Loading...
IDOT Professional Services Agreement_Hwy 16_Twin ValleyTHE CITY OF DUBUQUE Masterpiece on the Mississippi Dubuque All-American City 2007 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Professional Services Agreement for Acquisition of ACTRA~TACTICS Software Iowa DOT Project NO. STP-A-946-0(1)--86-31 DATE: November 10, 2008 City Engineer Gus Psihoyos recommends City Council authorization to execute the Professional Services Agreement for acquisition of ACTRA/TACTICS Software to employ Traffic Systems Solution Co. to provide integration/engineering services in connection with the design and installation of ACTRA/TACTICS software improvements for the Primary Highway Improvement Project, Final Traffic Control Systems Improvements. After extensive research and on-site visits with other traffic management facilities, it was determined that the Siemen's (Eagle) brand ACTRA software provides the City with the best cost-effective solution for compatibility with its existing signal systems. (Note: TACTICS is the proposed software upgrade to ACTRA.) Thus, the Engineering Department sent a letter on January 21, 2008 to the Iowa DOT requesting concurrence on the City's sole use of ACTRA/TACTICS software for its transportation management system. On July 14, 2008, the Iowa DOT concurred with that recommendation. I concur with the recommendation and respectfully request Mayor and City Council approval. Michae C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer THE CITY OF DUBUQUE Masterpiece on the Mississippi Dubuque All-American City 2007 TO: Michael C. Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer SUBJECT: Professional Services Agreement for Acquisition of ACTRA/TACTICS Software Iowa DOT Project No. STP-A-946-0(1)--86-31 DATE: November 10, 2008 INTRODUCTION The enclosed resolution authorizes the City Manager to execute the Professional Services Agreement for Acquisition of ACTRA/TACTICS Software for the Primary Highway Improvement Project No. 2008-16-019, Final Traffic Control Systems Improvements. BACKGROUND On December 3, 2007 the City Council approved (Resolution 570-07) an agreement between the Iowa Department of Transportation (Iowa DOT) and the City to provide funding for the US 20 Capacity Improvements Project (Iowa DOT Project No. STP-A-946-0(1)--86-31). This project involves two phases: 1) traffic signal improvements on Locust Street at the US 20 and US 151/61 intersections; and 2) the integration of a computer-based transportation management system to monitor, control, and evaluate traffic conditions on US 20 and on all traffic corridors within the entire City (i.e., Final Traffic Control Systems Improvements Project). DISCUSSION The City of Dubuque has invested heavily into its current traffic signal system, including the recent completion of the Traffic Management Center (TMC) at City Hall. The City has upgraded nearly 35 signals in the last 5 years to Intelligent Transportation System (ITS) standards including pre-emption, battery backup, and new traffic control equipment. The traffic signal control software provides the common link to each individual signal system throughout the City as they are upgraded. After extensive research and on-site visits with other traffic management facilities, it was determined that the Siemen's (Eagle) brand ACTRA software provides the City with the best cost-effective solution for compatibility with its existing signal systems. (Note: TACTICS is the proposed software upgrade to ACTRA.) Thus, the Engineering Department sent a letter on January 21, 2008 to the Iowa DOT requesting concurrence on the City's sole use of ACTRA/TACTICS software for its transportation management system. On July 14, 2008, the Iowa DOT concurred with that recommendation. The enclosed Professional Services Agreement for Acquisition of ACTRA~TACTICS Software provides Traffic Systems Solution Co., a subsidiary of Brown Traffic Inc. of Davenport, Iowa, to provide the integration/engineering services of the ACTRA/TACTICS software improvements for the Final Traffic Control Systems Improvements Project. RECOMMENDATION I recommend that the City execute the Professional Services Agreement for Acquisition of ACTRA/TACTICS Software to employ Traffic Systems Solution Co. to~provide integration/engineering services in connection with the design and installation of ACTRA/TACTICS software improvements for the Primary Highway Improvement Project No. 2008-16-019, Final Traffic Control Systems Improvements. BUDGET IMPACT The funding for the Professional Services Agreement for Acquisition of ACTRA/TACTICS Software will be funded as follows: CIP Funding Source Amount 3001011 Signalization Program $ 95,750 3001852 ICAAP -City Hall & Locust Street Improvements 50,500 Total Funding _$1~ The first phase of this project included upgrading the fiber optics to a 4-inch conduit with additional access points at Fire Headquarters, Dubuque Law Enforcement Center, the Court House, and miscellaneous intersections along Central Avenue. These improvements will benefit the corridor when signals at Stn 7tn and 9t" Streets are reconstructed. This additional fiber capacity will also benefit the warehouse district when it is tied into the system. ACTION TO BE TAKEN I respectfully request City Council to authorize the City Manager to execute the Professional Services Agreement to employ Traffic Systems Solution Co. to provide integration/engineering services in connection with the design and installation of ACTRA/TACTICS software improvements for the Primary Highway Improvement Project No. 2008-16-019, Final Traffic Control Systems Improvements through the adoption of the enclosed resolution. Prepared by David Ness, PE cc: Roger Walton, PE -Iowa Department of Transportation Jenny Larson, Budget Director Chris Kohlmann, Information Services Manager David Ness, PE K:\PROJECTS\ICAAP -Locust Connector -Camera & Fiber Optic\Council & Staff Documentation\Final Traffic Control Systems Improvement Project -Iowa DOT Professional Services Agreement Memo.doc RESOLUTION NO. 400-08 RESOLUTION APPROVING THE IOWA DEPARTMENT OF TRANSPORTATION PROFESSIONAL SERVICES AGREEMENT FOR ACQUISITION OF ACTRA/TACTICS SOFTWARE FOR THE PRIMARY HIGHWAY IMPROVEMENT PROJECT NO. 2008-16-019, FINAL TRAFFIC CONTROL SYSTEMS IMPROVEMENTS (STP-A-946-0(1)--86-31) Whereas, the Federal Highway Administration (FHWA) has made funds available for the Primary Highway Improvement Project No. 2008-16-019, Final Traffic Control Systems Improvements Project (STP-A-946-0(1)--86-31); and Whereas, City of Dubuque US 20 Capacity Improvements Project (Traffic Signal Control System and Locust Street at US 20 and US 151/61 Intersections) includes the integration of a computer-based transportation management system to monitor, control, change, and evaluate traffic conditions control; and Whereas, the Iowa Clean Air Attainment Program (ICAAP) Funds will be required to complete said traffic signal control system of the US 20 Capacity Improvements Project; and Whereas, Iowa DOT has concurred to employ Traffic Systems Solution Co. of Davenport, Iowa, to provide integration/engineering services in connection with the design and installation of ACTRA/TACTICS software improvements; and Whereas, the execution of the Professional Services Agreement for Acquisition of ACTRA/TACTICS Software indicates that the proposed work is acceptable for- FHWA authorization of Federal funds. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. That said Professional Services Agreement for Acquisition of ACTRAlTACTICS Software for Primary Highway Improvement Project No. 2008-16-019, Final Traffic Control Systems Improvements Project (STP-A-946-0(1)--86-31) between the City of Dubuque and the Iowa Department of Transportation be approved. Section 2. That the City Manager be authorized and directed to execute three copies of Professional Services Agreement for Acquisition of ACTRA/TACTICS Software for Primary Highway Improvement Project No. 2008-16-019, Final Traffic Control Systems Improvements Project (STP-A-946-0(1)--86-31) between the City of Dubuque and the Iowa Department of Transportation. Passed, approved and adopted this 17th day of November, 2008. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk Attachment D to I.M. 3.305 August 29, 2006 Iowa DOT Project No. STP-A-946-0(1)-86-31 Owner Project No. 300-1852 Professional Services Agreement for Acquisition of ACTRA/TACTICS software This is an AGREEMENT, made as of the day of by and BETWEEN the City of Dubuque, identified as the Owner ; City of Dubuque 50 West 13th Street Dubuque, IA 52001 Phone: 563-589-4270 Fax: 563-589-4205 In conjunction with; Iowa Department of Transportation Office of Design 800 Lincoln Way Ames, IA 50010 Phone: (515) 239-1571 Fax: (515) 239-1873 and the Consultant ; Traffic Systems Solutions Co. 736 Federal Street Suite 2301 Davenport, IA 52803 Phone: 563-323-4662 Fax: 563-323-8256 for the following Project: in the year ; The Owner desires to employ the Consultant to provide integration /engineering services in connection with the design and installation of ACTRA/TACTICS software improvements. The Consultant is willing to perform such engineering/integration in accordance with the terms hereinafter provided and warrants that it is in compliance with Iowa statutes relating to the licensure of professional engineers. Page 1 of 18 Attachment D to I.M. 3.305 August 29, 2006 TABLE OF CONTENTS Article Number And Description 1 Initial Information 1.1 Project Parameters 1.2 Financial Parameters 1.3 Project Team 1.4 Time Parameters 2 Scope Of Services And Other Special Terms And Conditions 2.1 Enumeration of Parts of the Agreement 3 Form of Compensation 3.1 Method of Reimbursement 3.2 Subconsultant 4 Terms And Conditions 4.1 Ownership of Engineering Documents 4.2 Revision of Plans 4.3 Extra Work 4.4 Progress Meetings 4.5 Additional Plans 4.6 Termination of Agreement 4.7 Extension of Time 4.8 Mediation 4.9 Arbitration 4.10 Responsibility for Claims and Liability 4.11 Non-Raiding Clause 4.12 General Compliance with Laws 4.13 Subletting, Assignment or Transfer 4.14 Forbidding Use of Outside Agents 4.15 Consultant's Endorsement on Plans 4.16 Compliance with Title 49, Code of Federal Regulations 4.17 Access to Records 4.18 Iowa DOT and Federal Highway Administration Participation 4.19 Severability 4.20 Choice of Law and Form Attachment A -Scope of Services Attachment B -Specifications -Deliverables Attachment C -Fees and Payments Attachment D -Certification Regarding Debarment, Suspension, and Other Responsibility Matters Attachment E -Certification of Consultant Attachment F -Certification of Owner Attachment G -Sample Invoice Form Page 2 of 18 Attachment D to I.M. 3.305 August 29, 2006 ARTICLE 1 INITIAL INFORMATION This Agreement is based on the following information and assumptions. 1.1 Project Parameters The objective or use is: Furnish, install and integrate ACTRA/TACTICS software as defined on Attachment A. 1.2 Financial Parameters 1.2.1 The financial parameters are; Amount of the Owner's budget for the Consultant's compensation is: $146,250.00 1.2.2 Amount of the Consultant's budget for the subconsultants' compensation is: None. 1.3 Project Team 1.3.1 The Owner's Designated Representative identified as the Contract Administrator is: Dave Ness The Contract Administrator is the authorized representative, acting as liaison officer for the Owner for purpose of coordinating and administering the work under the Agreement. The work under this Agreement shall at alt times be subject to the general supervision and direction of the Contract Administrator and shall be subject to the Contracf Administrator's approval. 1.3.2 The Consultant's Designated Representative is: Mike Grunewald, P.E. Registered State of Iowa Number 18435 1.3.3 The subconsultants retained at the Consultant's expense are: None 1.4 Time Parameters 1.4.1 Date to Proceed: Consultant is to begin work under this Agreement upon receipt of a written notice to proceed from the Owner. 1.4.2 Preliminary design plans including type/size/location for all City Traffic Network devices and electronic connections shall be completed and accepted on or before 90 calendar days after receiving the notice to proceed. 1.4.3 The Consultant shall not begin final design activities until after the Owner has been notified by the Iowa DOT that FHWA Environmental Concurrence has been obtained. Upon receipt of such notice, the Owner will provide the Consultant notice to proceed with final design activities. 1.4.4 Final design, contract plans and specifications and estimates shall be completed and accepted on or before 215 calendar days after receiving the notice to proceed with final design. ARTICLE 2 SCOPE OF SERVICES AND OTHER SPECIAL TERMS AND CONDITIONS 2.1 Enumeration of Parts of the Agreement. This Agreement, including its attachments, represents the entire and integrated agreement between the Owner and the Consultant and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement may be amended only by written instrument signed by the Owner, Consultant, Iowa DOT, and the FHWA (if applicable). This Agreement comprises the documents listed below. 2.1.1 The work to be performed by the Consultant under this Agreement shall encompass and include all detail work, services, materials, equipment and supplies necessary to implement a fully functional ATMS System as defined in the scope of services provided in Attachment A. Page 3 of 18 Attachment D to I.M. 3.305 August 29, 2006 2.1.2 All services herein required and provided shall be in conformity with the applicable Iowa DOT Standards, Design Guides and Specifications and Title 23, Code of Federal Regulations, Part 625, as outlined in Attachment B. In addition, applicable sections of the U.S. Department of Transportation Federal Aid Policy Guide (FAPG) shall be used as a guide in preparation of plans, specifications and estimates. 2.1.3 Other documents as follows .1 Fees and Payments -Attachment C .2 Certification Regarding Debarment, Suspension, and Other Responsibility Matters -Attachment D .3 Certification of Consultant -Attachment E .4 Certification of Owner -Attachment F .5 Sample Invoice Form -Attachment G ARTICLE 3 FORM OF COMPENSATION 3.1 Method of Reimbursement 3.1.1 For the Consultant's services as described under Article 2, compensation shall be computed in accordance with the Lump Sum compensation method, as defined in Attachment C. 3.2 Subconsultant 3.2.1 The Consultant shall require the subconsultants to notify them if they at any time determine that their costs will exceed their estimated actual costs. The Consultant shall not allow the subconsultants to exceed their estimated actual costs without prior written approval of the Contract Administrator. The prime Consultant is cautioned that cost under-runs associated with any subconsultants contract are not available for use by the prime Consultant unless the Contract Administrator has given prior written approval and the Iowa DOT and the FHWA (when applicable) concurs. There are no subconsultant authorized in this agreement. ARTICLE 4 TERMS AND CONDITIONS 4.1 Ownership of Engineering Documents 4.1.1 All sketches, tracings, plans, specifications, reports on special studies and other data prepared under this Agreement shall become the shared property of the Owner and Consultant and shall be delivered to the Contract Administrator upon completion of the plans or termination of the services of the Consultant. There shall be no restriction or limitation on their future use by the Owner for Owner designed and implemented projects, except any use on extensions of the project or on any other project without written verification or adaptation by the Consultant for the specific purpose intended will be the Owner's sole risk and without liability or legal exposure to the Consultant. 4.1.2 The Owner acknowledges the Consultant's plans and specifications, including all documents on electronic media, as instruments of professional service. Nevertheless, the plans and specifications prepared under this Agreement shall become the property of the Owner upon completion of the services and payment in full of all moneys due to the Consultant. 4.1.3 The Owner and the Consultant agree that any electronic files prepared by either party shall conform to the specifications listed in Attachment B. All electronic files, excluding network electronic files, will be submitted to the Owner by the Consultant on CD or other mutually agreed upon medium. Any change to these specifications by either the Owner or the Consultant is subject to review and acceptance by the other party. Additional efforts by the Consultant made necessary by a change to the CADD software specifications shall be compensated for as Additional Services. Network electronic files shall be prepared in Visio and shall be stored in both Word and PDF formats and shall be provided on CD or other mutually agreed upon medium. 4.1.4 The Owner is aware that significant differences may exist between the electronic files delivered and the respective construction documents due to addenda, change orders or other revisions. In the event of a Page 4 of 18 Attachment D to I.M. 3.305 August 29, 2006 conflict between the signed construction documents prepared by the Consultant and electronic files, the signed construction documents shall govern. 4.1.5 The Owner may reuse or make modifications to the plans and specifications, or electronic files while agreeing to take responsibility for any claims arising from any modification or unauthorized reuse of the plans and specifications. 4.2 Revision of Plans 4.2.1 Drafts of work products shall be submitted to the Contract Administrator by the Consultant for review and comment. The comments received from the Contract Administrator and the reviewing agencies shall be incorporated by the Consultant prior to submission of the final work product by the Consultant. Work products revised in accordance with review comments shall constitute "satisfactorily completed and accepted work". Requests for changes on work products by the Contract Administrator shall be in writing. In the event there are no comments from the Contract Administrator or reviewing agencies to be incorporated by the Consultant into the final work product, the Contract Administrator shall immediately notify the Consultant, in writing, that the work product shall constitute "satisfactorily completed and accepted work". 4.2.2 In the event that the work product prepared by the Consultant is found to be in error and revision or reworking of the work product is necessary, the Consultant agrees that it shall do such revisions without expense to the Owner, even though final payment may have been received. The Consultant must give immediate attention to these changes so there will be a minimum of delay during construction. The above and foregoing is not to be construed as a limitation of the Owner's right to seek recovery of damages for negligence on the part of the Consultant herein. 4.2.3 Should the Contract Administrator find it desirable to have previously satisfactorily completed and accepted work product or parts thereof revised, the Consultant shall make such revisions if requested and directed by the Contract Administrator in writing. This work will be paid for as provided in Article 4.3. 4.3 Extra Work 4.3.1 If the Consultant is of the opinion that any work it has been directed to perform is beyond the scope of this Agreement, and constitutes "Extra Work", it shall promptly notify the Contract Administrator in writing to that effect. In the event that the Contract Administrator determines that such work does constitute "Extra Work", the Owner will provide extra compensation to the Consultant upon the basis of actual costs plus a fixed fee amount, or at a negotiated lump sum. Unless written approval for "Extra Work" has been secured in advance from the Contract Administrator, and the Iowa DOT and the FHWA (when applicable) concurs, no claims will be allowed. However, the Owner shall have benefit of the service rendered. 4.4 Progress Meetings 4.4.1 From time to time as the work progresses, conferences will be held at mutually convenient locations at the request of the Contract Administrator to discuss details of the design and progress of the work. The Consultant shall prepare and present such information and studies as may be pertinent and necessary or as may be requested by the Contract Administrator, to enable the Contract Administrator to pass judgment on the features and progress of the work. 4.5 Additional Plans 4.5.1 At the request of the Contract Administrator, the Consultant shall furnish sufficient prints of plans or other data in such detail as may be required, for the purposes of review of details and for plan-in-hand and field check inspections. Page 5 of 18 Attachment D to I.M. 3.305 August 29, 2006 4.6 Termination of Agreement 4.6.1 In the event of the death of any member or partner of the Consultant's firm, the surviving members shall complete the work, unless otherwise mutually agreed upon by the Owner and the survivors. 4.6.2 The right is reserved by the Owner to terminate this Agreement at any time upon not less than thirty (30) days' written notice to the Consultant. 4.6.3 In the event the Agreement is terminated by the Ownerwithout fault on the part of the Consultant, the Consultant shall be paid for the reasonable and necessary work performed or services rendered and delivered up to the effective date or time of termination. The value of the work performed and services rendered and delivered, and the amount to be paid shall be mutually satisfactory to the Contract Administrator and to the Consultant. The Consultant shall be paid a portion of the fixed fee, plus actual costs. The portion of the fixed fee shall be based on the ratio of the actual costs incurred to the estimated actual costs contained in Attachment C. Actual costs to be reimbursed shall be determined by audit of such costs to the date established by the Contract Administrator in the termination notice, except that actual costs to be reimbursed shall not exceed the Estimated Actual costs, plus any authorized contingency. 4.6.4 In the event the Agreement is terminated by the Ownerfor fault on the part of the Consultant, the Consultant shall be paid only for work satisfactorily performed and delivered to the Contract Administrator up to the date established by the termination notice. After audit of the Consultant's actual costs to the date established by the Contract Administrator in the termination notice and after determination by the Contract Administrator of the amount of work satisfactorily performed, the Contract Administrator shall determine the amount to be paid to the Consultant. 4.6.5 The right is reserved by the Owner to suspend this Agreement at any time. The Contract Administrator may effect such suspension by giving the Consultant written notice, and it will be effective as of the date established in the suspension notice. Payment for the Consultant's services will be made by the Owner to the date of such suspension, in accordance with paragraph 4.6.3 above. 4.6.6 Should the Owner wish to reinstate the work after notice of suspension, such reinstatement may be accomplished by thirty (30) days' written notice within a period of one year after such suspension, unless this period is extended by written consent of the Consultant. 4.6.7 This Agreement will be considered completed when the construction of the project has progressed sufficiently to make it clear that the construction can be completed without further revisions in that work, or if the Consultant is released prior to such time by written notice from the Contract Administrator. 4.7 Extension of Time 4.7.1 The time for completion of each phase of this Agreement shall not be extended because of any delay attributed to the Consultant, but may be extended by the Contract Administrator in the event of a delay attributed to the Owner or the Contract Administrator, or because of unavoidable delays caused by an act of God, war, government actions, or similar causes beyond the reasonable control of the Consultant. 4.8 Mediation 4.8.1 In an effort to resolve any conflicts that arise during the design or construction of the project or following the completion of the project, the Owner and the Consultant agree that all disputes between them arising out of or relating to this Agreement shall be submitted to non-binding mediation unless the parties mutually agree otherwise. The Owner and the Consultant further agree to include a similar mediation provision in all agreements with independent contractors and Consultants retained for the project and to require all independent contractors and Consultants also to include a similar mediation provision in all agreements with subcontractors, subconsultants, suppliers or fabricators so retained, thereby providing for mediation as the primary method for dispute resolution between the parties to those agreements. Paae 6 of 18 Attachment D to I.M. 3.305 August 29, 2006 4.9 Arbitration 4.9.1 In the event the parties to this Agreement are unable to reach a settlement of any dispute arising out of the services under this Agreement in accordance with Paragraph 4.8, then such disputes shall be settled by binding arbitration by an arbitrator to be mutually agreed upon by the parties, and pursuant to the arbitration procedures set out in Iowa Code Chapter 679A. Any arbitration pursuant to this paragraph or mediation pursuant to Paragraph 4.8.1 shall occur in Dubuque County, Iowa. 4.10 Responsibility For Claims And Liability 4.10.1 The Consultant shall defend, indemnify and save harmless the Owner, the Iowa Department of Transportation, the State of Iowa, its agencies, agents, employees and assignees and the Federal Government from all claims and liabilities due to design error, omission or negligent act of the Consultant, its members, agents, stockholders, or employees in connection with performance of this Agreement. 4.11 Non-Raiding Clause 4.11.1 The Consultant shall not engage the services of any person or persons, then in the employment of the Owner, for work covered by this Agreement without the written consent of the employer of such person. 4.12 General Compliance With Laws 4.12.1 The Consultant shall comply with all Federal, State and Local laws and ordinances applicable to the work. 4.13 Subletting, Assignment Or Transfer 4.13.1 Subletting, assignment, or transfer of all or part of the interest of the Consultant in this Agreement is prohibited unless written consent is obtained from the Contract Administrator and the Iowa DOT and the FHWA (when applicable) concurs. 4.14 Forbidding Use of Outside Agents 4.14.1 The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any company or person, other than bona fide employees working solely for the Consultant, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the Owner shall have the right to annul the Agreement without liability, or in its discretion to deduct from the Agreement price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, or counterpart fee. 4.15 Consultant's Endorsement On Plans 4.15.1 The Consultant shall endorse the completed computations prepared under this Agreement, and shall affix thereto the seal of a licensed professional engineer or architect, licensed to practice in the State of Iowa, in accordance with the current Code of Iowa. 4.16 Compliance With Title 49, Code Of Federal Regulations 4.16.1 During the performance of this Agreement, the Consultant and its assignees and successors in interest agree as follows: 4.16.1.1 Compliance with Regulations 4.16.1.1.1 The Consultant will comply with the regulations of the U.S. Department of Transportation, relative to nondiscrimination in federally assisted programs of the U.S. Department of Transportation (Title 49, Page 7 of 18 Attachment D to I.M. 3.305 August 29, 2006 Code of Federal Regulations, Part 21, hereinafter referred to as the "Regulations"), which are herein incorporated by reference and made a part of this Agreement. 4.16.1.2 Nondiscrimination 4.16.1.2.1 The Consultant, with regard to the work performed by it, will not discriminate on the grounds of race, religion, age, physical disability, color, sex or national origin in the selection and retention of subconsultants, including procurement of materials and leases of equipment. The Consultant will not participate, either directly or indirectly, in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the Agreement covers a program set forth in the Regulations. 4.16.1.3 Solicitation for subconsultants, Including Procurement of Materials and Equipment 4.16.1.3.1 In all solicitations, either by competitive bidding or negotiation made by the Consultant for work to be performed under a subcontract, including procurement of materials or equipment, each potential subconsultant or supplier shall be notified by the Consultant of the Consultant's obligation under this contract and the regulations relative to nondiscrimination on the grounds of race, religion, age, physical disability, sex, or national origin. 4.16.1.4 Disadvantaged Business Enterprises 4.16.1.4.1 The Consultant or its subconsultants agree(s) to ensure that disadvantaged business enterprises (DBEs) as defined in 49 CFR Part 26 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this Agreement. In this regard the Consultant and all of its subconsultants shall take all necessary and reasonable steps in compliance with the Iowa DOT DBE Program to ensure disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. The Consultant and their subconsultants shall not discriminate on the basis of race, religion, age, physical disability, color, sex or national origin in the award and performance of U.S. DOT assisted contracts. If, as a condition of assistance, the Iowa DOT has submitted to the U.S. DOT, or the Consultant has submitted to the Iowa DOT, and the U.S. DOT or Department has approved a disadvantaged business enterprise affirmative action program which the Iowa DOT and/or Consultant agrees(s) to carry out, this program(s) is incorporated into this Agreement by reference. This program shalt be treated as a legal obligation and failure to carry out its terms shall be treated as a violation of this financial assistance agreement. Upon notification to the Consultant of its failure to carry out the approved program, the Owner, the Iowa DOT, and/or the U.S. DOT shall impose sanctions, which may include termination of the Agreement or other measures that may affect the ability of the Consultant to obtain future U.S. DOT financial assistance. The Consultant or any of its subconsultants are hereby advised that failure to fully comply with the Iowa Department of Transportation's DBE Program shall constitute a breach of contract and may result in termination of this Agreement or agreement(s) by the Owner or such remedy as the Owner deems appropriate. Refer to Article 4.6 of the Agreement. 4.16.1.5 Information and Reports 4.16.1.5.1 The Consultant will provide all information and reports required by the regulations, orders and instructions issued pursuant thereto, and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Owner, the Iowa DOT, or the FHWA, to be pertinent to ascertain compliance with regulations, orders and instructions. Where any information required of a Consultant is in the exclusive possession of another who fails or refuses to furnish this information, the Consultant shall so certify to the Owner, the Iowa DOT, or the FHWA, as appropriate, and shall set forth what efforts it has made to obtain information. 4.16.1.6 Sanctions for Noncompliance 4.16.1.6.1 In the event of the Consultant's noncompliance with the nondiscrimination provisions of this Agreement, the Owner shall impose such contract sanctions as it, the Iowa DOT, or the FHWA, may determine to be appropriate, including, but not limited to: Page 8 of 18 Attachment D to I.M. 3.305 August 29, 2006 ...1.6.1.1 Withholding of payments to the Consultant under the Agreement until the Consultant complies, and/or ...1.6.1.2 Cancellation, termination or suspension of the Agreement, in whole or in part. 4.16.1.7 Incorporation of Provisions 4.16.1.7.1 The Consultant will include the provisions of Article 4.16.1.1 through 4.16.1.6 of this Agreement in every sub agreement, including procurements of materials and lease of equipment, unless exempt by the regulations, orders or instructions issued pursuant thereto. The Consultant will take such action with respect to any sub agreement or procurement as the Owner, Iowa DOT, or FHWA may direct as a means of enforcing such provisions, including sanctions for noncompliance; provided, however, that in the event a Consultant becomes involved in, or is threatened with, litigation with a subconsultant or supplier as a result of such direction, the Consultant may request the Owner, the Iowa DOT, or the Untied States to enter into such litigation to protect the interests of the Owner ,the Iowa DOT, and the Unites States, respectively. 4.17 Access To Records 4.17.1 The Consultant is to maintain all books, documents, papers, accounting records and other evidence pertaining to this Agreement and to make such materials available at their respective offices at all reasonable times during the agreement period, and for three years from the date of final payment under the Agreement, for inspection and audit by the Owner, Iowa DOT, FHWA, or any authorized representatives of the Federal Government; and copies thereof shall be furnished, if requested. 4.18 Iowa DOT and Federal Highway Administration Participation 4.18.1 The work under this Agreement shall be contingent upon and subject to the approval of the Iowa DOT and the Federal Highway Administration (if applicable). The Iowa DOT and the Federal Highway Administration shall have the right to participate in the conferences between the Consultant and the Owner and to participate in the review or examination of the work in progress. 4.19 Severability If any section, provision or part of this Agreement shall be adjudged invalid or unconstitutional, such adjudication shall not affect the validity of the Agreement as a whole or any section, provision, or part thereof not adjudged invalid or unconstitutional. 4.20 Choice of Law and Form The laws of the State of Iowa shall govern and determine all matters arising out of or in connection with this agreement without regard to the choice of law provisions of Iowa law. In the event any proceeding of aquasi-judicial or judicial nature is commenced in connection with this agreement, the exclusive jurisdiction for the proceeding shall be brought in the Dubuque County District Court for the State of Iowa, Dubuque Iowa. This provision shall not be construed as waiving any immunity to suit or liability including without limitation sovereign immunity in State or Federal court, which may be available to the Owner. Page 9 of 18 Attachment D to I.M. 3.305 August 29, 2006 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their proper officials thereunto duly authorized as of the dates below indicated. Systems Solutions Company] RtsberX L. Budd P.E.'' 'Registered, State of Texas Number 41765 General Manager TSSC. [City of Dubuque] Michael C. Van Milligen City Manager Iowa Department of Transportation Accepted for FHWA Authorization* By: Roger Walton P.E. District Staff Engineer Cedar Rapids Office Date: 7'I o-r~,.,,~f-~- ~ Z a° g Date: , Date: , * The Iowa DOT is not a party to this agreement. However, by signing this agreement, the Iowa DOT is indicating the work proposed under this Agreement is acceptable for FHWA authorization of Federal funds. P~nc 1 n of 1 R Attachment D to I.M. 3.305 August 29, 2006 ATTACHMENT A Scope of Services The Consultant shall acquire one ACTRA/TACTICS Operating System Software Operating System from the manufacturer or their duly authorized representative. This software shall be installed on a Consultant furnished rack mounted server to be installed in the existing City computer rack assembly complete with all cabling interface to include but not limited to monitor/mouse cabling to existing City owned KVM computer switch and networking linking to the City existing traffic network. The computer server and laptop computer with external video port, XPS 1730 Dell Series or approved equal, shall be programmed and made fully operational for use by City. The laptop computer shall be installed in the existing City TOC and be connected to Consultant furnished 52" computer monitor, Samsung LN52A850 - 1080p compliant LCD HT compatible with moveable wall mount. Mounting of the monitor will be the responsibility of the City working with the Consultant for integration of the monitor into the City Traffic Network. The Consultant shall work with the City in extending the existing Traffic Network and port/IP assignments on the existing City Switch, Cisco 3750G Series Model. The ACTRA/TACTICS shall be provided with one server and three workstation licenses. The Consultant shall convert the existing MARC-NX database to the ACTRA/TACTICS ATMS System and establish operations with all existing intersections defined within the existing MARC-NX System. The Consultant shall train the City staff on the development of all area maps, local intersection map programming, selection of detector data monitoring and the installation of DataMiner Software for data analysis and retrieval. The Consultant shall furnish and install DataMiner Software. The Consultant shall install the City furnished ESRI Shape file for the use as a City Dynamic Intersection operational map. All existing intersections electronically connected to the MARC-NX shall be converted to on-line control on the ACTRA in addition to controllers capable of operating Ethernet IP addressing and connected by the Traffic Network. The Consultant shall furnish and install one licensed copy of POCKETACTRA software on the existing City PDA device. The Consultant shall furnish and install one physical CDMA/GSM link from the ACTRA to the moveable CDMA/GSM device for uploading and downloading intersection or master database, or when left on site, normal operation of the device or master under ACTRA control. One SMS transmitter device and one GSM transceiver device shall be provided. City shall provide Internet accessibility. Any/all monthly recurring costs for CDMA/GSM service shall be billed on a quarterly basis external to this contract. The Consultant shall furnish and install on City furnished Linux based platform, SQL based server software, one each SNAP 50 Device operating software program, upgradeable to Unlimited Devices, for monitoring SenSys System detector devices when field installed AP units are installed and connected via the field Ethernet Traffic Network. The Consultant is responsible for the SNAP Server Software and the installation only on the existing Linux based computer. All Linux software modifications required shall be provided by the City. The Consultant shall provide comprehensive training on the parameters and operation of the ACTRA that are unique and additions to the MARC-NX operating system. Training shall be a minimum of two (2) days of formal training class and a minimum of five (5) days working with Consultant staff on the building, programming, operating and generating reports with the ACTRA System. Page 11 of 18 Attachment D to I.M. 3.305 August 29, 2006 ATTACHMENT B Specifications Deliverables: ACTRA/TACTICS ATMS System Software File Server, Laptop, 52" Monitor, SNAP Server Software CDMA/GSM, Ethernet Linking, and miscellaneous cabling Pocket ACTRA License Technical Services -Setup, Integration and Training Page 12 of 18 Attachment D to I.M. 3.305 August 29, 2006 ATTACHMENT C Fees and Payments -Lump Sum 3.1.1 FEES AND PAYMENTS 3.1.1.1 Fees. For full and complete compensation for all work, materials, and services furnished under the terms of this Agreement, the Consultant shall be paid fees on a lump sum basis and payment of this amount shall be considered as full and complete compensation for all work, materials and services furnished under the terms of this Agreement. The lump sum amount shall be $ 146,250.00. The estimated staff hours and fees are shown in this attachment. The lump sum amount will not be changed unless there is a substantial change in the magnitude, scope, character, or complexity of the services from those covered in this Agreement. Any change in the lump sum amount will be by Supplemental Agreement. LUMP SUM LINE ITEMS ACTRA/TACTICS ATMS System Software $95,000.00 File Server, Laptop, 52" Monitor, SNAP Server Software $20,150.00 CDMA/GSM, Ethernet Linking, and miscellaneous cabling $ 5,100.00 Pocket ACTRA License $ 1,000.00 Technical Services -Setup, Integration and Training $25,000.00 3.1.1.2 Reimbursable Costs. Reimbursement of costs is limited to those that are allowable under the provisions of Title 48, Subchapter E, Section 31.105 and Subpart 31.2 of the current Federal Acquisition Regulation. 3.1.1.3 Premium Overtime Pay. Not applicable. 3.1.1.4 Payments. Monthly payments for work completed shall be based on the work completed for each line item and a percentage of work completed substantiated by monthly progress reports for Technical Services. The Contract Administrator will check such progress reports and payment will be made for the proportional amount of the lump sum fee. Upon completion, delivery, and acceptance of all work contemplated under this Agreement, the Consultant shall submit one complete invoice statement for the balance of each line item comprising the lump sum fee. Payment of 100% of the total cost claimed and verified by ContractAdministrator will be made upon receipt and review of such claim. The Consultant agrees to reimburse the Owner for possible overpayment determined by final audit. Page 13 of 18 Attachment D to I.M. 3.305 August 29, 2006 ATTACHMENT D Certification Regarding Debarment, Suspension, and other Responsibility Matters -Primary Covered Transactions Instructions for Certification By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such person from participation in this transaction. 2. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. 3. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person" "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the definitions and coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of those regulations. 5. The prospective primary participant agrees by submitting this proposal that should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 6. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Page 14 of 18 Attachment D to I.M. 3.305 August 29, 2006 Certification Regarding Debarment, Suspension, and other Responsibility Matters -Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within athree-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State Antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within athree-year period preceding this application /proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. State of Iowa Scott County I Robert L Budd Jr., General Manager of the Traffic Systems Solutions Company, under penalty of perjury under the laws of the United States and the State of Iowa, do hereby certify that the above statements are true and correct. o (signature) Subscribed and sworn to this day of ~ ' ~/t't ~~ `4 ~ - ! .~Gf ,~a~at s , OIrEt`I~~t'~ P,tl. COOKSEY ~., T i (yt)n,muSSi0s11~o.140824 z ~~`= a ~ ;;s y+n ,~issio Expires ~ rIClV~'4 ..~ / ~, Page 15 of 18 Attachment D to I.M. 3.305 August 29, 2006 ATTACHMENT E Certification of Consultant I hereby certify that I, Robert L Budd Jr. am the General Manager and duly authorized representative of the firm of Traffic Systems Solutions Company, whose address is 736 Federal Street, Suite 2301, Davenport, Iowa 52803, and that neither I nor the above firm here represented has: (a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above Consultant) to solicit or secure this contract, (b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out the contract, or (c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above Consultant) any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the contract; except as here expressly stated (if any): I acknowledge that this certificate is to be furnished to the Iowa Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this contract involving participation of Federal-aid highway funds, and is subject to applicable, State and Federal laws, both criminal and civil. (signature) Made this ~_ day of ~leT-~r~ 2ao$ Paae 16 of 18 Attachment D to I.M. 3.305 August 29, 2006 ATTACHMENT F Certification of Owner I hereby certify that I, Michael C. Van Milligen, am the City Manager and the duly authorized representative of the Owner, and that the above consulting firm or its representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this contract to: (a) Employ or retain, or agree to employ or retain, any firm or person, or (b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind; except as here expressly stated (if any): I acknowledge that this certificate is to be furnished the Iowa DOT and the Federal Highway Administration, U.S. Department of Transportation, in connection with this contract involving participation of Federal-aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. Michael Van Milligen(signature) '~ Made this ~+ day of Page 17 of 18 Attachment D to I.M. 3.305 August 29, 2006 ATTACHMENT G Page 1 Traffic Systems Solutions Company 736 Federal Street Suite 2301 Davenport, Iowa 52803 Lump Sum Invoice Date Invoice No. Invoice Period Covered Consultant Job No. Owner Project No. County Owner Project Description Client Contract No. 300-1852 Dubuque ACTRA/TACTICS Software Total Lump Sum Amount ACTRA/TACTICS ATMS Software File Server, Laptop, Monitor, SNAP CDMA/GSM Eth. Link & Misc. Pocket ACTRA License Technical Services Total Invoice Lump Sum -Invoiced Amount Lump Sum Item $95,000.00 $20,150.00 $ 5,100.00 $ 1, 000.00 $25, 000.00 Invoiced Amount $146,250.00 Note: When submitting a final invoice on a lump sum project, the final cumulative job cost report should be submitted with the final invoice. Page 18 of 18