Loading...
Smart Traffic Routing with Efficient and Effective Traffic Systems (STREETS) Professional Consultant Services Contract Copyrighted June 6, 2022 City of Dubuque Consent Items # 015. City Council Meeting ITEM TITLE: Smart Traffic Routing with Efficient and Effective Traffic Systems (STREETS) Professional Consultant Services Contract SUMMARY: City Manager recommending City Council approve a resolution authorizing the City Manager to execute the Professional Consultant Services Contract with Parsons Transportation Group, Inc. of Schaumburg, IL to design and implement the Smart Traffic Routing with Efficient and Effective Traffic System (STREETS). RESOLUTION Approving Professional Services Consultant Contract with Parsons Transportation Group, Inc. to design and implement the Smart Traffic Routing with Efficient and Effective Traffic System (STREETS) SUGGESTED Suggested Disposition: Receive and File;Adopt Resolution(s) DISPOSITION: ATTACHMENTS: Description Type Smart Traffic Routing with Efficient and Effective Traffic Systems (STREETS) Professional Consultant City Manager Memo Services Contract-MVM Memo Staff Memo Staff Memo Resolution Resolutions Agreement Supporting Documentation Dubuque THE CITY OF Marin;fly DUB E , IIII. 3 Masterpiece on the Mississippi 2017*20 9 YP pp z0i�*�oi� TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Approve Professional Consultant Services Contract Smart Traffic Routing with Efficient & Effective Traffic System (STREETS) DATE: June 2, 2022 Civil Engineer II Dave Ness is recommending City Council approve a resolution authorizing the City Manager to execute the Professional Consultant Services Contract with Parsons Transportation Group, Inc. of Schaumburg, IL to design and implement the Smart Traffic Routing with Efficient and Effective Traffic System (STREETS). I concur with the recommendation and respectfully request Mayor and City Council approval. Mi2ith l C. Van Milligen MCVM:sv Attachment cc: Crenna Brumwell, City Attorney Cori Burbach, Assistant City Manager Gus Psihoyos, City Engineer Dave Ness, Civil Engineer II Dubuque THE CITY OF blend AII•Amarica City DUB E I lir Masterpiece on the Mississippi 2017*2019 TO: Michael C. Van Milligen, City Manager Gus Psihoyos, City Engineer FROM: Dave Ness, Civil Engineer II SUBJECT: Approve Professional Consultant Services Contract Smart Traffic Routing with Efficient & Effective Traffic System (STREETS) DATE: June 1 , 2022 INTRODUCTION The purpose of this memorandum is to request Mayor and City Council concurrence and approval of the Professional Consultant Services Contract with Parsons Transportation Group, Inc. of Schaumburg, IL, to design and implement the Smart Traffic Routing with Efficient and Effective Traffic System (STREETS). BACKGROUND The goal of the STREETS project is to develop a smart, next generation, traffic management and control system. The STREETS project will use advanced traffic control strategies to enable dynamic traffic routing to maximize the use of existing roadway capacities in the Dubuque metropolitan area. The initial deployment of STREETS covers 42 signalized intersections within the City of Dubuque. The STREETS project seeks to employ Active Transportation and Demand Management (ATDM) strategies which will require a suite of modeling tools and methods that will enable the City of Dubuque to evaluate the potential benefits of implementing ATDM strategies in a dynamic and proactive fashion using both real-time and historic data. The benefits from implementation of STREETS include, but are not limited to: • Reduced wear and tear on major corridors • Reduced congestion • Improved travel times • Improved safety • Reduced emissions • Enhanced system monitoring capabilities CONSULTANT SELECTION COMMITTEE The RFP committee will consist of the following individuals • Aleksandar Stevanovic, Retime LLC • Tim Simodynes, ITS Engineer, Iowa DOT • Sam Shea, Transportation Planner, Iowa DOT • Phil Mescher, Transportation Planner, Iowa DOT • Chandra Ravada, Director of Trans., Planning and Transit Services - ECIA • Robert Schiesl, Assistant City Engineer • Dave Ness, Civil Engineer II • Duane Richter, Traffic Engineer The City of Dubuque received concurrence from the Iowa Department of Transportation (IADOT) staff on the consult selection committees recommendation. CONSULTANT SELECTION PROCESS Because the Professional Consultant Services contract to complete the preliminary engineering design phase will use federal funding, the RFP and consultant selection process was performed in accordance with the Iowa Department of Transportation (Iowa DOT) consultant selection process. On December 8, 2020, the City issued a Request For Proposal from qualified vendors to assemble a team to develop and implement the goals and objectives of the STREETS project. The consultant selection and ranking were based upon the overall strength of information provided in the Consultant's response proposal submitted, the Consultant's presentation and interviews, and the Consultant's demonstrated competence, experience, and qualifications. On February 15, 2021, the City of Dubuque received six proposals and are as follows (in alphabetical order): • DMI • ETALYC INC • KLD • MOBI • PARSONS • SIEMENS The Consultant Selection Committee (CSC) met multiple times during the first week of March 2021 to evaluate the proposal on their ability to address the evaluation criteria. On March 15, 2021 the CSC sent out a list of follow-up questions to all the RFP responders for final clarification. Due to the complexity in nature, and the limited number of proposals, the CSC decided to have all submitting vendors present to the CSC team via virtual interviews. These interviews took place the week of March 8, 2021. The CSC evaluation team then met multiple times throughout the week of March 22, 2021 to select the best candidate based on the RFP submittals and presentations. The committee carefully deliberate each vendors strengths and weaknesses. Although each of the vendors had unique qualifications, the CSC selected Parsons as the best qualified vendor. The selection ranking was based upon the overall strength of information provided in the vendors response proposal submitted, the vendors presentation and interviews, and the vendors demonstrated competence, experience and qualifications. • No. 1 Parsons • No. 2 - KLD • No. 3 — SIEMENS • No. 4 — ETALYC, INC • No. 5 — MOBI • No. 6 — DMI On April 29, 2021 , the Mayor and City Council concurred with the Consultant Selection Committee's recommendation in the selection of PARSONS out of Schaumberg, IL as the first-ranked vendor and authorized the City Engineer to initiate contract negotiations to assemble a team to develop and implement the goals and objectives of the STREETS project. DISCUSSION The Request for Proposals (RFP) process will allow the City to retain a consultant to develop and deploy a Smart Traffic Routing with Efficient & Effective Traffic System (STREETS) that will use traffic control strategies to enable dynamic traffic routing to maximize the use of existing roadway capacities in the Dubuque metro area. The initial deployment of STREETS covers 42 intersections which includes integration of the STREETS software, servers, camera analytics and traffic signal enhancements within the City of Dubuque. STREETS should be scalable to allow full buildout of the city as future phases are added. It is anticipated that the timeframe for the project will be approximately 30 months following the signing of a professional services agreement. PARSONS has already designed and successfully deployed a Decision Support System that utilizes real-time modeling to drive signal system timing and intelligent transportation systems device responses. This will be one of the key components needed to complete STREETS. Parsons also already has a line of software products developed (INET) that will communicate with Dubuque's existing traffic signal equipment. This existing system to be the base product from which Parsons will continue to improve and add features to in order to create Dubuque's STREETS system. PROJECT TEAM To address and take on the unique challenges and specialized needs of developing STREETS, Parsons assembled an in-depth, multidisciplinary project team with the capability, talent, qualifications, and experience to successfully complete the goals and objectives of STREETS. The Parsons project team includes the following sub-consultant(s): Parsons - Lead Consultant • Origin Design. • TranSmart — Video Analytics • Aimsun — Planning Simulation and Prediction • Paulson Electric Company A sub-consultant on the Parsons team is Origin Design with local offices in the Dubuque area. DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS Parsons has committed to achieving the 5.0% Disadvantaged Business Enterprise (DBE) goal for the Project as established in Title 49, Code of Federal Regulations (CFR), part 26. The project team DBE firm and the estimated percent of involvement are as follows: • TranSmart / EJM Corporation (5.0% of project cost) PROJECT SCHEDULE The proposed schedule to complete the STREET project is as follows: • Project Start July 1, 2022 • Traffic Model Development Start August 1, 2022 • Base System Start August 19, 2022 • INET Custom Builds Start December 16, 2022 • Base System Complete February 3, 2023 • INET Custom Builds Complete November 16, 2023 • Final System Testing Complete January 25, 2024 • Project Completion January 26, 2024 RECOMMENDATION Based upon the developed consultant scope of work and the negotiated fee for services, I recommend the Mayor and City Council concur and approve the Professional Consultant Services Contract with Parsons Transportation Group, Inc. of Schaumburg, IL, to design and implement the Smart Traffic Routing with Efficient and Effective Traffic System (STREETS). BUDGET IMPACT The estimated professional services fee to complete STREET Project: Description Estimate Consultant's Compensation Budget $ 2,754,320 Sub-consultant's Budgets 938,221 City / DMATS / Consultant Services 380,000 Estimated Project Cost $ 3,692,541 The project funding is summarized below: Funding Source Amount FHWA AID Grant $ 998,000 Iowa Clean Air Attainment (ICAAP) SWAP Funds 818,250 State Funds 300,000 DMATS STBG SWAP Funds 900,000 Traffic Safety Improvement Program (TSIP) 100,000 City Funds 576,291 Total Project Funding $ 3,692,541 ACTION TO BE TAKEN I respectfully request Mayor and City Council approval of the attached resolution authorizing the City Manager to execute the Professional Consultant Services Contract with Parsons Transportation Group, Inc. of Schaumburg, IL to design and implement the Smart Traffic Routing with Efficient and Effective Traffic System (STREETS). cc: Jenny Larson, Director of Finance and Budget Robert Schiesl, Assistant City Engineer Tony Breitbach, Purchasing Coordinator Chandra Ravada, Director of Trans, Planning and Transit Services — ECIA Aleksandar Stevanovic, Retime LLC Debra Arp, Iowa DOT eng/projects/streets/rfp submittal 2021/contract consultant approval/streets parsons contract Prepared by David Ness City of Dubuque Engineering 50 W. 13th St.Dubuque, IA 52001 (563)589-4270 Return to Adrienne N.Breitfelder City Clerk City of Dubuque,50 W. 13`"St.Dubuque, IA 52001 (563)589-4100 RESOLUTION NO. 214 - 22 RESOLUTION APPROVING PROFESSIONAL SERVICES CONSULTANT CONTRACT WITH PARSONS TRANSPORTATION GROUP, INC. TO DESIGN AND IMPLEMENT THE SMART TRAFFIC ROUTING WITH EFFICIENT AND EFFECTIVE TRAFFIC SYSTEM (STREETS) WHEREAS, the City Council listed the STREETS project in its 2021 Goals and Priorities; and WHEREAS, in accordance with the Iowa Department of Transportation consultant selection process, the City solicitated competitive proposals from qualified consulting engineering firms to determine interest and capabilities for Professional Consultant Services for design and implementation; and WHEREAS, the Mayor and City Council concurred with the Consultant Selection Committee's recommendation in the selection of Parsons Transportation Group, Inc. of Schaumburg, Illinois, as the first-ranked Consultant and authorized the City Engineer to initiate contract negotiations for Professional Consultant Services to design and implement the Smart Traffic Routing with Efficient and Effective Traffic System (STREETS); and WHEREAS, the City in collaboration with Parsons Transportation Group Inc., developed a consultant scope of work and a negotiated fee for services in the amount of $3,692,541 to design and implement the Smart Traffic Routing with Efficient and Effective Traffic System (STREETS) project. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA, THAT: SECTION 1. That said Professional Services Consultant Contract with Parsons Transportation Group, Inc. to design and implement the Smart Traffic Routing with Efficient and Effective Traffic System (STREETS) project is hereby approved. SECTION 2. The City Manager is authorized and directed to execute the Professional Services Consultant Contract with Parsons Transportation Group, Inc. Passed, approved, and adopted this 6th day of June 2022. Attest: Davi,Lc e,u_321) ( fi,_)...7".,..:4 . Resnick, Mayor Pro Tern --'. 2f -' Trish L. Gleason, Assistant City Clerk Owner Project No. 3002763 Iowa DOT Project No. EDP-2100(699)-7Y-31 Standard Consultant Contract For Local Public Agency Consultant Contracts with Federal-aid Participation This AGREEMENT, made as of the date of the last party's signature below, is by and BETWEEN The City of Dubuque, the Owner, located at: 50 W 13th St Dubuque, IA 52001 Phone: 563.589.4270 FAX: 563.589.4252 And Parsons Transportation Group, Inc, the Consultant, located at: 650 Algonquin Road, Suite 400 Schaumburg, IL 60175 Phone: 847.925.0120 FAX: 847.925.0140 For the following Project: Smart Traffic Routing with Efficient and Effective Traffic Signals (STREETS) The Owner has decided to proceed with the Project, subject to the concurrence and approval of the Iowa Department of Transportation (Iowa DOT), and the Federal Highway Administration (FHWA), U.S. Department of Transportation (when applicable). The Owner desires to employ the Consultant to provide consulting engineering, software design, ATMS system deployment, and support services to assist with the development and completion of the Project. The Consultant is willing to perform these services in accordance with the terms of this Agreement. 1 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 1.5 Minimum Qualification Standards 2 Entire Agreement, Required Guidance and Applicable Law 2.1 Entire Agreement of the Parties 2.2 Required Guidance 2.3 Applicable Law 3 Form of Compensation 3.1 Method of Reimbursement for the Consultant 3.2 Subconsultant's Responsibilities for Reimbursement 4 Terms and Conditions 4.1 Ownership of Engineering Documents 4.2 Subconsultant Contract Provisions and Flow Down 4.3 Consultant's Endorsement on Plans 4.4 Progress Meetings 4.5 Additional Documents 4.6 Revision of Work Product 4.7 Extra Work 4.8 Extension of Time 4.9 Responsibility for Claims and Liability 4.10 Current and Former Agency Employees (Conflicts of Interest) 4.11 Suspension of Work 4.12 Termination of Agreement 4.13 Right to Set-off 4.14 Assignment or Transfer 4.15 Access to Records 4.16 Iowa DOT and FHWA Participation 4.17 Nondiscrimination Requirements 4.18 Compliance with Title 49, Code of Federal Regulations, Part 26 4.19 Severability Attachment A- Scope of Services Attachment B—Specifications/System Requirements Attachment C— Fees and Payments Attachment C1—Cost Analysis Worksheet 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 Attachment H — Project Schedule Attachment I-1- Subconsultants Scope, Aimsun Attachment 1-2—Subconsultant Scope, TranSmart Attachment 1-3—Subconsultant Scope, Origin Design Attachment J —Licensing Agreement Attachment K Consultant Cost Proposal Details Attachment L— Insurance Schedule J 2 ARTICLE 1 INITIAL INFORMATION This Agreement is based on the following information and assumptions. 1.1 Project Parameters The objective or use is, to develop a smart, next-generation, traffic management and control system, Smart Traffic Routing with Efficient and Effective Traffic Signals (STREETS). This system will use traffic control strategies to enable dynamic traffic routing on ten corridors (including 44 signalized intersection) to maximize the use of existing roadway capacities in the Dubuque metro area. The project includes creating a Dynamic Traffic Control System (DTCS), Installation of Equipment at intersections and connecting to DTCS Intersections, connecting DTCS to Microsimulation model, updating public with information from DTCS and testing the system. The objective is to reduce delay on 10 corridors within the metro area and help to improve traffic flow through the metro area during peak hour. 1.2 Financial Parameters 1.2.1 Amount of the Owner's budget for the Consultant's compensation is: $ 2,754,302 1.2.2 Amount of the Consultant's budget for the subconsultants' compensation is: $ 938,221 1.3 Project Team 1.3.1 The Owner's Designated Representative, identified as the Contract Administrator is: Dave Ness, Civil Engineer, City of Dubuque 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 all times be subject to the general supervision and direction of the Contract Administrator and shall be subject to the Contract Administrator's approval. 1.3.2 The Consultant's Designated Representative is: Joseph Brahm, Parsons 1.3.3 The subconsultants retained at the Consultant's expense are identified in the following table: Subconsultant Amount Maximum Amount Payable Method of Payment Authorized Aimsun $708,194 $708,194 LS Origin Design $60,027 $60,027 CPFF TranSmart $170,000 $170,000 CPFF 1.4 Time Parameters 1.4.1 The Consultant shall begin work under this Agreement upon receipt of a written notice to proceed from the Owner. 1.4.2 The Consultant shall endeavor to complete the work in accordance with the attached project schedule. The Consultant will work closely with the Owner to meet the following Milestone goals. for completion of the work under this Agreement as follows: 1. Base System, as defined in the Scope of Work, complete and in production within 10 months of the start of the Project. 3 2. A Full central system including the real time modeling will be provided within 20 months of the start of the Project. Delays related to NEPA clearance for the DMS will not delay the delivery of the central system functionality. 3. All work under this agreement shall be completed within 30 months of the Project start date unless extended by written approval of the Contract Administrator or adjusted by supplemental agreement. The Owner may adjust the schedule and Milestones in coordination with the Consultant to meet Owner needs and Priorities 1.4.3 The Consultant shall not begin the deployment and construction of the Dynamic Message Signs activities until after the Owner has been notified by the Iowa DOT that FHWA Environmental Concurrence has been obtained for that work. Upon receipt of such notice, the Owner will provide the Consultant notice to proceed with final deployment activities. 1.5 Performance of Services 1.5.1 Notwithstanding anything to the contrary in the contract documents, all services within this Agreement shall be performed with the skill and care customarily exercised by professionals in the same industry as Consultant performing the same services of a similar complexity at the same general time and location. All materials (including but not limited to off the shelf software, software as a service, and hardware) provided under this Agreement shall be supplied in a reasonable and diligent manner and comply with all Applicable Laws, the requirements and specifications of this Agreement, and industry best practices. 1.5.2 Upon completion of the selection of the Dynamic Message Signs (DMS) locations, DMS design specifications and installation details, in accordance with the Scope of Work, The Consultant will consult with the Owner to identify an electrical contractor and contract for the installation of the DMS. Costs for installation of the DMS will be considered Extra Work under this agreement. ARTICLE 2 ENTIRE AGREEMENT, REQUIRED GUIDANCE,AND APPLICABLE LAW 2.1 Entire Agreement of the Parties. 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 both Owner and Consultant. This Agreement comprises the documents listed as attachments in the Table of Contents. 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 prepare and deliver the scope of services provided in Attachment A. 2.2 Required Guidance. All services shall be in conformity with the Specifications outlined in Attachment B, the Iowa Department of Transportation Federal-aid Project Development Guide, Instructional Memorandums to Local Public Agencies (I.M.$), and other standards, guides or policies referenced therein. 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. 2.3 Applicable Law. 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 a quasi-judicial or judicial nature is commenced in connection with this Agreement, the exclusive jurisdiction for the proceeding shall be brought in the Iowa District Court for Dubuque County 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 4 may be available to the Owner. The Consultant shall comply with all Federal, State and local laws and ordinances applicable to the work performed under this Agreement. ARTICLE 3 FORM OF COMPENSATION 3.1 Method of Reimbursement for the Consultant. 3.1.1 Compensation for the Consultant shall be computed in accordance with one of the following compensation methods, as defined in Attachment C: .1 [X] Cost Plus Fixed Fee-Attachment C .2 [ ] Lump Sum -Attachment C .3 [ ] Specific Rate of Compensation -Attachment C .4 [ ] Unit Price-Attachment C .5 [ ] Fixed Overhead Rate -Attachment C 3.1.2 When applicable, compensation for the subconsultant(s) shall be computed in accordance with one of the payment methods listed in section 3.1.1. Refer to section 1.3.3 for identification of the method of payment utilized in the subconsultant(s) contract. The compensation method utilized for each subconsultant shall be defined within the subconsultant contract to the Consultant. 3.2 Subconsultant's Responsibilities for Reimbursement. The Consultant shall require the subconsultants (if applicable)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 subconsultant's contract are not available for use by the prime Consultant or other subconsultant unless the Contract Administrator, Iowa DOT, and FHWA (when applicable) have given prior written approval. 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 originally prepared by Consultant under this Agreement shall become the property of the Owner 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, 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. Notwithstanding the foregoing, to the extent Consultant utilizes to create or incorporate into the Works for Hire any intellectual property owned or developed by Consultant developed prior to execution of this Agreement, right, title and ownership of such pre-existing intellectual property shall remain with the Consultant and Consultant shall grant to Owner a limited, royalty-free, worldwide, irrevocable license to use such intellectual property for the purpose of the Project. 4.1.2 Any change to Attachment B 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. 4.1.3 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 conflict between the signed construction documents prepared by the Consultant and electronic files, the signed construction documents shall govern. 5 4.1.4 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 Subconsultant Contract Provisions and Flow Down 4.2.1 All provisions of this Agreement between the Owner and Consultant shall also apply to all subconsultants hired by the Consultant to perform work pursuant to this Agreement. It is the Consultant's responsibility to ensure all contracts between Consultant and its subconsultants contain all provisions required of Consultant in this Agreement. The only recognized exception to this requirement is under provision 3.1.2 when the subconsultant has a different method of reimbursement than the Consultant. 4.2.2 The Consultant may not restrict communications between the Owner and any of the subconsultants. The Consultant will encourage open communication among the Owner, the Consultant and the subconsultants, provided that Consultant is copied on all written communications and immediately informed of all verbal communications relevant to or foreseeably affecting Consultant's obligations under this Agreement. 4.3 Consultant's Endorsement on Plans. The Consultant and its subconsultants shall, where required, endorse and certify the completed project deliverables prepared under this Agreement, and shall affix thereto the seal of a professional engineer or architect(as applicable), licensed to practice in the State of Iowa, in accordance with the current Code of Iowa and Iowa Administrative Code. 4.4 Progress Meetings. 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 Documents. At the request of the Contract Administrator, the Consultant shall furnish sufficient documents, or other data, in such detail as may be required for the purpose of review. 4.6 Revision, Repair or Replacement of Work Product 4.6.1 Work products, , shall be performed in accordance with the specifications listed in Attachment B subject to the performance standard set forth in Article 1.5.3 herein, and shall be reviewed by the Consultant for quality control and then 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." 4.6.2 In the event that such work product prepared by the Consultant is found to be in error and revision or reworking of the work product is necessary to conform to the performance standard set forth in Article 1.5.3 herein, subject to the Support Agreement incorporated herein as Attachment J, 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 to the project schedule. 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. 6 4.6.3 However, should the Contract Administrator find it desirable to have previously satisfactorily completed and accepted written, drawn, or graphically rendered work product or parts thereof revised, the Consultant shall make such revisions if requested and directed by the Contract Administrator in writing, and such work will be paid for as provided in Article 4.7. 4.6.4 The Consultants responsibility for repair, replacement or remediation of software deployed on site shall be in accordance with and subject to the terms of the Licensing Agreement incorporated herein as Attachment J, while software licensed as a service to Owner shall be in accordance with and subject to the SaaS Agreement incorporated herein as Attachment J. 4.6.5 Subject to the terms of applicable licensing agreements, the Consultant represents and warrants that: (a) all services and materials will be performed and provided in a professional and safe manner by duly qualified and experienced persons and in accordance with all Applicable Laws; (b)the materials are of merchantable quality, correspond with their sample description, will reasonably perform in accordance with the requirements of this Agreement, and are new, genuine and free of any encumbrance; (c)the provision of the materials and performance of the services hereunder, and receipt of such materials and services by the Owner will not infringe the intellectual property rights of any third party, and (d) it will comply with, and ensure that its employees, officers, agents, authorized representatives and subconsultants also comply with, the Owner's policies, including in respect to safety, sustainability, information technology, and security, as amended from time to time and made available to Consultant. 4.6.6 Remediation or reperformance of Support services provided by Consultant shall be in accordance with and subject to the terms and conditions of Attachment A. 4.6.7 In the event of the conflict or ambiguity of, or lack of reference to, terms between this Agreement and those of a licensing agreement incorporated herein, the terms of the applicable licensing agreement shall govern and control with respect only to the granting of the license and the use of the licensed product, and this Agreement shall govern and control in all other matters. 4.7 Extra Work. 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 Consultant shall promptly develop a scope and budget for the extra work and submit it to the Contract Administrator. 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. The Consultant shall not proceed with "Extra Work" without prior written approval from the Owner and concurrence from the Iowa DOT. Prior to receipt of a fully executed Supplemental Agreement and written Notice to Proceed, any cost incurred that exceeds individual task costs, or estimated actual cost, or the maximum amount payable is at the Consultant's risk. The Owner has the right, at its discretion, to disallow those costs. However, the Owner shall have benefit of the service rendered. 4.8 Extension of Time. 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 beyond the reasonable control of the Consultant. 4.9 Responsibility For Claims And Liability 4.9.1 The Consultant agrees to defend, indemnify and hold the Owner, the State of Iowa, the Iowa DOT, their agents, employees, representatives, assigns and successors harmless for any and all liabilities, costs, demands, losses, claims, damages, expenses, or attorneys'fees, including any stipulated damages or penalties, which may be suffered by the Owner as the result of, arising out of, or related to, the negligence, negligent errors or omissions, gross negligence, willfully wrongful misconduct, or breach of any covenant or warranty in this Agreement of or by 7 the Consultant or any of its employees, agents, directors, officers, subcontractors or subconsultants, in connection with this Agreement. 4.9.2 The Consultant shall obtain and keep in force insurance coverage as required by Attachment L (Insurance Schedule). . Proof of Consultant's insurance in accordance with Attachment M will be provided to the Owner at the time the contract is executed and upon each insurance coverage renewal. Failure to maintain insurance in accordance with Attachment L may be considered Breach. 4.10 Current and Former Agency Employees (Conflicts of Interest) The Consultant shall not engage the services of any current employee of the Owner or the Iowa DOT unless it obtains the approval of the Owner or the Iowa DOT, as applicable, and it does not create a conflict of interest under the provisions of Iowa Code section 68B.2A. The Consultant shall not engage the services of a former employee of the Owner or the Iowa DOT, as applicable, unless it conforms to the two-year ban outlined in Iowa Code section 68B.7. Similarly, the Consultant shall not engage the services of current or former FHWA employee without prior written consent of the FHWA, and the relationship meets the same requirements for State and local agency employees set forth in the above-referenced Iowa Code sections and the applicable Federal laws, regulations, and policies. 4.11 Suspension of Work under this Agreement 4.11.1 The right is reserved by the Owner to suspend the work being performed pursuant to this Agreement at any time. The Contract Administrator may affect 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 the applicable provisions in Article 4.12.2 or Article 4.12.3 below. 4.11.2 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. 4.11.3 In the event the Owner suspends the work being performed pursuant to this Agreement the Consultant with approval from the Contract Administrator, has the option, after 180 days to terminate the contract. 4.12 Termination of Agreement 4.12.1 The right is reserved by the Owner to terminate this Agreement at any time and for any reason upon not less than thirty (30)days written notice to the Consultant. 4.12.2 In the event the Agreement is terminated by the Owner without 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, as identified 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 Maximum Amount Payable. Consultant shall also be paid for reasonable termination costs, including those necessary due to cancellation of subconsultant agreements, equipment leases or restocking fees, but not loss of anticipated profits. Termination costs to be reimbursed shall be determined by audit of such costs to the date established by the Contract Administrator in the termination notice. 4.12.3 In the event the Agreement is terminated by the Owner for fault on the part of the Consultant, the Consultant shall be paid only for work satisfactorily performed and delivered to 8 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 reasonably determine the amount to be paid to the Consultant. 4.12.4 This Agreement will be considered completed upon the completion of the ATMS final acceptance and all the Tasks as identified in Attachment A 4.13 Right to Set-off. In the event that the Consultant owes the Owner any sum under the terms of this Contract, the Owner may set off the sum owed to the Owner against any sum owed by the Owner to the Consultant under any other contract or matter in the Owner's sole discretion, unless otherwise required by law. The Consultant agrees that this provision constitutes proper and timely notice of the Owner's intent to utilize any right of set-off. 4.14 Assignment or Transfer. The Consultant is prohibited from assigning or transferring all or a part of its interest in this Agreement, unless written consent is obtained from the Contract Administrator and concurrence is received from the Iowa DOT and FHWA, if applicable. 4.15 Access to Records. 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 closure of the Federal-aid project with FHWA, for inspection and audit by the Owner, the Iowa DOT, the FHWA, or any authorized representatives of the Federal Government; and copies thereof shall be furnished, if requested. 4.16 Iowa DOT and FHWA Participation. The work under this Agreement is contingent upon and subject to the approval of the Iowa DOT and FHWA, when applicable. The Iowa DOT and FHWA 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 as well as any final deliverable. 4.17 Nondiscrimination Requirements. 4.17.1 During the performance of this Agreement, the Consultant agrees to comply with the regulations of the U.S. Department of Transportation, contained in Title 49, Code of Federal Regulations, Part 21, and the Code of Iowa, Chapter 216. The Consultant will not discriminate on the grounds of age, race, creed, color, sex, sexual orientation, gender identity, national origin, religion, or disability in its employment practices, in the selection and retention of subconsultants, and in its procurement of materials and leases of equipment. 4.17.2 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 age, race, creed, color, sex, sexual orientation, gender identity, national origin, religion, or disability. 4.17.3 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 withholding of payments to the Consultant under the Agreement until the Consultant complies, or the Agreement is otherwise suspended or terminated. 4.17.4 The Consultant shall comply with the following provisions of Appendix A of the U.S. DOT Standard Assurances: During the performance of this contract, the Consultant, for itself, its assignees and successors in interest (hereinafter referred to as the "Consultant") agrees as follows: 9 1. Compliance with Regulations: The Consultant shall comply with the Regulations relative to non-discrimination in Federally assisted programs of the Department of Transportation (hereinafter, "DOT')Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Consultant, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the selection and retention of subconsultants, including procurement of materials and leases of equipment. The Consultant shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: 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 leases of equipment, each potential subconsultant or supplier shall be notified by the Consultant of the Consultants obligations under this contract and the Regulations relative to non- discrimination on the grounds of race, color, national origin, sex, age, or disability. 4. Information and Reports: The Consultant shall provide all information and reports required by the Regulations or directives issued pursuant there to, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Owner, the Iowa Department of Transportation or Federal Highway Administration to be pertinent to ascertain compliance with such 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 Department of Transportation or the Federal Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Consultants noncompliance with the nondiscrimination provisions of this contract, the Owner shall impose such contract sanctions as it, the Iowa Department of Transportation or the Federal Highway Administration may determine to be appropriate, including, but not limited to: a. withholding of payments to the Consultant under the contract until the Consultant complies, and/or b. cancellation, termination or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The Consultant shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Consultant shall take such action with respect to any subcontract or procurement as the Owner, the Iowa Department of Transportation or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for non-compliance: 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 or the Iowa Department of Transportation to enter into such litigation to protect the interests of the Owner or the Iowa Department of Transportation; and, in addition, the Consultant may request the United States to enter into such litigation to protect the interests of the United States. 4.18 Compliance with Title 49, Code of Federal Regulations, Part 26 4.18.1 The Consultant agrees 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 10 business enterprises have the maximum opportunity to compete for and perform contracts. 4.18.2 The Consultant shall pay its subconsultants for satisfactory performance of their work no later than 30 days from receipt of each payment it receives from the Owner for such work. If the Owner holds retainage from the Consultant, the Consultant may also withhold retainage from its subconsultant(s). If retainage is withheld from a subconsultant, full payment of such retainage shall be made within 30 days after the subconsultant's work is satisfactorily completed. 4.18.3 Upon notification to the Consultant of its failure to carry out the requirements of this Article, the Owner, the Iowa DOT, or the FHWA may 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 is hereby advised that failure to fully comply with the requirements of this Article shall constitute a breach of contract and may result in termination of this Agreement by the Owner or such remedy as the Owner, Iowa DOT or the FHWA deems appropriate, which may include, but is not limited to: 1. withholding monthly progress payments; 2. assessing sanctions; 3. liquidated damages; and/or 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. 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. PARSONS TRANSPORTATION GROUP, INC 06/01/2022 By: Date: Joseph Brahm, Vice President ATTEST: By: atan Date: 06/01/2022 CITY OF D UQUE By: ifro2ve (2e*_frt.4.-)2.. Date: 6-8-2022 Davi T. Resnick, Mayor Pro Tern ATTEST: By: QT7— Date: (a • e• IOWA DEPARTMENT OF TRANSPORTATION Accepted for FHWA Authorization* By: Date: Debra Arp, Grant Program Administration Team Lead *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. 11 ATTACHMENT A Scope of Services Introduction: This agreement provides for engineering services to design, deploy, integrate and support a STREETS solution for the City of Dubuque. This work will be accomplished according to the following tasks. Task 1: Project Management Task 2: Operations and Requirements Assessment—system engineering approach Task 3: Communications assessment Task 4: ITS Field infrastructure design and installation Task 5: Base system deployment Task 6: Model setup and system Integration Task 7: Interface definition and external interfaces Task 8: Custom software development Task 9: ATIS Mobile Web Task 10: User acceptance testing Task 11: Training and documentation Task 12: Support Task 1: Project Management Purpose: The Dubuque STREETS project involves interfaces, systems, and personnel/departments within the City of Dubuque, State of Iowa and private companies. The ability to maintain schedule will require a focused effort. In order to meet the requirement to provide a fully integrated solution we will need to work closely with the Owner in the management of the entire STREETS Installation. Optimizing the efficiency of the roll out we require coordination with all affected departments, and with multiple ITS/Arterial/Signal related projects within the City and partnering agencies. The objective of this task will be to provide project leadership that encompasses managing resources, tasks, project schedule, costs, and keeping the City of Dubuque involved and informed throughout the project lifecycle. Inputs: • Contract • Scope of Services • Parsons Proposal • Parsons Project Management-PM policies and procedures • City of Dubuque Project Management Team 12 Approach: • Conduct kickoff meetings with the Owner Team and discuss management approach including clarification of scope, expectations, and any project interrelationships • Review the City's ITS program and schedules • Update Project Schedule • Develop Detailed Project Management Plan • Provide monthly project status reports via meeting that include: o Status Summary o Issues/Risks updates o Progress Assessment o Activities Performed o Deliverables Completed o Updates to project schedule o Coordinate delivery of project deliverables Deliverables: • Project Management Plan • Project Status Reports and invoices • Specific Issues and Actions Report • Risk Assessment updates • Monthly Project Schedule • Project Work Plan updates Assumptions: • Bi-weekly status meetings via Teams • On-site staff will be available as needed to ensure smooth progress of the project • Project Status Reports • Specific Issues and Actions Report • Monthly Project Schedule • Project Work Plan updates Task 2: Operations and Requirements Assessment Purpose: In the most successful systems, traffic management operational needs drive system requirements. The system requirements identified within the RFP provide a detailed listing of functions and features that will define the initial system behaviors. What system requirements can often leave somewhat ambiguous is the 'How' a function is fulfilled. In order to fulfill the requirements of the FHWA systems engineering process, and help ensure that the Owner fully understands, and agrees to what is being provided in the system, the 13 identified stakeholders will be involved in the assessment process. Requirements Workshops will be held very early in the project. These Workshops will allow the Parsons team and the Owner and its stakeholders to augment, clarify, refine and add/or delete system requirements developed for the RFP. As part of the Requirements Workshop, Parsons will walk through the initial requirements, and to the extent possible, demonstrate how the requirements will be fulfilled through system demonstrations. These visual system walkthroughs will provide the Owner with valuable insight on how the requirements will be meet and an understanding of what changes will need to be made to fully meet the full set of requirements. More than one workshop may be required to walk through all the requirements and system components. Data collection and performance measurements are an important part of the STREETS system installation. As part of the workshop, we will work with the Owner to determine data collection, performance measures as well, data exchanges, signal timing changes etc. Our approach is based on deploying the STREETS system in two stages. Phase 1 is the deployment of the base modules, with limited customizations. The intent will be to provide a working system including, signal management, Intelligent Response, Intelligent intersections AIMSUN model, and Decision Support System early in the project. The baseline installation will allow the Owner and the project team to begin using the system functions as soon as possible and allow for user feedback in time to adjust items prior to the end of the project based on operational experience. We always recommend that clients reserve budget for refinements based on their own operational experience. While our system functionality is based on many years of experience, there are always client specific needs that result in special functional requirements. Planning for this up front always results in a solution that will more closely meet your needs. Phase 2 will include the enhancements needed for the base deployment to fulfill the agreed upon requirements from the workshops. We will develop a build schedule in coordination with the STREETS project team. We will discuss and agree on a build schedule at the end of the initial requirements review. The schedule will depend on the interdependencies with interfaces, communications infrastructure, and field element deployments. Once the schedule is defined, requirements are assigned to the enhancements based on priorities, interdependencies, and level of effort required. As the project progresses, the build assignments are regularly assessed and refined. While it would be nice to assume that the original build assignments will be static, we have learned from a lot of experience that systems with external interfaces are highly reliant on external factors that frequently change. In this case we have external interfaces. As a result, the project team will need to work closely together to address changes quickly as they occur to keep the project moving as scheduled. This task will also validate the status of the City's Operational Environment in relationship to the ITS deployments, the field network and the STREETS Software Requirements, and refine the requirements to best meet the project needs. Inputs: • STREETS Software Requirements • Parsons Proposal • Parsons base system modules • Technical assessment and inventory documentation 14 Approach: • Parsons will lead up to 3 in-person half day Requirements Work Workshops • As part of the Workshop trips, Parsons will review existing operations, systems and ITS infrastructure • One Workshop will be dedicated to refining the locations of the DMS • Workshops will include system demos and a detailed evaluation of requirements with respect to the Proposed STREETS solution demonstrating how it meets the requirements • The team will assess priorities and dependencies and develop initial deployment phasing schedule Deliverables: • Requirements Walkthrough material and documentation • Updated Requirements Document • Implementation Phasing Plan with updated schedule • Initial draft Data Management Plan Assumptions: • The Requirements Workshop will be held on site at the Owner • The Owner will coordinate the use of a Owner conference room with adequate size and AV Task 3: Communications Assessment Purpose: An important aspect of any ATMS deployment is the communications with the field Infrastructure, Parsons will review the City's ITS communication and field infrastructure. The team will assess the potential need for communications improvements if needed to support the new system. Based on our initial discussions with the City, we do not anticipate the need for any significant changes to your ITS communications infrastructure. We will look at the following areas. • Does the network facilitate appropriate CCTV bandwidth and command/control requirements? • Managing security and accessibility for all users • Managing and configuring secure access to the appropriate external systems, public and private • Long-term configuration management and debugging relative to STREETS device and C2C communications The communications assessment will set the baseline of current conditions and provide technical input for the design of any new ITS field elements, as well as provide guidance for the future resolution of any issues related to the integration of ITS field devices. 15 Parsons will review, documents, and analyze the existing communications environment, planned updates and modifications and clarification of IT policy, regulations, and technical understanding in support of the STREETS solution functions. Inputs: • City of Dubuque Policies and Practices • Legacy Systems • Existing Inventory Data • Communications Infrastructure • Technical Environment • STREETS Software Requirements • City of Dubuque Required Resources • DMS review and planning workshop output to finalize locations of DMS Approach: • Review system requirements with the City. • Review inventory documentation for existing equipment and software. • Central facility and limited field reviews • Identify and detail all implementation states for existing or planned projects • Develop Communications Issue Resolution Plan for any potential deficiencies. Deliverables: • Technical Assessment and inventory documentation updates. • Communications Gap Analysis (if any identified) • Communications Gap Resolution Plan (if needed) • Support for gap resolution (if needed) Assumptions: • Existing ITS field equipment and communications infrastructure is in good working condition • Any new switches, fiber and firewalls required due to existing equipment that needs to be replaced would be provided by the City, or as Extra Work based on unit pricing • existing communications diagrams are available • We are not expecting the need for any significant ITS communications infrastructure changes • City will work with Parsons to perform coordinated communications testing if needed Task 4: ITS Field Infrastructure Design and Installation Purpose: As part of the project the Parsons team will determine the location and specifications for multiple Dynamic Message Signs (DMSs). Signs will be placed at key decision points to optimize the potential for the use of alternate routes. Sizing of the signs will be based on Manual on Uniform 16 Traffic Control Devices (MUTCD) Section 2L.04 Design Characteristics of Changeable Message signs Standard 06, unless otherwise approved by the City. As indicated in Parsons Proposal, we anticipate that there will be two types of signs, full DMSs and DMS inserts for travel times to target locations on fixed signs. Final locations, and types of signs will be coordinated with the City. However, we will need to work together to ensure that the total sign budget remains with in the approved project budget for DMSs. This task may also include the design and installation of other miscellaneous ITS field infrastructure as is determined to be needed under Task 3 to be needed to support the efficient operation of the entire system, or as requested by the City. Parsons will develop a DMS bid package in coordination with the City. Parsons will request bids from Owner approved Electrical Contractors for the installation of the DMSs. Costs for installation of the DMSs will be considered Extra Work under this agreement. The final Electrical Contractor selection will require approval by the City. Upon return of the bids, Parsons and the Owner will agree on the preferred contractor. Then Parsons will contract with the selected electrical contractor to complete the DMS installations. Parsons will review and approve the DMS installations. Inputs: • City of Dubuque Policies and Practices • Legacy systems • Existing inventory data • Communications infrastructure • Technical environment • STREETS Software Requirements • City of Dubuque ITS standards • DMS review and planning workshop output to finalize locations of DMS Approach: • Review requirements and potential locations with the City • Prepare Limited Design/Build type plans and specifications for Owner approval • Upon approval by the Owner the Parsons team request bids for the DMS • Once a contractor and bid is approved the Owner will issue a Supplemental Agreement for the Extra Work to add the cost for the electrical contractor to be added to the Parsons team to deploy the DMS • Parsons will work closely with the contractor to ensure the signs are properly setup • Parsons will provide integration testing with the DMS at two stages o Initial confirmation testing with a sample controller up front o Integration testing with each sign in the field • If additional equipment is needed in the field to support the project, Parsons will work with the Owner to develop the specifications for Owner approval • For additional field equipment, the Owner will approve Extra Work requests that are developed with Parsons on a case-by-case bases. Approved Extra Work requests will include enough technical details to define the Task and any equipment needed, as well as a cost estimate for the task. 17 Deliverables: • Limited Design/Build PS&E plans for communications updates and DMS sign installations o DMS plans are expected to be typical schematics/shop drawings for each device type and locations laid out on Google Earth • Integration test results • Extra Work request writeups • Deliverables in accordance with approved Extra Work requests Assumptions: • The costs for the electrical contractor to install the DMS will be added as a Supplemental Agreement for Extra Work. These costs are not included in this contract costs. • We are not anticipating any significant changes to the ITS communications infrastructure. Any additional equipment will be deployed in accordance with the budgets identified in the Parsons Estimate. Any items not identified in the initial Parsons Estimate will be negotiated at the time of the Task Order Development. • The Owner staff will work with the Parsons Team to support integration testing and end to end system testing as needed. Task 5: Base Systems Deployment Purpose: The Owner would like the system to be deployed in stages, with a base build up front, with limited project specific customizations. The intent will be to provide a working version as early as possible for the project. The baseline installation will allow the Owner and the project team to begin using many functions as soon as possible and allow for user input and feedback. This feedback may result in modified requirements or priorities. After the base build, Parsons will work closely with the Owner to plan and deploy a series of builds that will include the deployment of a full system that meets all the requirements as defined below. The project Budget covers the deployment of the Base System and all the requirements defined in the: 1. attachments to the RFP, 2. described in the Parsons proposal, and 3. the City's previous comments on the Parsons proposal. In the case that the Owner wants to adjust the requirements beyond those described in previous document (see 1-3 above), for example as a result of the Requirements Walkthrough and/or experience working with the Base System Deployment, such changes to requirements will be addressed in accordance with the Task Order Process described in Task 8 below. As a result of the set up and deployment, effort, the initial build will not include any real-time modeling components. The Phase 1 deployment will include the setup and testing of all system hardware, initial communications, data migration and/or input, and security items. 18 We have learned from experience that each agency has their own policies and procedures relating to the deployment and management of their software systems, communications infrastructure, and network security. As a result, we always allow for additional time in first deployments to provide for coordination with appropriate policy makers and technical staff within the agency. Keeping the first build simple allow us to focus on these external factors up front. We will Implement all system hardware and software in the development, QA and production environments and test and document results of the hardware, communications, software, and data migration to meet the City's requirements. This task will include the initial setup of all the base components including the setup of the signal system, Intelligent Intersection module, ATSPM module, and the ability to set up video analytics. Inputs: • Task 2 through 4 outputs • City or Parsons Receiving Facilities of Shipped Hardware, or access to the city's virtual environment • Facility Availability Schedule • Interface Communications to Field Devices • Facility Floor Plans • Facility Electrical Layouts • iNETTM deployment procedures • Current Signal system setup • Signal cut over planning with the City Approach: • Procure and set up development environment • Requires coordination with Owner staff for initial setup • Review and assess physical verses virtual environment with City • Set up QA and production environment • Set up Version Control Baseline in Parsons' Repository • Develop initial deployment plan and schedule • Develop initial cutover plan • Coordinate initial communications, system, and device integration testing • Complete integration with initial center and field networking Deliverables: • Base system components include: o Signal System & Intelligent Response Control (IRC) o Decision Support System (DSS) o Intelligent Intersections Performance Monitoring and ATSPM o System Generated Signal Timing Optimization Suggestion o Core iNETTM ATMS standard functions for required modules ■ DMS, CCTV, Event, Travel Times, Signal System ■ Procure module licensing 19 o Base video analytics deployment (including servers/GPUs for Initial intersections) • Initial Deployment Plan • Initial Cutover Plan • Initial Software Installation • Version Control Baseline in Parsons' Repository • Provide As-Built Documentation • Build 1 Test Plan • Test procedures • Build 1 Test Results Assumptions: • The base build will not include any real-time modeling, ATIS, or custom system interfaces • The initial system properties, and parameters will be setup by Parsons based on input from the City • Some limited customizations may be implemented if time permits, without delaying the initial deployment • Parsons will purchase the Development, QA, Production, and video analytics servers as part of this Project • Initial iNETTM Software License fees are invoiced at the start of software development for the base Task 6: Model Setup and System Integration Purpose: This task provides for the setup and deployment of the real-time modeling functionality. The Aimsun Live model provides a 24/7/365 model built from the existing traffic conditions and the Dubuque Metropolitan Area Transportation Study's (DMATS) existing TRANSCAD regional model. We will maximize the use of other information, including images from the city's extensive video system, to create a realistic representation of the traffic network. Inputs: • Parsons Proposal • Task 2 through 5 outputs • Regional traffic conditions, (historical & real-time traffic counts, speeds, occupancy, travel times, etc. as available from existing sources through the City, MPO and DOT). This will include Video Analytics volume counts (as soon as available in base deployment), any available turning movement counts (TMC), any available automatic traffic recorder counts (ATR), (ideally in xls or cvs format), counts available from the TACTICS system, and any speed/travel time data from Owner devices (Bluetooth, Inrix, Here, etc.). • DMATS TRANSCAD regional model 20 • City or Parsons Receiving Facilities of Shipped Server Hardware, or access to the city's virtual environment • Facility Availability Schedule • Communications Interface to iNET • Current Signal system setup o Signal Schedules o Signal timing plans and parameters o Any additional functionality like TSP definition Approach: • Reviews & Oversight of Aimsun modeling tasks • Device emulator verification • Preliminary set up tasks • Offline model creation (Aimsun Next) Aimsun will follow the USDOT guidelines for model calibration techniques. We understand that these are just guidelines and can lead to over calibration that on paper looks great but for application may cause issues. For this reason, we will work with the Owner and their team (including MPO and DOT) to regularly review the progress, the goals and targets, and adjust our process as needed. • Import TransCAD network and check VDFs (Volume Delay Functions) and Capacities to make sure that they have both imported correctly and make logical sense for a Static Assignment in Aimsun • Import demands and run Static Assignment for quality checks - Verify RA2 o As part of this task initial verification of the number of lanes and turn penalties o Static Assignment will be checked against the assigned Regional TransCad Model values for assigned volumes. This check will be done to ensure that the demand extracted for the Microscopic Subarea can be trusted as the correct starting point. This step is a quality check and not a validation of the final model. • Generate the Micro Sub area and create the traversal matrix for the demand for the subarea • Update and enhance the subarea with agreed upon streets to be included (local streets typically excluded, unless they contain one of the 44 intersections or are critically important for the functioning of the system), update will include: o Addition of turn bays o Time of day restrictions o Transit o Signal updates and importing (using in house scripts standardized signal timing plans (TMDD or csv format) will be imported into the model using automated processes) • Generate the real-time data sets from historical counts and travel times for the following data sources (if available). Aimsun hopes to take advantage of as much of the existing data as possible. Below are some examples of the data desired but an initial review and 21 analysis of the available data will be conducted at the early stages of the project. Findings will be shared with the team. o Video Analytics Volume counts o Any counts (e.g., TMC, ATR) available from the Owner (ideally in xls or csv format) o Any counts available from the Tactics system o Any available Streetlight data o Any speed/travel time data available from other sources (Bluetooth, Inrix, HERE etc.) • Run Static Assignment for check and then perform Origin Destination Matrix Estimation (ODME) to generate updated subarea demands. This process can include the disaggregation of the centroids. • Calibrate the global micro parameters to get capacities and flows correct • Calibrate and validate the model using GEH targets for <5%,<7%, and<10% • Validate against travel times (if data is available, we will create a bandwidth for the travel times along designated routes, individual section travel times are too small to validate against, but will be included to help with the visual audit of the network calibration) • ITS devices, APIs and emulators • Aimsun Live preparation • Scenario testing and validation • System verification and deployment • Output definition and creation • Procure Aimsun licensing • Set up of the production model • Integration and testing within the City's environment Deliverables: • Aimsun Offline Model • Aimsun Live real-time model • Aimsun Live License • Set up model server environment • Fully setup and configure model in Live environment • Fully integrated and functional iNETTM-Aimsun solution deployed in the City's environment Assumptions: • The Owner will support the collection of all data required to build the model Task 7: Interface Definition and external interfaces 22 Purpose: The intent of this task is to design and develop the external interfaces to the ATMS. Center-to- Center (C2C) Communications in the ATMS environment is ideally accomplished through utilization of existing ITS Standards including the latest Traffic Management Data Dictionary Standard for Traffic Management Center-to-Center Communications. However, we do not expect that all the interfaces will adhere to the industry standards. If the vendor does not support a standards-based interface, but does have a reasonable interface available, Parsons will look at using their available interface if it meets the project needs. If no interface is available, Parsons will work with the vendor and the Owner to develop the interface definition. System integration requires coordination on both sides. For this reason we will need to work with each of the vendors to make the integration efforts successful. Vendors will be contacted early in the process to gain an understanding of their current systems, and potential interfaces. System interfaces will include: • Acyclica • EDI DA300s • School Dispatch System • Milestone • Google/WAZE • State ATMS • CARS — Iowa Statewide ATIS system Through this task Parsons will coordinate with the vendors, design the interfaces, develop the interfaces on the ATMS side, and test and confirm the interface functionality. Inputs: • Parsons Proposal • Vendor interface documentation • STREETS functional requirements • Communications Infrastructure • Industry standards Approach: • Work with system vendors to define interfaces • Assess and prioritize in coordination with requirements review • Review communications and security needs • Work with Owner IT to confirm and set up physical connection and fire wall setup • Document all interface details and submit to the City • Obtain Owner approval for interface on a case-by-case basis • Develop any custom interfaces • Perform integration testing with the vendors and work through any identified issues Deliverables: 23 • Draft and final API Document for each system Interface • Fully deployed and tested system interface with each approved system. • Results from interface testing Assumptions: • Vendors will support a stand interface such as REST, SOAP, XML, or access to a database view • Parsons costs cover the coordination, interface definition, and the interface development on the ATMS side. Any costs associated with the development of an interface on the vendor side will be covered outside Parsons based project budget. • The Owner will sport the development of agreements that may be required to develop the interfaces • All Vendors will cooperate in the development and testing of the system interface Task 8: Custom Software Development Purpose: While our system may be able to meet the bulk of the City's requirements without customization, there will be some system changes required to meet the requirements. After the initial based build, custom software development will be grouped into logical builds and deployed in coordination with the City. Custom software development required to meet the base requirements attached to the RFP will be reviewed under task two and grouped for development and deployment. It is expected that the Owner may want to adjust their requirements based on outcomes of the Requirements Workshop, or based on the preliminary use of the Base System deployed under Task 5. To the extent possible, Parsons will work closely with the Owner to keep the adjustments within the Project Budget. System requirements will be tracked and managed throughout the Project. Any modifications, changes, or tradeoffs of requirements will be documented and submitted to the Owner for approval. Any approved changes will be updated in the requirement management tool and scheduled into the system builds. The Optional Items requested by the Owner and identified in the Parsons Cost Proposal would be implemented as Extra Work, as approved by the City. Each build will include a full set of documentation including build notes, roll back procedures, requirements list, Transition Plan (when applicable), Test Plan, and Test Procedures. User Manuals, Administrator Manuals and Training material will also be updated (See Task 10). Inputs: • Parsons Proposal • Outputs from tasks 2 though 5 24 • STREETS Software Requirements • Technical Assessment and Inventory Documentation • City contract schedules • Build schedule • Build assignments Approach: • Tasks 2 through 5 provide the initial base for custom development • Additional customization may be approved by the Owner through Tasks Orders • Multiple builds based on agreed build schedule and requirement assignments • All builds include full documentation under Task 10 • Development in accordance with Parsons' process including Configuration Management, Change Control, Testing, and deployment processes • All builds will be preceded by development, multiple levels of testing, and appropriate build documentation as described above Deliverables: • Draft and final Task Orders as requested • ATMS Software Builds • Build notes • Roll back procedures • Requirements updates • Transition Plan (when applicable) • Test Plans • Test Procedures • User Manuals updates (under Task 10) • Administrator Manual updates (under Task 10) • Training material (under task 10) • Implementation Schedule updates • System design updates if appropriate • Critical Design Review Meetings notes if needed Assumptions: • Number of builds will be limited and set by Parsons in coordination with the City Task 9: ATIS Mobile Web Purpose: The system will provide the users of the transportation system with real-time information that can be used to make decisions about route choices, estimate travel times, and avoid congestion. The system will automatically propose and push appropriate messages to the existing and proposed DMSs. The system will provide a standards-based ATIS Application Programming Interface (API) to feed the State's traffic website (i.e., 511) and a smart phone 25 application, or other third-party providers as approved by the City. Interface development is covered under Task 7. The DSS module will suggest appropriate DMS messaging, including in-route information to drivers regarding traffic and roadway conditions, such as travel time and recommended alternative routes. The ATMS will connect directly to the signs in the field, providing quick and efficient communications out to the signs. The DMS messing will be part of the base ATMS deployment. This task provides for the deployment and integration testing of provide a mobile web application that will work across all needed platforms (i.e., desktop, mobile phone, and tablet). Inputs: • Parsons Proposal • Outputs from Tasks 2 though 5 • STREETS Software Requirements • Build schedule • Build assignments • Feedback from the project team Approach: • Our standards base C2C interface will be made available to Owner approved third parties • The State ATMS and CARS interface will be deployed under Task 7 • Parsons will use the Lake County Passage Response Mobile Web design as a base for the City's application. (Email notifications are optional and not included in the base costs). • Parsons will walk through the site Passage site with the Owner as part of the Requirements Walk through to get input on the City's application • The site will be integrated with the City's ATMS • Look and feel changes will be made in accordance with input from the City • The ATIS site will not be deployed in the initial build. The deployment date will be coordinated with the City. Deliverables: • Fully functional Response web design based mobile website • Documentation and training material provided under Task 11 Assumptions: • The ATIS mobile web application will be based on the functionality of our current responsive web site at lakecountypassage.com" • Parsons will incorporate Owner specific links, logos, and color schemes • Any significant functional changes would be provided under a Supplemental Agreement as Extra Work as defined in Task 8 26 • The Enhanced email and text notifications similar to the Lake County system are an optional enhancement as defined in Parsons Cost Proposal. This is not included in this Scope of Work. Task 10: User Acceptance Testing Purpose: Acceptance testing will be a part of all STREETS builds for the City. The testing will typically utilize a combination of visual inspection, analysis, and test or proofs that will define pass/fail conditions for each requirement in the given build. The task purpose is to ensure that builds are deployed in accordance with requirements, design details, and without bugs. As described in the Parsons proposal, testing is done at multiple stages of the development process. All builds will be tested by Parsons in the development environment, and QA before being tested with the Owner as part of acceptance. After the build is tested in QA with the Owner and approved, it will be moved to the production environment and tested again in coordination with the Owner and/or their representative. Issues identified at any stage of testing are fed back into the tracking tool and tracked until resolved. Inputs: • Software Implementation Plan • Software builds • Test Plans • Test Procedures • Implementation Schedule Approach: • Test Plans and Procedures will be provided prior to each build • Use of ITS devices for the test environment will be coordinated with Owner resources • When possible, we like to test to live devices from the QA environment prior to deployment into production • Parsons will provide simulated devices for initial testing • One controller of each type should be available by the Owner in the Parsons lab for testing and backup. This should include any variations in Models such as NTCIP upgraded Eagle M-50s versus M-60s for any possible variances. One additional NTCIP controller may be added such as Intelight. • All test results will be documented and signed off by Parsons and the City • Each build will be tested in coordination with the Owner before moving to the production environment • All builds will be retested once it is moved to production Deliverables: • Test results 27 • Issue Resolution Plans (when appropriate) • Issue Correction • Successful Test Completion • Software build moved to the production environment Assumptions: • The Owner will provide staff to support acceptance testing for each build • The Owner will provide works stations for acceptance testing Task 11: Training and Documentation Purpose: Parsons will provide training in coordination with each system build. Training will include user and administrator training as appropriate based on the build details. All training material will be provided to the Owner for future reference. Updates to Manuals and documentation are provided with each build. The provided manuals will be based on our core iNETTM Manuals with modification to reflect the specific details of the City's system. For the initial deployment, we expect to provide two separate 4-hour user training sessions. We will coordinate with the Owner to determine the best time and location for this training. We will also provide one 4-hour system administrator training session, which will provide the Owner the ability to manage and maintain the system. In addition, we will provide an additional 2-hour train-the-trainer session. Unless otherwise restricted, we expect to provide the initial training onsite at Owner's facility. Training for subsequent builds may be provided remotely, or in person, and will be of sufficient length to cover the build changes. Inputs: • Completed Initial Installation • Completed Implementations, per Implementation Plan and software installation schedule • System Configuration Documentation • System build details and requirements met Approach: • The initial Training Plan will be tailored for up to 2 user groups and one administrator group established by City • Training Course Syllabi and support materials will be included • Training material will be provided in hard and electronic format • Initial training will be held on site at Owner's facility • Two separate 4 our user training session will be provided with the initial build • One 4-hour system administrator training session will be provided. This can be provided at the initial build or at any time after that, prior to the completion of the project. 28 • Subsequent training may be provided online Deliverables: • Training Plan • Course Syllabi and Support Documentation • Hard and soft copy training material • Manuals are updated with each build Assumptions: • The Owner will assist with training logistics • The Owner will ensure appropriate computers and communications are available to training locations, ideally this will be one computer per trainee, but they can also share a computer if needed • The costs for subsequent training and documentation updates after the initial build may be included as part of an approved Task Order Task 12: Support Purpose: The intent of this Task is to ensure the smooth deployment, operations, of the system. To ensure a smooth transition and initial operations, Parsons will provide onsite support, 8 hours per day, 5 days per week, for the City's first 2 weeks of system operations. The onsite support will help guide the Owner on how to use and understand the system through real-world scenarios. If any system issues are identified during this period, the Parsons onsite support team will document the issue and coordinate resolution with the Parsons technical staff. The Owner may request two separate weeks of support. One with the initial build and one after the build with the real-time modeling. Support will commence once first build is put into production. Prior to the initial deployment Parsons will work with Owner staff to develop support procedures and guidelines that will optimize our ability to provide the quick and effective support you will want. The Support Plan will define how the Owner and Parsons will coordinate all Support requests and resolution. The Plan will describe how to best document and report issues and problems when they occur. It will describe call out procedures and issue stacking details. The Support Plan will also describe routine support procedures and responsibilities as outlined in the section below. Parsons Level Ill Support: With Level three Support agreement the Parsons team will provide: Core System Upgrades —Any core system upgrades to the Intelligent NETworks®ATMS that occurs in the support period will be available to the agency. Telephone Help Desk Support - Provide telephone help desk support to answer user questions and issues regarding the ATMS application, database, TMC network and any related ancillary components used to operate the system. The help desk support will be available Monday-Friday 29 8 a.m. — 5 p.m., excluding state holidays, with an initial response time of 1 hour. Each call shall be issued a tracking or reference number. On-Site Support (Normal business hours) - Provide on-site troubleshooting and fault isolation of system application, database and other related components in support of the servers, network, data storage system, installed field elements and workstations. Parsons team will be on-site within 4 business hours after call-out by authorized personnel, for critical items that cannot be resolved remotely. Each call-out shall be issued a tracking or reference number. On-site support shall be made available Monday-Friday 8 a.m. — 5 p.m., excluding state holidays. On-site Support (Outside Normal Business Hours) - Contractor shall provide on-site support outside of the normal business hours on major or unforeseen problems which result in significant or complete system outages. The work includes on-site troubleshooting and fault isolation of hardware, database and the ATMS application. Each call-out shall be issued a tracking or reference number. Configuration Management- Perform software configuration management activities related to the ATMS. Tasks shall include: • Process and disposition of client-reported System Change Requests (SCR) related to the ATMS. • Investigate SCR resolution as required to determine necessary course of action, if any. • Track all problem reports in a maintained database. • Prepare monthly support summary reports. Level III support includes monthly status meetings with the client to help ensure that the users are getting the most from the system. It includes support for adding or modifying new devices, planning system modifications and fine-tuning system parameters. Aimsun Support (2 years) Aimsun support is separate from the rest of the iNET®Support. Additional Aimsun support services are outlined below. 2 years of The Aimsun Next and Aimsun Live are included in the base costs in Attachment C-1.The support is divided into three parts: • Software Licensing • Software/System Support • Network/Model Support SOFTWARE LICENSING The Aimsun software licensing that covers the needs of this project for the first 2 years are included in the Contract cost in C-1. SOFTWARE AND SYSTEM SUPPORT The objective of this Support is to ensure the tools provided both for the planning exercises and for the live prediction system are kept up to date, online, connected to the data, and running. This Support includes responding and dealing with any alarms that may be received from the monitoring system that is installed as part of Aimsun Live. NETWORK/MODEL SUPPORT 30 As the project progresses the network or model will need to be kept current, including the potential need to update geometries, import new signal control functionality, update transit, modify strategies, and clean/update/create demand patterns. All of these 3 tasks help ensure that the quality of the outputs of the system are kept within an acceptable and agreed upon range. Inputs: • System Requirements • System Documentation • Change Control Board • Completed ATMS Installation • Support Plan • Issue Reports Approach: • Routine support details will be discussed and agreed with the Owner prior to the initial build • Support details will be described in the Support Plan and agreed by both parties prior to deployment • Support will be provided in accordance with the Support Plan • Most support related changes will be incorporated with regular system builds unless they are related to critical functionality Deliverables: • Support Plan • Post implementation support • Support activity log • Issue tracking • Resolution dispositions • CCB Agenda, item tracking and notes • Release notes for any updates • Any other deliverable identified in the Support Plan Assumptions: • Level III support was selected by the city • Aimsun 2-year support will be provided by Aimsun in accordance with this Scope of Service • Aimsun requires an annual support fee beyond the initial life of the project, that fee is calculated at 14% of the cost of the licenses • Parsons will coordinate any Aimsun support activity as part of our support • iNETTM Maintenance license is invoiced upon start of system maintenance 31 ATTACHMENT B Specifications Requirements from "City of Dubuque: STREETS Final Report (Version 1.1), June 22, 2018 32 ATTACHMENT C COST PLUS FIXED FEE 3.1.1 FEES AND PAYMENTS 3.1.1.1 Fees. For full and complete compensation of all work, materials, and services furnished under the terms of this Agreement, the Consultant shall be paid fees in the amount of the Consultant's actual cost plus applicable fixed fee amount. The Consultant's actual costs shall include payments to any subconsultants. The estimated actual costs and fixed fee are shown below and are itemized in Attachment C. Subconsultant costs are not available for use by the prime Consultant or other subconsultants. A contingency amount has not been established to provide for actual costs that exceed those estimated. Estimated Actual Costs (Prime only) $ 1,652,203 Fixed Fee (Prime only) $ 163,878 Contingency (Prime only) $ 0 Total Prime Consultant Costs $ 1,816,081 Aimsun $ 708,194 TranSmart $ 170,000 Origin Design $ 60,027 Total Subconsultant Costs $ 938,221 Maximum Amount Payable $ 2,754,302 The nature of engineering services is such that actual costs are not completely determinate. Therefore, the Consultant shall establish a procedure for comparing the actual costs incurred during the performance of the work to the estimated actual costs listed above. The procedure will itemize prime consultant and subconsultant costs in association with each scoped task. The purpose is to monitor these two elements and thus provide for early identification of any potential for the actual costs exceeding the estimated actual costs. The procedure shall be used in a way that will allow enough lead time to execute the paragraphs below without interrupting the work schedule. Therefore, once the accrued labor costs for a scoped task reach 85% of the estimated value for the prime or subconsultant, then the Consultant shall notify the Owner in writing. It is possible that the Consultant's costs for the scoped tasks may need to exceed those shown in Attachment C. The Consultant's and subconsultants' costs for scoped tasks shall not be exceeded without prior written authorization from the Contract Administrator and concurrence from the Iowa DOT. Costs for scoped tasks that exceed estimated costs, if approved by the Contract Administrator, may be compensated via Supplemental Agreement, Work Order, Amendment, or Contingency as detailed in the paragraphs below. If the Consultant exceeds the estimated costs for scoped tasks for any reason (other than that covered in Section 3.1.1.2) before the Contract Administrator is notified in writing, the Owner will have the right, at its discretion, to deny compensation for that amount. The fixed fee amount will not be changed unless there is a substantial reduction or increase in scope, character, or complexity of the services covered by this Agreement or the time schedule is changed by the Owner. The adjustment to fixed fee will consider both cumulative and aggregate changes in scope, character, or complexity of the services. Any change in the fixed fee amount will be made by a Supplemental Agreement, Work Order, or Amendment. If a contingency amount has been established and at any time during the work the Consultant determines that its actual costs will exceed the estimated actual costs, thus necessitating the use of a contingency amount, it will promptly so notify the Contract Administrator in writing and describe what costs are causing the overrun and the reason. The Consultant shall not exceed 33 the estimated actual costs without the prior written approval of the Contract Administrator and concurrence of the Iowa DOT. The Owner or Iowa DOT may audit the Consultant's cost records prior to authorizing the use of a contingency amount. The maximum amount payable will not be changed except for a change in the scope. Changes due to an overhead adjustment are identified in Section 3.1.1.2. If at any time it is determined that a maximum amount payable will be or has been exceeded, the Consultant shall immediately so notify the Contract Administrator in writing. The maximum amount payable shall be changed by a Supplemental Agreement, Work Order, or Amendment or this Agreement will be terminated as identified in Article 4.12.3. The Owner may audit the Consultant's cost records prior to making a decision whether or not to increase the maximum amount payable. 3.1.1.2 Reimbursable Costs. Reimbursable costs are the actual costs incurred by the Consultant which are attributable to the specific work covered by this Agreement and allowable under the provisions of the Code of Federal Regulations (CFR), Title 48, Federal Acquisition Regulations Systems, Subchapter E., Part 30 (when applicable), and Part 31, Section 31.105 and Subpart 31.2. In addition to Title 48 requirements, for meals to be eligible for reimbursement, an overnight stay will be required. The Title 48 requirements include the following: 1. Salaries of the employees for time directly chargeable to work covered by the Agreement, and salaries of principals for time they are productively engaged in work necessary to fulfill the terms of the Agreement. 2. Direct non-salary costs incurred in fulfilling the terms of this Agreement. The Consultant will be required to submit a detailed listing of direct non-salary costs incurred and certify that such costs are not included in overhead expense pool. These costs may include travel and subsistence, reproductions, computer charges and materials and supplies. 3. The indirect costs (salary related expenses and general overhead costs)to the extent that they are properly allowable to the work covered by this Agreement. The Consultant has submitted to the Owner the following indirect costs as percentages of direct salary costs to be used provisionally for progress payments for work accomplished during the Consultant's current fiscal year: Salary related expenses are 39.25% of direct salary costs and general overhead costs are 75.13% of direct salary costs. Use of updated overhead percentage rates shall be requested by the Consultant after the close of each fiscal year and the updated overhead rate shall be used to update previous year invoices and subsequent years as a provisional rate for invoicing in order to more accurately reflect the cost of work during the previous and subsequent years. Any actual fiscal year or fiscal year's audited or unaudited indirect costs rates known by the Consultant shall be used in computing the final invoice statement. All unverified overhead rates shall have a schedule of computation supporting the proposed rate attached to the final bill. Prior to final payment for work completed under this Agreement all indirect cost rates shall be audited and adjusted to actual rates through the most recently completed fiscal year during which the work was actually accomplished. In the event that the work is completed in the current fiscal year, audited indirect cost rates for the most recently completed fiscal year may be applied also to work accomplished in the current fiscal year. If these new rates cause the actual costs to be exceeded, the contingency amount will be used. 3.1.1.3 Premium Overtime Pay. Premium overtime pay (pay over normal hourly pay)will not be allowed without written authorization from the Contract Administrator. If allowed, premium overtime pay shall not exceed 2 percent of the total direct salary cost without written authorization from the Contract Administrator. 3.1.1.4 Payments. Monthly payments within thirty (30) days of Owner's receipt of invoice shall be made based on the work completed and substantiated by monthly progress reports. The report shall indicate the direct and indirect costs associated with the work completed during the month. The 34 Contract Administrator will check such progress reports and payment will be made for the direct non-salary costs and salary and indirect costs during said month, plus a portion of the fixed fee. Fixed fee will be calculated and progressively invoiced based on actual costs incurred for the current billing cycle. Each invoice shall be accompanied with a monthly progress report which details the tasks invoiced, estimated tasks to be billed on the next invoice, and any other contract tracking information. Invoices shall clearly identify the beginning and ending dates of the prime's and subconsultant's billing cycles. All direct and indirect costs incurred during the billing cycle shall be invoiced. Costs incurred from prior billing cycles and previously not billed, will not be allowed for reimbursement unless approved by the Contract Administrator. Upon delivery and acceptance of all work contemplated under this Agreement, the Consultant shall submit one complete invoice statement of costs incurred and amounts earned. Payment of 100% of the total cost claimed, inclusive of retainage, if applicable, will be made upon receipt and review of such claim. Final audit will determine correctness of all invoiced costs and final payment will be based upon this audit. The Consultant agrees to reimburse the Owner for possible overpayment determined by final audit. 35 ATTACHMENT C-1 Cost Analysis Worksheet Contract Project Number: EDP-2100(699)-7Y-31 ATTACHMENT C-1 Cost Analysis Worksheet Contract Project Number: EDP-2100i'99;-Tt-31 I. Direct Labor Cost(Prime Only) Category Hours Rate/Hour Amount Project Manager(SEM) 450 $103.75 $46,692 Chief Engineer(SEM) 16 $103.75 $1,660 Lead Engineer(SEM) 324 $103.75 $33,618 Senior SW Engineer (Sup_ E) 1596 S75.59 $120,801 Principle Eng_ 2970 S57.13 S199,376 Systems Engineer(SE) 828 $55.57 $46,012 Engineer I 1425 S37.50 S53,580 Admin Assistant 240 $33.35 $8,004 Payroll total: 7849 $509,744 II.Combined Overhead(COH)&Facilities Capital Cost of Money(FCCM)Costs(Prime Only) IIA_ Indirect Cost Factor: 114.38% S583,045 IIB_ FCCM Factor: [Insert FCCM fac 0.008% $41 Combined Overhead and FCCM total: $583,086 Ill. Direct Project Expenses I;Prime Only} Hotel 22 110 $2,420 Airlines 10 400 $4,000 Rental Car 16 50 S800 Breakfast 42 5.5 $273 Lunch 42 6.5 $273 Dinner 42 19 $798 Misc Equipment costs F S2,00.0 Miliege 8400 0.55 $4,704 Servers,Equipment Including COTS License Fees S111,000 iNET^"License Fees(Invoiced at start of development) S2513,660 iNET^"Maintenance License Fees(Invoiced at Start of System(vlaintenance) S3D,660 Inteligent I ntersetions SAAS 5153,166 Total Direct Project Expenses S559,374 IV. Estimated Actual Costs(EAC)(Prime Only)(I II+III) $1,552,203 (Rounded) V. Fixed Fee(Prime Only) (%X(I + IIA)) 15% $163,918 Less FCCM (IIB) $41 Fix Fee total: $163,878 (Rounded) VI. Contingency (Prime Only) %X(I + II + III) 0 (Rounded) VII. Subconsultant Expenses{Designate if Cost Plus Fixed Fee(CP), Lump Sum (LS}, etc. and include appropriate number of Attachment-I's- as necessary) Origin Design CPFF S60,027 Transmart(DBE) CPFF $170,00.0 Aimsum LS $708,194 Total Subcontractor Costs: $938,221 (Rounded} VIII. [Indicate type of reimbursement]Agreement Total{IV V VI +VII) S2,754,302 (Maximum Amount Payable) (Rounded) 36 ATTACHMENT D CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS -- PRIMARY COVERED TRANSACTIONS Instructions for Certification 1. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. 2. 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. 3. 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 or default. 4. 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. 5. 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. 6. 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. 7. 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. 8. 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 Non procurement List. 9. 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. 10. 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. 37 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 a three-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 statutes 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 a three-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 Illinois Cook County I Joseph Brahm, Vice President of the Parsons Transportation Group, Inc Company, being duly sworn (or 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. „prryefr,eree,,e.-- (Signature) Subscribed and sworn to this 1st day of June 2022 (month) (year) 38 ATTACHMENT E CERTIFICATION OF CONSULTANT I hereby certify that I, Joseph Brahm, am the Vice President and duly authorized representative of the firm of Parsons Transportation Group, Inc., whose address is 650 E. Algonquin Road, Suite 400, and that neither the above firm nor I 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. G%� �ir✓�" 06-01-2022 Signature Date 39 ATTACHMENT F CERTIFICATION OF OWNER I hereby certify that I, Dave Ness, am the Traffic Engineer and the duly authorized representative of the Owner, and that the above consulting firm or his 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 to the 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 Date 40 ATTACHMENT G Page 1 Consultant Name Consultant Address Consultant Address Cost Plus Fixed Fee Progressive Invoice Date Invoice No. Client Project No. Invoice Period County Covered Consultant Job No. Client Project Description Client Contract No. Contract Cumulative Current Estimate To Date Period Labor Dollars Overhead Overhead Adjustments Direct Expenses Mileage Per Diem CADD Estimated Actual Costs [Prime Only] (See Note 1) Subconsultants (including authorized contingency) Name Name Name Estimated Actual Costs [Total Subconsultant Costs] Total Estimated Actual Costs [Prime +Total Subconsultant Costs] Fixed Fee (See Note 2) Authorized Contingency Total Authorized Amount Total Billed To Date Remaining Authorized Balance Unauthorized Contingency Prime Subconsultant Name Subconsultant Name Labor Hours Note 1: Do not include Subconsultant Expenses. Include Direct Labor, Overhead, and Direct Expenses for Prime Consultant only. Note 2: Fixed fee shall be proportionate to the amount of actual costs invoiced compared to the actual costs estimated. 41 ATTACHMENT G Page 2 Consultant Name Consultant Address Consultant Address Cost Plus Fixed Fee Final Invoice Date Invoice No. Client Project No. Invoice Period County Covered Consultant Job No. Client Project Description Client Contract No. Contract Cumulative Current Estimate To Date Period Labor Dollars (2001) Labor Dollars (2000) Labor Dollars (1999) Overhead (2001) Overhead (2000) Overhead (1999) Direct Expenses Mileage Per Diem CADD Estimated Actual Costs [Prime Only] Subconsultants (including authorized contingency) Name Name Name Estimated Actual Costs [Total Subconsultant Costs] Total Estimated Actual Costs [Prime +Total Subconsultant Costs] Fixed Fee Authorized Contingency Total Authorized Amount Total Billed To Date Remaining Authorized Balance Unauthorized Contingency Prime Subconsultant Name Subconsultant Name Labor Hours (2001) Labor Hours (2000) Labor Hours (1999) 42 ATTACHMENT G Page 3 Cost Plus Fixed Fee Final Invoice Instructions • Employee Labor Hours and Dollars: A final cumulative job cost report that shows a breakdown of labor by fiscal year, employee name, employee labor hours and employee labor rate is required. In lieu of a final job cost report, a summary of the aforementioned information is needed. The summary should be supported by monthly job cost detail. • Overhead Rates: Overhead rates and labor dollars to which the overhead rates are applied should match the fiscal year in which the costs are incurred. Overhead rates applied to labor should be audit verified when available. When not available, proposed FAR adjusted rates for the fiscal year in which the labor is incurred should be used. • Direct Expenses: A final cumulative job cost report that shows a breakdown of direct expenses by specific item (mileage, CADD, per diem, etc....) by fiscal year is required. Direct expense items charged should identify the number of units (miles, hours, prints, copies, feet, etc....) and the rate applied by fiscal year. In lieu of a final job cost report, a summary of the aforementioned information is needed. The summary should be supported by monthly job cost detail. • Subconsultant: Final invoice requirements for subconsultants with cost plus fixed fee contracts are the same as the requirements for the prime consultant. It is the prime consultant's responsibility to assure such an invoice is acquired and attached to the prime's final invoice. 43 ATTACHMENT H Project Schedule r I as $A -14 3 81 14 $A 8A 3 1 ii Y F/ _ 2 LLiiIt1" 4F-411. - riff 4 'Aiivilt—'14- S 1 24 e % � a W a 2 M c c c c � 5 0_ z � m � - � Q. ... -Q. a � ; Q. a a . � ' a � � z � � aa aa � aaa ssa 5. m .; aasli c - aa if � � 0 � 7. aaaaaas = g = c � ma Mze, � as � ? M r 3 i 3 i i i -2 E ,- E E E E E E E 3 # E r g E E E E 0 E E E E E E ? 1 1 1 -1 6E E E v .+. v .n V. .n eel .,. v v v en .n en en a en v .n v en . . . . . .n no o 2 t Z. N Eo Q O g g S X °t 3 a N iiiiihi I IL a ` IltI1hd 8 ceeE c3( c A F E d n .� °' c 5 C 8 9( Q S d '- E c o 'c 5 % .�+ ; g d 8 :? ` o E d .� ,' — 2 _ oc 8' IsPA • = og - N2d , € MW6mmUU .v C Y. o c E _ 5 a — r.. u 6 Yat S r-.1 E $ s 7 BR,. ; s u., °' .g E .= 2 E c ` .'n c z e c u' , o'¢ S N Z o 3.= 3 v. 3 2 2 2 d a 2 I L- 5 .s v. 'c 'C — 'a N n 44 DocuSign Envelope ID:75A951 CC-BOEB-425E-9C6C-26144D44A6FC ATTACHMENT I -1 (Aimsun) SUBCONSULTANT SCOPE AND BUDGET Project Number: EDP-2100(699)-7Y-31 State of Iowa I hereby certify that I, Matthew Juckes, am the President and duly authorized representative of the firm of Aimsun Inc., whose address is 980 6th Ave, New York, NY 10018, and do hereby certify that the below Scope of Services and Subconsultant Budget Proposals are a true and accurate copy of the Scope of Services and Subconsultant Budget. Any changes to the proposed Scope and Budget shall be documented, signed by both the Consultant and subconsultant, and approved by the Contract Administrator. DocuSigned by: April 18, 2022 /2b5A129A0A9410...Signature Date Purpose: This task provides for the setup and deployment of the real time modeling functionality. The Aimsun Live model provides a 24/7/365 model built from the existing traffic conditions and the Dubuque Metropolitan Area Transportation Study's (DMATS) existing TRANSCAD regional model. We will maximize the use of other information, including images from the Owner's extensive video system, to create a realistic representation of the traffic network. Inputs: • Parsons Proposal • Task 2 through 5 outputs • Regional traffic conditions, (Historical & real-time traffic counts, speeds, occupancy, travel times, etc. as available from existing sources through the Owner, MPO and DOT) This will include Video Analytics volume counts (as soon as available in base deployment), any available turning movement counts (TMC), any available automatic traffic recorder counts (ATR), (ideally in xis or cvs format), counts available from the TACTICS system, and any speed/travel time data from Owner devices (Bluetooth, Inrix, Here, etc.) • DMATS TRANSCAD regional model • Owner or Parsons Receiving Facilities of Shipped Server Hardware, or access to the owner's virtual environment • Facility Availability Schedule • Communications Interface to iNET • Current Signal system setup o Signal Schedules o Signal timing plans and parameters o Any additional functionality like TSP definition. Approach: • Reviews & Oversight of Aimsun modeling tasks • Device emulator verification 46 • Preliminary set up tasks • Offline model creation (Aimsun Next) Aimsun will follow the USDOT guidelines for model calibration techniques. We understand that these are just guidelines and can lead to over calibration that on paper looks great but for application may cause issues. For this reason, we will work with the Owner and their team (including MPO and DOT) to regularly review the progress, the goals and targets, and adjust our process as needed. • Import TransCAD network and check VDFs (Volume Delay Functions) and Capacities to make sure that they have both imported correctly and make logical sense for a Static Assignment in Aimsun • Import demands and run Static Assignment for quality checks - Verify RA2 o As part of this task initial verification of the number of lanes and turn penalties o Static Assignment will be checked against the assigned Regional TransCad Model values for assigned volumes. This check will be done to ensure that the demand extracted for the Microscopic Subarea can be trusted as the correct starting point. This step is a quality check and not a validation of the final model. • Generate the Micro Sub area and create the traversal matrix for the demand for the subarea • Update and enhance the subarea with agreed upon streets to be included (local streets typically excluded, unless they contain one of the 44 intersections or are critically important for the functioning of the system), update will include: o Addition of turn bays o Time of day restrictions o Transit o Signal updates and importing (using in house scripts standardized signal timing plans (TMDD or csv format) will be imported into the model using automated processes) • Generate the real-time data sets from historical counts and travel times for the following data sources (if available). Aimsun hopes to take advantage of as much of the existing data as possible. Below are some examples of the data desired but an initial review and analysis of the available data will be conducted at the early stages of the project. Findings will be shared with the team. o Video Analytics Volume counts o Any counts (e.g., TMC, ATR) available from the Owner (ideally in xls or csv format) o Any counts available from the Tactics system o Any available Streetlight data o Any speed/travel time data available from other sources (Bluetooth, Inrix, HERE etc.) • Run Static Assignment for check and then perform Origin Destination Matrix Estimation (ODME) to generate updated subarea demands. This process can include the disaggregation of the centroids. 46 • Calibrate the global micro parameters to get capacities and flows correct • Calibrate and validate the model using GEH targets for <5%,<7%, and<10% • Validate against travel times (if data is available, we will create a bandwidth for the travel times along designated routes, individual section travel times are too small to validate against, but will be included to help with the visual audit of the network calibration) • ITS devices, APIs and emulators • Aimsun Live preparation • Scenario testing and validation • System verification and deployment • Output definition and creation • Procure Aimsun licensing • Set up of the production model • Integration and testing within the City's environment Deliverables: • Aimsun Offline Model • Aimsun Live real-time model • Aimsun Live License • Set up model server environment • Fully setup and configure model in Live environment • Fully integrated and functional iNETTM-Aimsun solution deployed in the City's environment Assumptions: • The Owner will support the collection of all data required to build the model Aimsun Support (2 years) Aimsun support is separate from the rest of the iNET®Support. Additional Aimsun support services are outlined below. 2 years of The Aimsun Next and Aimsun Live are included in the base costs in Attachment C-1.The support is divided into three parts: • Software Licensing • Software/System Support • Network/Model Support SOFTWARE LICENSING The Aimsun software licensing that covers the needs of this project for the first 2 years are included in the Contract cost in C-1. SOFTWARE AND SYSTEM SUPPORT The objective of this Support is to ensure the tools provided both for the planning exercises and for the live prediction system are kept up to date, online, connected to the data, and running. 47 This Support includes responding and dealing with any alarms that may be received from the monitoring system that is installed as part of Aimsun Live. NETWORK/MODEL SUPPORT As the project progresses the network or model will need to be kept current, including the potential need to update geometries, import new signal control functionality, update transit, modify strategies, and clean/update/create demand patterns. All of these 3 tasks help ensure that the quality of the outputs of the system are kept within an acceptable and agreed upon range. Inputs: • System Requirements • System Documentation • Change Control Board • Completed ATMS Installation • Support Plan • Issue Reports Approach: • Routine support details will be discussed and agreed with the Owner prior to the initial build • Support details will be described in the Support Plan and agreed by both parties prior to deployment • Support will be provided in accordance with the Support Plan • Most support related changes will be incorporated with regular system builds unless they are related to critical functionality Deliverables: • Support Plan • Post implementation support • Support activity log • Issue tracking • Resolution dispositions • CCB Agenda, item tracking and notes • Release notes for any updates • Any other deliverable identified in the Support Plan Assumptions: • Level III support was selected by the city • Aimsun 2-year support will be provided by Aimsun in accordance with this Scope of Service 48 • Aimsun requires an annual support fee beyond the initial life of the project, that fee is calculated at 14% of the cost of the licenses • Parsons will coordinate any Aimsun support activity as part of our support • iNETTM Maintenance license is invoiced upon start of system maintenance Aimsun Payment Schedule Schedule Task Item Payment Preliminary Tasks 21 $36,287.64 Offline Model Creation (Aimsun Next) 21 $169,725.71 ITS devices,APIs and emulators 22 $28,827.88 Aimsun Live Preparation 22 $96,124.18 Scenario Testing and Validation 22 $26,993.12 System Verification and Deployment 23 $35,979.33 Output Definition and Creation 22 $23,835.66 Training, documentation and operational setup 36 $33,760.80 Aimsun Licensing(Invoiced at start of setup) 21 $150,000.00 Two year Support(Invoiced at start of Maint.) 42 $106,660.00 Aimsun Total $708,194.32 49 ATTACHMENT 1-2 (TranSmart) SUBCONSULTANT SCOPE AND BUDGET Project Number: EDP-2100(699)-7Y-31 State of Iowa I hereby certify that I, Jing (Connie) Li, PE, PhD, am the President & CEO and duly authorized representative of the firm of TranSmart Technologies, Inc.whose address is 15 Ellis Potter Court, Madison, WI 53711-2456, and do hereby certify that the below Scope of Services and Subconsultant Budget Proposals are a true and accurate copy of the Scope of Services and Subconsultant Budget. Any changes to the proposed Scope and Budget shall be documented, signed by both the Consultant and subconsultant, and approved by the Contract Administrator. May 9, 2022 Signature Date TranSmart will provide Administration Support, Stakeholder workshop support, system Setup and documentation, and Integration Testing under the direction of Parsons Project Manager. TranSmart will provide Administration Support, Stakeholder workshop support, system Setup and documentation, and Integration Testing under the direction of Parsons Project Manager. Task Details: • Task 1: Administrative Support — TranSmart will assist in kick-off and other meetings providing notes and documentation, updating project schedules and other project documentation as required. • Task 2: Stakeholder Workshop Support—TranSmart will lead the coordination of the stakeholder workshop meetings. coordinating with City and State staff to secure the location and logistics of the meetings. Based on Covid protocols at the time of the meetings, they can occur all in-person, all remote or possibly a hybrid meeting. TranSmart will record and document the meetings and will take an active role in the requirements discussion and finalization. A finalized system requirements matrix will be produced. Participation in 3 half-day requirements workshops is required. • Task 3: System Setup and Documentation —TranSmart staff will support the base deployment of the STREETS system for manual inputs of signal data if needed/as required. • Task 4: Integration Testing—TranSmart staff will support provide integration testing of the 3 custom builds prior to the user acceptance testing by the client. This will include the Aimsun Model integration and Decision Support System (DSS) logic testing, System customizations, and Mobile application customization. TranSmart staff will operate within the Parsons testing environment using test procedures provided by Parsons. TranSmart will document issues with the Parsons issue tracking system for remediation by Parsons software staff. Assumptions: • All tasks are subject to adjusted manhours and fees to be justified, documented, and agreed upon by Parsons and TranSmart. 1 Engineer IV 77 $47.90 $3,688.30 Engineer III 100 $43.15 $4,315.00 Engineer II 233 $37.39 $8,711.87 Engineer I 233 $34.10 $7,945.30 Billing Specialist 30 $28.17 $845.10 0 $0.00 $0.00 0 $0.00 $0.00 Payroll total: 1137 $66,634.53 II.Combined Overhead(COH)&Facilities Capital Cost of Money(FCCM)Costs(Prime Only) IIA. Indirect Cost Factor: 114.76% $76,469.79 IIB. FCCM Factor: [Insert FCCM 0.00% $0.00 factor] Combined Overhead and FCCM total: $79,469.79 Ill.Direct Project Expenses(Prime Only) Hotel $ $0.00 Airlines $ - $0.00 Rental Car $ $0.00 Breakfast $ $0.00 Lunch $ $0.00 Dinner $ $0.00 Misc Equipment costs Tolls $ $0.00 Mileage $ $0.00 Total Direct Project Expenses $0.00 IV. Estimated Actual Costs(EAC)(Prime Only)(I+II+Ill) $143104.32 (Rounded) V. Fixed Fee(Prime Only) (%X(I+IIA)) 15% $21,465.65 Less FCCM (IIB) $0.00 Fix Fee total: $21,465.65 (Rounded) VI. Contingency(Prime Only) %X(I+ II + III) 0 (Rounded) VII. Subconsultant Expenses(Designate if Cost Plus Fixed Fee(CP), Lump Sum(LS),etc.and include appropriate number of Attachment"I's"as necessary) Hotel 20 $ 2,200 110.00 Airlines 0 $ - 0 Rental Car 0 $ 0 51 Breakfast 20 $ 130 6.50 Lunch 20 $ 130 6.50 Dinner 20 $ 380 19.00 Misc Equipment costs-Tolls 8 $ 104 13..00 Mileage 4250 $ 2,486 0.585 0 0 Total Subcontractor Costs: 5,430 (Rounded) VIII.[Indicate type of reimbursement]Agreement Total(IV+V+VI+ $170,000 VII) (Maximum Amount Payable) (Rounded) *Including the FCCM in the overhead rate is optional.If included in the overhead,it must be subtracted from the Fixed Fee amount. If FCCM is not included in the overhead, these lines may be omitted from the calculations. 52 ATTACHMENT 1-3 (Origin Design) SUBCONSULTANT SCOPE AND BUDGET Project Number: EDP-2100(699)-7Y-31 State of Iowa I hereby certify that I, Patrick Ready, am the President and duly authorized representative of the firm of Origin Design (formerly IIW), whose address is 137 Main St Suite 100, Dubuque, IA, 52002, and do hereby certify that the below Scope of Services and Subconsultant Budget Proposals are a true and accurate copy of the Scope of Services and Subconsultant Budget. Any changes to the proposed Scope and Budget shall be documented, signed by both the Consultant and subconsultant, and approved by the Cont dminfi r. April 18, 2022 Signature Date Origin Design will support the Data collection effort under the direction of Parsons Project Manager. Origin Design will provide staff to support the input of traffic signal data and the setup of intersection diagrams. Origin design may also be asked to help provide onsite support as requested, as budget is available. Task Details: • Gather all relevant data required for input into Aimsum modeling effort. This includes but may not limited to; video analytics volume counts, any available counts, TMCs, ATRs that are available from the city, any counts available from the Tactics system, Streetlight Data if available, Any speed/travel time data available from the Owner (Bluetooth, Inrix, HERE etc.), existing traffic signal timings, and intersection geometry. Compile and organize data for delivery and use by Aimsum and Parsons. • Assist Parsons with the input of any traffic signal data not automatically transferable from TACTICS and creation of intersection diagrams used for live monitoring for the iNETTMsignal system set up. • Provide on-site support as needed and under existing Covid protocols. • Potential on-site STREETS monitoring and operation as system goes live and into maintenance mode. (Budget dependent) 52 ATTACHMENT C-1 Cost Analysts Worlcsheet Contract Base Agreement Origin Design Co. Project Number: _EDP-2100(899)-7Y--31 I. Direct Labor Cost(Prime Only) Cateaory Hcuro pate/Hour Amount PE IV 80 $59.31 $4,744.80 PE I 80 $32.25 $2,580.00 ED III 256 $32.85 $8,403.60 $28.13 $0.00 Payroll total: 418 $15,734.40 II.Combined Overhead(COH)8 Facilities Capital Cost of Money(FCCM)Costs(Prime Only) BA. Indirect Cost Factor: 231.74% $36,462.90 NB. FCCM Factor:[Insert FCCM factor 0.00% $0.00 Combined Overhead and FCCM total: $36,462.90 III.Direct Project Expenses(Prime Only) Hotel 0 110 $0 Airlines 0 0 $0 Rental Car 0 0 $0 Breakfast 0 6.5 $0 Lunch 0 6.5 $0 Dinner 0 19 $0 Misc Equipment casts $0 Miliege 0 0.56 $0 Total Direct Project Expenses $0 IV. Estimated Actual Costs(EAC)(Prime Only)(I+8+Ill) $52,197.30 (Rounded) V. Fixed Fee(Prime Only) (%X(I+IIA)) 15% $7,829.59 Less FCCM (IIB) $0.00 Fix Fee total: $7,829.59 (Rounded) VI. Contingency(Prime Only) %X(I+II+III) 0 (Rounded) VII. 9ubconsultant Expenses(Designate If Cost Plus Fixed Fee(CP),Lump Sum(LS),etc.and Include appropriate number of Attachment 1's'as necessary) $0 $0 $0 $0 Total Subcontractor Costs: $0 (Rounded) VIII.[Indicate type of reimbursement]Agreement Total(IV+V+VI+VII) $60,026.89 (Maximum Amount Payable) (Rounded) Including the FCCM In the overhead rate is optional.If inckded in the overhead,It must be subtracted from the Fixed Fee amount !f FCCM Ls not included it the overhead these fines may be welled hom the calculations. 53 Attachment J Licensing Agreement iNET Software License Agreement IMPORTANT — This software license agreement (the "Agreement") is a legal agreement between the Licensee(as defined in Schedule A,attached hereto)and Parsons Transportation Group(the"Licensor"). Licensee's use of the Software indicates acceptance of the terms of this Agreement. LICENSE TERMS 1. GRANT OF LICENSE. Licensor grants to Licensee the personal, non-assignable, non-transferable, non- exclusive right to use the iNET software and all associated documentation (the"Software"), solely in object code format, solely for Licensee's own internal business purposes and use, only on the computers and/or at the location(s) identified in Schedule A, and subject to any additional limitations, terms and conditions specified in Schedule A or Schedule B. Optional extensions of the scope of the license granted hereunder, including but not limited to those "OPTIONS" identified in Schedule A, may be made with the written agreement of Licensor and Licensee. The Agreement is effective from the"Date of Delivery" until the end of the"Term of License", both as specified in Schedule A, or until any earlier date of termination in accordance with the terms of this Agreement. If Licensee breaches the terms of this Agreement,then without limiting any other remedies available to it,including injunction and other equitable remedies, Licensor can immediately terminate this Agreement and the license granted hereunder upon written notification to Licensee. Upon termination or expiry of this Agreement any license granted hereunder shall terminate immediately, and the Licensee shall promptly cease any and all use of the Software and shall remove the Software from the Licensee's systems and/or premises. In this regard, Licensee shall promptly comply with all directions from Licensor regarding the removal of the Software and shall, upon request, provide written certification to Licensor confirming compliance with these obligations. 2. RESTRICTIONS ON USE. Licensee agrees that it will not: (a)copy, backup or reproduce the Software, or make or permit additional installations of the Software for any purpose (including but not limited to for training, testing, demonstration,support or integration/development); (b)merge the Software with any other software;(c)translate, adapt, vary, or modify the Software; (d)copy or reproduce the Software or any of the provided materials for any purpose; (e) assign this Agreement or transfer, loan, share, lease, rent, export, sell, grant a sublicense to any other party, assign, distribute, publish, charge, pledge, encumber, commercially exploit, or otherwise deal with the Software, or have any software written or developed that is based on or derived from the Software, unless expressly authorized by the Licensor in writing; (f) reverse engineer, decompile or disassemble the Software, or otherwise attempt to derive the source code of the Software; (g) use the Software except as authorized herein; (h)remove any proprietary notices, labels or marks from the Software; (i)permit third parties to use the Software in any way that would constitute a breach of this Agreement;(j)provide,disclose,demonstrate,or otherwise make available the Software to any third party, including but not limited to third party consultants who provide FCA services to the Licensee; and/or(k)use the Software to provide any services or training for any third party. 3. OWNERSHIP AND COPYRIGHT. The Licensor and, if applicable, its suppliers are the owners of all title, copyright and other intellectual property rights in the Software, including any title, copyright and other intellectual property rights developed, conceived or derived from or related to the Software, and all related written materials, logos, names and other support materials furnished to Licensee. Licensor reserves all rights not expressly granted to Licensor in this Agreement. The Software as may be developed or updated is protected by copyright and other intellectual property laws and treaties. The Software is licensed, not sold. No title to the intellectual property in the Software, the documentation, magnetic media or any other material provided therewith is transferred to Licensee by this Agreement. 4. LIMITED WARRANTY. Licensor warrants that the Software will perform substantially in accordance with the capabilities demonstrated and documented in the version identified above for a period of ninety (90) days from the Date of Delivery.Any implied warranties are limited to ninety(90)days from the Date of Delivery. 5. LICENSEE REMEDIES. Licensor's entire liability and Licensee's exclusive remedy pursuant to this Agreement and in relation to the license granted hereunder shall be, at Licensor's option and subject to applicable law,either (a)return of the price paid, if any,for the Software and termination of this Agreement,or(b)repair or replacement of the Software that does not meet Licensor's Limited Warranty and which is returned to Licensor. The Limited Warranty described above is void if failure of the Software has resulted from accident, abuse, misapplication, abnormal use or a virus. 56 6. NO OTHER WARRANTIES. THE SOFTWARE AND RELATED DOCUMENTATION ARE PROVIDED "AS IS". EXCEPT AS EXPRESSLY STATED HEREIN,AND TO THE MAXIMUM EXTENT PERMITTED BY APPLICABLE LAW, LICENSOR DISCLAIMS ALL OTHER WARRANTIES, EITHER EXPRESS OR IMPLIED, INCLUDING BUT NOT LIMITED TO IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE, WITH RESPECT TO THE SOFTWARE. THE LICENSOR DOES NOT WARRANT THAT THE SOFTWARE WILL MEET LICENSEE'S REQUIREMENTS OR THAT ITS OPERATION WILL BE ERROR-FREE. 7. NO LIABILITY FOR DAMAGES. TO THE MAXIMUM EXTENT PERMITTED BY LAW, IN NO EVENT SHALL LICENSOR BE LIABLE FOR ANY LOSS, DAMAGES, COSTS OR EXPENSES WHATSOEVER (INCLUDING, WITHOUT LIMITATION, DIRECT, INDIRECT, SPECIAL, INCIDENTAL, PUNITIVE OR CONSEQUENTIAL DAMAGES, OR DAMAGES FOR LOSS OF BUSINESS PROFITS, BUSINESS INTERRUPTION, LOSS OF BUSINESS INFORMATION, OR OTHER PECUNIARY LOSS)ARISING OUT OF THE USE OF OR INABILITY TO USE THE SOFTWARE, EVEN IF LICENSOR HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. IN ANY CASE,LICENSOR'S ENTIRE LIABILITY UNDER ANY PROVISION OF THIS AGREEMENT SHALL BE LIMITED TO THE AMOUNT ACTUALLY PAID BY LICENSEE FOR THE SOFTWARE. 8. MISCELLANEOUS. This is the entire agreement between Licensor and Licensee pertaining to Licensee's rights to use the Software and supersedes all prior or collateral oral or written representations or agreements related thereto. In the event that one or more provisions is found to be void, illegal or unenforceable,this Agreement shall not be rendered inoperable, but the remaining provisions shall continue in full force and effect. No waiver of any breach of this Agreement shall constitute a waiver of any other breach of the same or other provisions, and no waiver shall be effective unless made in writing. This Agreement shall be governed by and construed in accordance with the laws of the State of California. 18-009 57 SOFTWARE LICENSE AGREEMENT SCHEDULE A This Schedule A is incorporated into and forms an integral part of the Software License Agreement to which it is attached. Terms not otherwise defined herein shall have the meaning ascribed to them in the Software License Agreement. SOFTWARE: iNET Version 11, with the following software modules: ❑ Paid modules: VDS, Event, DMS , CCTV, Traffic Signals ❑ Included Base Modules: Map, Admin, C2C DATE OF DELIVERY: Upon setup of the Development Server TERM OF LICENSE: Perpetual License RENEWAL OPTION: With Support agreement LICENSEE: City of Dubuque AUTHORIZED COMPUTERS OR For Smart Traffic Routing with Efficient and Effective Traffic USERS/ Signals (STREETS) project. For use within the City Limits. LOCATION(S)/GEOGRAPHIC SCOPE: ADDITIONAL LIMITATIONS: Licensee may use the Software only for its own purposes and not for any commercial purposes. Except as expressly agreed by the parties in writing, the Licensor shall have no obligation to install, configure, implement, upgrade, update, bug-fix, cyber scan, cyber remediate, provide support services, or provide assistance, training or consultancy services in relation to the Software. The Software is only supported on approved server/desktop/laptop hardware, operating systems, relational database management systems (RDBMS), web browsers, java versions, and *.NET versions with Parsons-approved specifications and configurations. OPTIONS (SCOPE See the Contract Scope of Services EXTENSIONS): Specific terms and conditions, including associated fees, must be agreed upon in advance and in writing between Licensor and Licensee prior to activation of any option. 58 SOFTWARE LICENSE AGREEMENT SCHEDULE B ADDITIONAL TERMS AND CONDITIONS This Schedule B is incorporated into and forms an integral part of the Software License Agreement to which it is attached. Terms not otherwise defined herein shall have the meaning ascribed to them in the Software License Agreement (including Schedule A). 1. LICENSEE OBLIGATIONS: The Licensee shall at all times: (a) effect and maintain adequate security measures to safeguard the Software from unauthorised access, use, and disclosure; (b) supervise and control access to and use of the Software in accordance with the terms of the Agreement; (c) provide the Licensor from time to time on request with contact details for the person responsible for supervising and controlling such access and use; (d) provide the Licensor from time to time on request, though at least annually, with written validation confirming that the number of active users does not exceed the number of purchased licenses; (e)ensure that the Licensor is given timely access(including appropriate certification)to Licensee's premises and systems for the purposes of Licensor fulfilling its obligations under the Agreement and to otherwise confirm Licensee's compliance with the terms and conditions of the agreement; and (f) ensure that the Software is at all times clearly labelled as the property of the Licensor. 2. DATA: In relation to all information that is collected, generated, derived, processed or transmitted by or through the use of the Software (the "Data"), the Licensee grants the Licensor a perpetual, irrevocable, non- exclusive, worldwide, royalty-free right and license (i) to access, retain, use, copy, reproduce, distribute, market, monetize, display, publish, prepare derivative works of and modify (collectively "Use") the Data for any purpose; (ii)to provide the Data to third parties for Use on Licensor's behalf; and (iii)to license the Data to third parties for any purpose. 3. LICENSE FEE. The Licensee shall pay to the Licensor a license fee, as follows: $250,000 for 5 paid modules and base modules. 4. CONFIDENTIALITY OBLIGATIONS. The Software, and all information, data, source code, drawings, designs, specifications, documentation, and other items (in any form whatsoever) which the Licensor may (directly or indirectly)disclose or otherwise make available to the Licensee in relation to the Agreement shall constitute "Confidential Information". (a) All Confidential Information is the property of the Licensor. Notwithstanding the termination of the Agreement, at all times the Licensee shall: (a) maintain all Confidential Information securely and in the strictest confidence and shall respect the Licensor's rights therein; (b) not disclose or otherwise make available any Confidential Information to any third party; and (c) not use any Confidential Information for any purpose, except for the use of the Software in accordance with the Terms. (b) The Licensee shall ensure that all of its employees, contractors and other representatives who have access to any Confidential Information shall have entered into written undertakings of confidentiality and non-use which are at least as restrictive as those specified herein. (c) Upon any termination of the Agreement for any reason, the Licensee shall: (a) return to the Licensor any documents and other materials that contain any Confidential Information including all copies made, except for one (1) copy as may be necessary to be retained for the purpose of compliance with any continuing obligations under the Agreement; and (b) make no further use, copy, or disclosure of any Confidential Information. 5. ACKNOWLEDGEMENTS AND DISCLAIMERS: (a) The Licensee acknowledges and agrees that software in general is not error-free and agrees that the existence of any errors in the Software shall not constitute a breach of the Agreement by the Licensor. Page 59 of 65 (b) For greater certainty, the Licensor shall have no obligations in relation to the Software in the following circumstances: (a) following wilful damage to the Software or negligence in its use; (b) where the Software has not been used, maintained, and/or stored in accordance with any instructions or recommendations given by the Licensor or in accordance with the terms of the Agreement; (c)where a problem arises from software not supplied by the Licensor; (d)where the Software is used other than in the correct configuration; and/or(e)following any unauthorised use of or modification to the Software. (c) The Licensor does not warrant that the Software shall be free from any viruses or bugs. The Licensee is responsible to conduct appropriate virus scanning of the Software prior to installation and use. (d) Where a defect in the Software is found upon investigation not to be the Licensor's responsibility, the Licensor reserves the right to charge the Licensee on a time and materials basis at the Licensor's then current rates for all time, costs, and expenses incurred by the Licensor in consequence of such investigation. (e) The Licensee shall fully indemnify and hold harmless the Licensor from and against any and all losses, damages, claims, demands, liabilities, costs, and expenses of any nature whatsoever that may be asserted against or suffered by the Licensor and which relate to: (a) any use by the Licensee of the Software; and/or(b) the development, manufacture, use, supply, or any other dealing in any products or services that were generated from the use of the Software, including any claims based on product liability laws. (f) In the event of any termination of the Agreement for any reason, any instalments of the license fee due to be paid up to the date of termination shall immediately become due and payable by the Licensee, and the Licensor shall be under no obligation to reimburse any part of the license fee. (g) Nothing in the Agreement shall create, evidence, or imply any agency, or any form of partnership or joint venture between the parties. Neither party shall act or describe itself as the agent of the other, nor shall it make or represent that it has authority to make any commitments on the other's behalf. (h) The Licensee, on behalf of itself and its affiliates and subsidiaries, shall comply with all applicable laws and regulations controlling the export and re-export of any commodities, software, technology, or information which are provided under the Agreement, even if the Software is incorporated into other products not produced by the Licensor. Page 60 of 65 Attachment K Consultant Cost Proposal Details 11. Software Systems Engine' Total Eng Engineer Labor $103.76 $103.76 $103.76 $75.69 $67.13 $55.57 $37.60 Hours Project Management _ - I y Approved Project Management Plan 8 60 68 $4,164 Monthly Project reports and invoices 80 80 $8,301 Metings and Meeting notes 60 60 $6 226 Action item tracking reports 16 36 52 $3,661 Risk assessment updates 24 24 $2,490 Project Coordination 208 240 448 $29,586 Modeling -Parsons Ill Reviews&Oversight of Aimsun modeling tasks 160 160 $12,110 Device emulator verificati on 50 50 $3,357 Signal System&IRC ` i Basic setup and CU configuration-42 CU 20 148 168 $9,738 IRC Setup&Cork gurali on-10 corridors 80 240 320 $19 392 Integration with Aimsun 80 160 240 $16,796 Testing and Verifications 40 60 100 $5,284 Support Deployment to Production 40 40 80 $4,532 DSS Enhance to support IRE interfaces 60 240 300 $20,653 Enhance inteface to Aimsun for signal timings 60 240 300 $20,653 Integration Testing WI Al msun&Signals 40 80 40 160 $9,902 Scenario Testing&Calibration 120 120 240 $12 568 II Deployment Planning&Review 40 40 80 $4,189 Other base iNET®work to meet System parameter setup 4 80 40 124 $7,177 Set up event response and Initial DMS(ATIS 80 80 $3,088 Response Acyclica interface 120 120 40 280 $18,642 EDI DA300s 120 120 40 280 $18,642 School Dispatch System 120 120 40 280 $18,642 Integration with Milestone 6 84 120 80 292 $18 252 Google Interface 4 64 96 24 188 $10,948 Video Analytics Software VA development,set up and configuration 24 64 120 40 248 $16,894 Location set up I For 33 intersections] 48 96 144 $8 968 Tuning 20 60 80 85 r 245 $15,183 ATIS ; ir ir 0 $0 BMobi ase Web app development(Responsive design] 4 96 156 40 296 $19,658 Back end Development 8 64 120 40 232 $15,234 C2C with State ATMS-DMS Requests 8 40 80 40 168 $10,732 web 511 web interface(Assume standard interfaces interF such as REST services) 48 124 40 212 $13,461 ace Waze Interface 4 96 24 124 $7,762 Rreport documenting how STREETS Interacts with relevant dissemination modules(e.g.,DMS, 511]supported by several visual aids to 2 4 16 36 58 $3,050 document STREETS interfaces and information di sserninatlon System Integration 0 $0 i i NET installation,CM&Setup 16 40 80 136 $10,058 Integration testing 16 40 80 80 216 $13 066 Completion,update,and delivery of all Design and 4 6 120 132 $9,301 Development Documentation System Cutover Plan 16 24 40 $1,976 Deployment Check List and Roll Back plans as applical 2 6 24 32 $2,441 Acceptance Testing ii =i Min Coordination 16 24 40 $3,271 Acceptance Test pl anslscri pts that will be executed 96 96 $3,610 Documentation of all test results 24 24 $902 Resolution,mitigation plans for any issues identified during testing 24 8 32 $3 096 Full documenlati on and test results for any issues iden ified during Acceptant 8 36 44 $3,555 Fully functional system 30 30 $1,128 Final Acceptance Sign-off Sheet 4 6 10 $641 Meld Infrastructure Comm and security review t design 120 8 128 $12,752 18 DDMS IImi led PS&E 36 144 180 $9,150 3 DMS limi ted PS&E 16 6 24 46 $3,185 Operations and Maintenance Full set of system documentation and training material for use 4 12 40 56 $3,546 Two separate 4-hour user training sessions 12 4 16 32 $2,437 One 4-hour system administrator training session 6 4 8 18 $1,370 Onsite support,8 hours per day,5 days per week,for the City 4 4 88 96 $5,608 2 year warranty for prodded software and Hardw are 240 240 $16,111 Documentation of anyIssues and issue resolution during warranty and maintenance periods 40 40 $2,685 Total hours 450 16 324 1,596 2,970 828 1,425 240 $46,692 $1,660 $33,610 $120,001 $199,376 $46,012 $53,500 $8,004 7,849.0 $509,744 Servers,Equipment Including COTS License Fees Aimsun Servers 2 15500 $31,000 Server Rack 1 2500 $2,500 iNE T®Servers(Assuming 1 For Production,1 For Test environment and 1 for Dev environment] 3 12000 $36,000 Hardware Server earth GPB included(for 33 intersections] 1 29500 $29,500 Hardware server for ATIS website 1 12000 $12,000 Total $111,000 Page 61 of 65 Attachment L City of Dubuque Insurance Requirements for Professional Services INSURANCE SCHEDULE J 1. Consultant shall furnish a signed certificate of insurance to the City of Dubuque, Iowa for the coverage required in Exhibit I prior to commencing work and at the end of the project if the term of work is longer than 60 days. Contractors presenting annual certificates shall present a certificate at the end of each project with the final billing. Each certificate shall be prepared on the most current ACORD form approved by the Iowa Department of Insurance or an equivalent approved by the Director of Finance and Budget. Each certificate shall include a statement under Description of Operations as to why the certificate was issued. Eg: Project# EDP-2100(699)-7Y-31. 2. All policies of insurance required hereunder shall be with an insurer authorized to do business in Iowa and all insurers shall have a rating of A or better in the current A.M. Best's Rating Guide. 3. Each certificate shall be furnished to the Finance Department of the City of Dubuque. 4. Failure to provide coverage required by this Insurance Schedule shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the required insurance shall be considered a material breach of this agreement. 5. Contractor shall require all subconsultants and sub-subconsultants to maintain, during the Contract Term, reasonable insurance Satisfactory to City to ensure the Contractor and the City are adequately protected for the subconsultant and sub-subconsultant's performance under this Agreement, and shall obtain certificates of insurances from all such subconsultants and sub- subconsultants. Contractors agree that they shall be liable for the failure of a subconsultant and sub-subconsultant to obtain and maintain such coverages. The City may request a copy of such certificates from the Contractor. 6. All required endorsements shall be attached to certificate of insurance. 7. Whenever a specific ISO form is listed, required the current edition of the form must be used, or an equivalent form may be substituted if approved by the Director of Finance and Budget and subject to the contractor identifying and listing in writing all deviations and exclusions from the ISO form. 8. Contractors shall be required to carry the minimum coverage/limits, or greater if required by law or other legal agreement, in Exhibit I. 9. Contractor shall be responsible for deductibles and self-insured retention for payment of all policy premiums and other cost associated with the insurance policies required below. 10. All certificates of insurance must include agents name, phone number, and email address. 11. In the event of an insurance coverage dispute, Contractor shall provide the City with access of a redacted insurance policy at a mutually agreeable time and place. 12. The City of Dubuque reserves the right to modify these requirements, including limits, based on changes in the risk or other special circumstances during the term of the agreement, subject to mutual agreement of the parties. Page 1 of 4 Schedule J Professional Services April 2021 City of Dubuque Insurance Requirements for Professional Services INSURANCE SCHEDULE J (continued) Exhibit I A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products-Completed Operations Aggregate Limit $1,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence $1,000,000 Fire Damage Limit(any one occurrence) $50,000 Medical Payments $5,000 1) Coverage shall be written on an occurrence, not claims made, form. The general liability coverage shall be written in accord with ISO form CG 00 01 or business owners form BP 00 02. All deviations from the standard ISO commercial general liability form CG 00 01, or business owners form BP 00 02, shall be clearly identified. 2) Include endorsement indicating that coverage is primary and non-contributory. 3) Include Preservation of Governmental Immunities Endorsement. (Sample attached). 4) Include additional insured endorsement for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 20 26. 5) Policy shall include Waiver of Right to Recover from Others endorsement. B) AUTOMOBILE LIABILITY Combined Single Limit $1,000,000 Coverage shall include all owned, non-owned, and hired vehicles. If the Contractor's business does not own any vehicles, coverage is required on non-owned and hired vehicles. 1) Policy shall include Waiver of Right to Recover from Others endorsement. C) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Statutory Benefits covering all employees injured on the job by accident or disease as prescribed by Iowa Code Chapter 85. Coverage A Statutory—State of Iowa Coverage B Employers Liability Each Accident $100,000 Each Employee-Disease $100,000 Policy Limit-Disease $500,000 Policy shall include Waiver of Right to Recover from Others endorsement. Coverage B limits shall be greater if required by the umbrella/excess insurer. OR Page 2 of 4 Schedule J Professional Services April 2021 City of Dubuque Insurance Requirements for Professional Services INSURANCE SCHEDULE J (continued) If, by Iowa Code Section 85.1A, the Contractor is not required to purchase Workers' Compensation Insurance, the Contractor shall have a copy of the State's Nonelection of Workers' Compensation or Employers' Liability Coverage form on file with the Iowa Workers' Compensation Insurance Commissioner, as required by Iowa Code Section 87.22. Completed form must be attached. D) UMBRELLA/EXCESS LIABILITY $1,000,000 The General Liability, Automobile Liability and Workers Compensation Insurance requirements may be satisfied with a combination of primary and Umbrella or Excess Liability Insurance. If the Umbrella or Excess Insurance policy does not follow the form of the primary policies, it shall include the same endorsements as required of the primary policies including Waiver of Subrogation and Primary and Non-contributory in favor of the City. E) PROFESSIONAL LIABILITY $1,000,000 If the required policy provides claims-made coverage: 1) The Retroactive Date must be shown and must be before the date of the agreement. 2) Insurance must be maintained and evidence of insurance must be provided for at least five (5)years after completion of the work or services. 3) If coverage is canceled or non-renewed and not replaced with another claims- made policy form with a Retroactive Date prior to the date of the agreement, the contractor must provide "extended reporting" coverage for a minimum of five (5) years after completion of the work or services. F) CYBER LIABILITY/BREACH $1,000,000 Yes No Coverage for First and Third Party liability including but not limited to lost data and restoration, loss of income and cyber breach of information. Page 3 of 4 Schedule J Professional Services April 2021 City of Dubuque Insurance Requirements for Professional Services Please be aware that naming the City of Dubuque as an additional insured as is required by this Insurance Schedule may result in the waiver of the City's governmental immunities provided in Iowa Code sec. 670.4. If you would like to preserve those immunities, please use this endorsement or an equivalent form. PRESERVATION OF GOVERNMENTAL IMMUNITIES ENDORSEMENT 1. Nonwaiver of Governmental Immunity. The insurer expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it is now exists and as it may be amended from time to time. 2. Claims Coverage. The insurer further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the insurer. 4. Non-Denial of Coverage. The insurer shall not deny coverage under this policy and the insurer shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN (DEPARTMENT MANAGER: FILL IN ALL BLANKS AND CHECK BOXES) Page 4 of 4 Schedule J Professional Services April 2021