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