURANCE REQUIREMENTS 1. The Professional will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Professional shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: "The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Professional, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Professional under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Professional's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Professional shall maintain during the life of this Agreement for all of the Professional's employees engaged in work performed under this agreement: Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Professional shall maintain during the life of this'Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $500,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Professional shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. Standard Professional Services Agreement- rev07/08 and dlc Engineering, are not parties to this agreement. However, the rates listed for services to be provided by these subcontractors shall be the rate paid by the City to the Professional for these services. If the amount charged by these subcontractors 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. 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. Project Drawings. Upon conclusion of the project and before final payment, the Professional shall provide the City with reproducible drawings of the project containing accurate information on the project as constructed. Drawings shall be of archival, prepared on stable Mylar base material using a non -fading process to provide for long storage and high quality reproduction. "CD" disc of the as -built drawings shall also be submitted to the City in and AutoCAD version no older then the established city standard. 9. 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. 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 hereunderfor the payment of Standard Professional Services Agreement- rev07/08 3 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. 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 of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non -defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non -defaulting party for the non -defaulting 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. Standard Professional Services Agreement- rev07/08 4 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. Prohibition Against Employing Illegal Aliens. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Professional represents and agrees that: a. As of the date of this Agreement: 1. Professional does not knowingly employ or contract with an illegal alien who will perform work under this Agreement; and 2. Professional will participate in either the e-Verify program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland Security (the "e-Verify Program") or the Department Program (the "Department Program"), an employment verification program established pursuant to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment eligibility of all newly hired employees to perform work under this Agreement. b. Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or knowingly enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien to perform work under this Agreement. C. Professional is prohibited from using the e-Verify Program or Department Program procedures to undertake pre -employment screening of job applicants while this Agreement is being performed. d. If Professional obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Professional shall: 1. Notify such subcontractor and the City within three days that Professional has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and 2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien; except that Professional Standard Professional Services Agreement- rev07/08 5 shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. e. Professional shall comply with any reasonable request by the Colorado Department of Labor and Employment (the "Department") made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. f. If Professional violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement is so terminated, Professional shall be liable for actual and consequential damages to the City arising out of Professional's violation of Subsection 8-17.5-102, C.R.S. g. The City will notify the Office of the Secretary of State if Professional violates this provision of this Agreement and the City terminates the Agreement for such breach. 18. Special Provisions. Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit "D" — Federal Requirements, consisting of two (2) pages and Exhibit "E" — Colorado State Department of Transportation Requirement 49 CFR 18.36(i), consisting of one (1) page, attached hereto and incorporated herein by this reference. Standard Professional Services Agreement- rev07/08 6 OF 0 City Clerk THE CITY OF FORT COLLINS, COLORADO By James Bj O'Neill II, CPPO, FNIGP Director of purchasing & Risk Management DATE: j z, (ta .6 Mull3EnBy, Title: / CORPORA Date: Inc. OR VICE PRESIDENT (Corporate Sea]) Standard Professional Services Agreement- rev07/08 EXHIBIT A SCOPE OF WORK City of Fort Collins —Traffic Signal Timing Program Muller Engineering Company Scope of Work 1. Project Initiation 1.1 Project Kick-off Meeting — Conduct Project Kick-off Meeting to review scope of work, available data, project schedule and initial tasks. Request all available information related to existing signal timing work orders, traffic data, time -of -day schedule and system operating parameters. A portion of the meeting will also include a hands-on operational review of the City's Siemens i2 system to give Muller team members a better understanding of the City's current operational procedures and practices. Project includes the traffic signals shown in Attachment A. 1.2 Project Schedule — Finalize project schedule with City staff including early meeting dates and critical project milestones. Meetings: Project Kick-off Meeting Deliverables: Project Schedule and Meeting Minutes 2. Project Management and Administration 2.1 Staff/Subconsultont Management — Manage project staff and subconsultants to ensure City's expectations of budget, schedule and quality are met or exceeded throughout the project. 2.2 Meeting Administration — Prepare Meeting Agenda and Meeting Minutes for all formal project meetings 2.3 QA/QC—Conduct OA/QC reviews of key work tasks and project deliverables 2.4 Communication — Conduct day-to-day (as needed) communications with the City's project manager throughout the duration of the project 2.5 Documents— Prepare file and document management of all electronic and hard copy materials. Meetings: None Deliverables: None Project Visioning and Strategy 3.1 Workshop Planning and Research — Prior to the workshop session with City staff, Muller will develop draft project goals, objectives and performance measures as an initial starting point for the workshop meeting (see 3.2). Muller will also prepare a comprehensive draft document of signal timing strategies for discussion with City staff. This document will be based on current signal timing practices in Fort Collins as well as those used in other Colorado communities and elsewhere. The document will also identify parameters of the 2070 NextPhase controller that can be used to positively impact coordinated traffic flow as well as other items such as use of left -turn phasing, accommodation of peds/bikes, etc. 3.2 Goals and Timing Strategy Workshop — Conduct full -day workshop at Fort Collins Traffic Operations Center to discuss and develop project goals, objectives, performance measures and signal timing strategies/philosophy. Muller staff will lead the workshop and will prepare meeting materials prior to the meeting as discussed in Section 3.1. 3.3 Tech Memo— Prepare Technical Memorandum summarizing decisions made at the workshop. Meetings: Full -Day Workshop Meeting Deliverables: Technical Memorandum Summarizing Goats, Objectives, Performance Measures and Recommended Timing Strategies Page 1 of 6 October 29, 200S Standard Professional Services Agreement- rev07/08 City of Fort Collins Traffic Signal Timing Program Scope of Work 4. Detailed Review and Analysis of Traffic Data and Field Conditions 4.1 Analysis of TMC Data — TMC data to be provided by Fort Collins for AM, Midday and PM peak periods for all intersections. Analyze TMC data and check for data anomalies and unbalanced volumes. Identify locations and/or time periods that may require re-counts or hand - adjustments. 4.2 Analysis of Hourly link Volumes — Using hourly link counts provided by Fort Collins (in a spreadsheet compatible format), prepare hourly -volume graphs for average weekday (MO-FR) and weekend conditions (SA and SU). Hourly -volume graphs will be prepared at 3 locations along each major corridor to assess the variation in traffic flow by day -of -week, time -of -day, and by direction. Based on this information, provide recommendations for hours of operation for the following time periods: 4.2.1 Weekday AM Peak Period (existing timing plan) 4.2,2 Weekday Midday Period (existing timing plan) 4.2.3 Weekday PM Peak Period (existing timing plan) 4.2.4 weekday/Weekend low -Volume Period 4.2.5 Weekend Peak Period 4.3 Develop TMC Adjustment Factors — Using the data analyzed in 4.2, develop hourly and directional adjustment factors for each intersection that will be applied to the turning movement counts to arrive at turning movement volumes for the weekday/weekend low - volume period and the weekend peak period. Hand -adjust volumes as needed to balance network. 4.4 'Before"Travel-Time/Delay Runs (by City staff) —City staff will collect travel time runs on each of the 10 Corridors for each of the above timing periods noted in Task 4.2, Eight valid TT/D runs will be collected in each direction. 4.5 Ped/Bike Activity — Review pedestrian volume counts (and bicycle, if available) to assess locations of high, medium and low activity. Based on this review, provide recommendations to the City on the operation of pedestrian phases with regard to setting vehicle split times, pedestrian recall modes and any other strategies to manage the safety and mobility of pedestrians and bicyclists. 4.6 Tech Memo — Prepare Technical memorandum that documents and summarizes process used to develop tuning movement counts and recommended hours of operation. Meetings: 1 Deliverables: Data Analysis Technical Memorandum; Meeting Minutes 5. Field Observations and Timing Model Updates 5.1 Verification of Timing Model in Field — Muller team members will visit each signalized intersection to verify the lane geometry, phasing, approach speeds, and any special operating conditions. An intersection template form will be prepared to document the observations and update the Synchro files(s). In addition to verifying physical characteristics of each intersection, Muller will observe intersection and corridor traffic operations during each of the five time periods noted in Task 4.2. Muller staff will note operational issues such as over -capacity conditions, queuing problems, lane utilization, ped/bike activity, progression quality, link speeds etc. Muller will also utilize the "before" travel-time/delay data collected during Task 4.4 to identify existing problem locations and areas for improvement. Muller Engineering Company Page 2 of 6 October 29, 2008 Standard Professional Services Agreement- rev07/08