R-13-12-19-G10 - 12/19/2013RESOLUTION NO. R -13-12-19-G10
WHEREAS, the City of Rock has duly advertised for bids to purchase traffic data collection
services, and to purchase goods and services related to traffic data collection; and
WHEREAS, Quality Counts, LLC has submitted the lowest responsible bid; and
WHEREAS, the City Council wishes to accept the bid of Quality Counts, LLC, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an Agreement
for Traffic Data Collection Services with Quality Counts, LLC, a copy of said Agreement being attached
hereto as Exhibit "A" and incorporated herein.
The City Council hereby finds and declares that written notice of the date, hour, place and subject
of the meeting at which this Resolution was adopted was posted and that such meeting was open to the
public as required by law at all times during which this Resolution and the subject matter hereof were
discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551,
Texas Government Code, as amended.
RESOLVED this 19th day of December, 2013.
ALAN MCGRAW, Mayor
City of Round Rock, Texas
ATTEST:
SARA L. WHITE, City Clerk
0112.1304;00288345
•
EXHIBIT
„A„
CITY OF ROUND ROCK AGREEMENT FOR
TRAFFIC DATA COLLECTION SERVICES
WITH
QUALITY COUNTS, LLC
THE STATE OF TEXAS
CITY OF ROUND ROCK
COUNTY OF WILLIAMSON
COUNTY OF TRAVIS
KNOW ALL BY THESE PRESENTS:
THAT THIS AGREEMENT for traffic data collection services, and for related goods and
services, (referred to herein as the "Agreement"), is made and entered into on this the 11 day
of the month of November, 2013 by and between the CITY OF ROUND ROCK, a Texas home -
rule municipality, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-
5299 (referred to herein as the "City"), and QUALITY COUNTS, LLC, a Texas limited liability
company whose offices are located at 4127 Hollister Street, Suite K, Houston, Texas 77080
(referred to herein as the "Services Provider").
RECITALS:
WHEREAS, City desires to purchase traffic data collection services, and to purchase
goods and services related to traffic data collection, and City desires to procure same from
Services Provider; and
WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and
services, and City has selected the bid submitted by Services Provider; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is
mutually agreed between the parties as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Services Provider
whereby City is obligated to buy specified services and Services Provider is obligated to sell
same. The Agreement includes the following: (a) City's Invitation for Bid designated
Solicitation Number 13-039, Specification Number 13-968-85 ("IFB"); (b) Services Provider's
Response to IFB; and (c) any exhibits, addenda, and/or amendments thereto. Any inconsistencies
00279290/ss
or conflicts in the contract documents shall be resolved by giving preference in the following
order:
(1) This Agreement;
(2) Services Provider's Response to IFB;
(3) City's Invitation for Bids, exhibits, and attachments.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods and services mean the specified services, supplies, materials,
commodities, or equipment.
2.01 EFFECTIVE DATE, TERM, ALLOWABLE RENEWALS, PRICES FIRM
A. This Agreement shall be effective on the date this Agreement has been signed by
each party hereto, and shall remain in full force and effect unless and until it expires by operation
of the term indicated herein, or is terminated or extended as provided herein.
B. The term of this Agreement shall be for thirty-six (36) months from the effective
date hereof. After that tern, this Agreement may be renewed for two (2) successive twelve-
month periods, under the same terms and conditions, only upon the express written agreement of
both parties, and only provided that the Services Provider has performed each and every
contractual obligation specified in this Agreement.
C. Prices shall be firm for the duration of this Agreement and for any renewal
periods. No separate line item charges shall be permitted for invoicing purposes, including but
not limited to equipment rental, demurrage, costs associated with obtaining permits, or any other
extraneous charges.
D. City reserves the right to review the relationship at any time, and may elect to
terminate this Agreement with or without cause or may elect to continue.
2
3.01 CONTRACT DOCUMENTS AND EXHIBITS
City selected Services Provider to supply the services as outlined in the IFB; and
Response to IFB submitted by Services Provider, all as specified in Exhibit "A." The intent of
these documents is to formulate an Agreement listing the responsibilities of both parties as
outlined in the IFB and as offered by Services Provider in its Response to the IFB.
The services which are the subject matter of this Agreement are described in Exhibit "A"
and, together with this Agreement, comprise the total Agreement and they are fully a part of this
Agreement as if repeated herein in full.
4.01 ITEMS AWARDED; AND SCOPE OF WORK
Items Awarded. All bid items in Exhibit "A" are awarded to Services Provider.
Scope of Work: For purposes of this Agreement, City has issued documents delineating the
required services (specifically Solicitation No. 13-039, Specification No. 13-968-85 dated July
2013). Services Provider has issued its response agreeing to provide all such required services
in all specified particulars. All such referenced documents are included in Exhibit "A" attached
hereto and made a part hereof for all purposes. When taken together with the appended exhibits,
this Agreement shall evidence the entire understanding and agreement between the parties and
shall supersede any prior proposals, correspondence or discussions.
Services Provider shall satisfactorily provide all services described under the attached
exhibits within the contract term specified in Section 2.01. Services Provider's undertakings shall
be limited to performing services for City and/or advising City concerning those matters on
which Services Provider has been specifically engaged. Services Provider shall perform its
services in accordance with this Agreement, in accordance with the appended exhibits, in
accordance with due care, and in accordance with prevailing industry standards for comparable
seryices.
5.01 COSTS
Bid costs listed on Exhibit "A," which are specifically relevant to the referenced bid items, shall
be the basis of any charges collected by Services Provider.
6.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Services Provider;
B. Purchase Order Number;
3
C. Description and quantity of items received or services provided; and
D. Delivery or performance dates.
7.01 INTERLOCAL COOPERATIVE CONTRACTING / PURCHASING
Authority for local governments to contract with one another to perform certain
governmental functions and services, including but not limited to purchasing functions, is
granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts,
Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter
F, Section 271.101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City's bid, with the consent and agreement of the successful vendor(s) and the
City. Such agreement shall be conclusively inferred for the vendor from lack of exception to this
clause in the vendor's response. However, all parties hereby expressly agree that the City is not
an agent of, partner to, or representative of those outside agencies or entities and that the City is
not obligated or liable for any action or debts that may arise out of such independently -negotiated
"piggyback" procurements.
8.01 NON -APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Services Provider a written notice of termination at the end of its then current fiscal year.
9.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Services Provider will be made within thirty (30) days of the day on which City receives the
performance, supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the
day on which the performance of services was complete, or within thirty (30) days of the day on
which City receives a correct invoice for the performance and/or deliverables or services,
whichever is later. Services Provider may charge interest on an overdue payment at the "rate in
effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance
with V.T.C.A., Texas Government Code, Section 2251.025(b); however, this Policy does not
apply to payments made by City in the event:
A. There is a bona fide dispute between City and Services Provider, a contractor,
subcontractor or supplier about the goods delivered or the service performed that
cause the payment to be late; or
4
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between Services Provider and a subcontractor or
between a subcontractor and its supplier about the goods delivered or the service
performed that causes the payment to be late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on the
purchase order or the Agreement or other such contractual agreement.
10.01 GRATUITIES AND BRIBES
City may, by written notice to Services Provider, cancel this Agreement without liability
to Services Provider if it is determined by City that gratuities or bribes in the form of
entertainment, gifts, or otherwise were offered or given by Services Provider or its agents or
representatives to any City officer, employee or elected representative with respect to the
performance of this Agreement. In addition, Services Provider may be subject to penalties stated
in Title 8 of the Texas Penal Code.
11.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Services Provider's charges.
12.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS
If Services Provider cannot provide the goods as specified, City reserves the right and
option to obtain the products from another supplier or suppliers.
13.01 INSURANCE
Services Provider shall meet all insurance requirements as stated in the attached IFB,
including all attachments and exhibits thereto, and Services Provider's bid response.
14.01 CITY'S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
5
David Walther
Traffic Systems Superintendent
City of Round Rock
212 Commerce Cove
Round Rock, Texas 78664
512-218-5583
15.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
16.01 DEFAULT
If Services Provider abandons or defaults under this Agreement and is a cause of City
purchasing the specified goods elsewhere, Services Provider agrees that it may be charged the
difference in cost, if any, and that it will not be considered in the re -advertisement of the service
and that it may not be considered in future bids for the same type of work unless the scope of
work is significantly changed.
Services Provider shall be declared in default of this Agreement if it does any of the
following:
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations
under this Agreement;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United
States.
17.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30) days' written notice to Services
Provider.
6
B. In the event of any default by Services Provider, City has the right to terminate
this Agreement for cause, upon ten (10) days' written notice to Services Provider.
C. Services Provider has the right to terminate this Agreement only for cause, that
being in the event of a material and substantial breach by City, or by mutual agreement to
terminate evidenced in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Services Provider,
Services Provider shall discontinue all services in connection with the performance of this
Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such
orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice
of termination, Services Provider shall submit a statement showing in detail the goods and/or
services satisfactorily performed under this Agreement to the date of termination. City shall then
pay Services Provider that portion of the charges, if undisputed. The parties agree that Services
Provider is not entitled to compensation for services it would have performed under the
remaining term of the Agreement except as provided herein.
18.01 INDEMNIFICATION
Services Provider shall defend (at the option of City), indemnify, and hold City, its
successors, assigns, officers, employees and elected officials harmless from and against all suits,
actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any
and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of
Services Provider, or Services Provider's agents, employees or subcontractors, in the
performance of Services Provider's obligations under this Agreement, no matter how, or to
whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or
Services Provider (including, but not limited to the right to seek contribution) against any third
party who may be liable for an indemnified claim.
19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
Services Provider, its agents, employees and subcontractors shall use best efforts to
comply with all applicable federal and state laws, the Charter and Ordinances of the City of
Round Rock, as amended, and with all applicable rules and regulations promulgated by local,
state and national boards, bureaus and agencies.
20.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect to the terms of this Agreement. Neither party shall
assign, sublet or transfer any interest in this Agreement without prior written authorization of the
other party.
7
21.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
1. When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Services Provider:
Simo Benchellal
Quality Counts, LLC
4127 Hollister St., Suite K
Houston, TX 77080
Notice to City:
Steve Norwood, City Manager
221 East Main Street AND TO:
Round Rock, TX 78664
Stephan L. Sheets, City Attorney
309 East Main Street
Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Services Provider.
22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
23.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Services Provider and City. This Agreement may only be amended or supplemented by mutual
agreement of the parties hereto in writing, duly authorized by action of the City Manager or City
Council.
8
24.01 DISPUTE RESOLUTION
City and Services Provider hereby expressly agree that no claims or disputes between the
parties arising out of or relating to this Agreement or a breach thereof shall be decided by any
arbitration proceeding, including without limitation, any proceeding under the Federal
Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute.
25.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
26.01 MISCELLANEOUS PROVISIONS
Standard of Care. Services Provider represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Services Provider understands and agrees that time is of the
essence and that any failure of Services Provider to fulfill obligations for each portion of this
Agreement within the agreed timeframes will constitute a material breach of this Agreement.
Services Provider shall be fully responsible for its delays or for failures to use best efforts in
accordance with the terms of this Agreement. Where damage is caused to City due to Services
Provider's failure to perform in these circumstances, City may pursue any remedy available
without waiver of any of City's additional legal rights or remedies.
Force Majeure. Neither City nor Services Provider shall be deemed in violation of this
Agreement if it is prevented from performing any of its obligations hereunder by reasons for
which it is not responsible as defined herein. However, notice of such impediment or delay in
performance must be timely given, and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
9
IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on
the dates indicated.
City of Round Rock, Texas Quality Counts, LLC
By: By:
Printed Name: Printed : me: S irv,o '3FTr.►G-tGzj -
Title: Title: Tce,o OReze3j ;c _ plana1/4.5..e,,-
Date Signed:
Attest:
By:
Sara L. White, City Clerk
For City, A proved as tForm:
By:
Stepha',+ L. Sheets, City Attorney
10
Date Signed: t t� 1$ ` 9:o
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13-968-85
JULY 2013
ROUND ROCK, TEXAS
PURPOSE. PASSION. PROSPERITY.
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrocktexas.gov
Solicitation #13-039
REQUEST FOR PROPOSAL
TRAFFIC DATA COLLECTION SERVICES
Responses Due: August 13, 2013
EXHIBIT "A"
1 of 12
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13-968-85
JULY 2013
CITY OF ROUND ROCK
REQUEST FOR PROPOSAL
TRAFFIC DATA COLLECTION SERVICES
PART I
GENERAL
1. PURPOSE: The City of Round Rock, herein after "City", seeks to enter into an agreement with a
qualified Individual, Firm, or Corporation, (Respondent), to provide Traffic Data Collection
Services.
2. DEFINITIONS, TERMS AND CONDITIONS: By submitting a response to this solicitation, the
Respondent agrees that the City's standard Definitions, Terms and Conditions, in effect at the time
of release of the solicitation, shall govern unless specifically provided otherwise in a separate
agreement or on the face of a purchase order. Said Definitions, Terms and Conditions are subject
to change without notice. It is the sole responsibility of the Respondent to stay apprised of
changes. The City's Definitions, Terms and Conditions can be obtained from the City's website
http://www.round rocktexas.gov/h ometind ex.asp?page=463.
2.1. Any acceptance to or additional terms and conditions attached to the response will not be
considered unless the Respondent specifically references them on the front of the Solicitation
Document. WARNING: Exception to or additional terms and conditions may result in
disqualification of the response.
2.2. Respondent an individual or business enterprise that submits a response to a solicitation for
goods, equipment, labor and/or services to the City.
2.3. Contractor — an individual or business enterprise under contractual obligation arising from an
agreement or purchase order, which furnishes goods, equipment, labor and/or services to the
City. Also known as Vendor, Awarded Vendor or Successful Respondent
3. INSURANCE: The Respondent shall meet or exceed ALL insurance requirements set forth by the
Insurance Requirements as identified on the City's website at
http://www.roundrocktexas.gov/home/index.asp?paqe=463.
4. ATTACHMENTS: Attachments A through B are herein made a part of this solicitation:
4.1. Attachment A: Reference Sheet
4.2. Attachment B: City of Round Rock Transportation Department Annual Traffic Count Data
5. CLARIFICATION: For questions or clarifications of specifications, you may contact:
Deborah Knutson, CPPB
Purchasing Department
City of Round Rock
Telephone: 512-218-5456
dknutson@roundrocktexas.gov
The individual listed above may be contacted by e-mail for clarification of the specifications only.
No authority is intended or implied that specifications may be amended or alterations accepted prior
to solicitation opening without written approval of the City of Round Rock through the Purchasing
Department.
2 of 12
SOUCITATION NUMBER
13-039
SPECIFICATION NUMBER
13-968-85
JULY 2013
6. RESPONDENT REQUIREMENTS: The opening of a solicitation shall not be construed as the
City's acceptance of such as qualified and responsive.
6.1. Respondents shall be firms, corporations, individuals or partnerships normally engaged in the
provision of the services as specified herein.
6.2. In order to assure the City does not encounter shipping delays, service delays or other
unforeseen problems that can occur with out of area or foreign vendors, Respondent shall
have a branch office located within the United States.
7. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all
responses, or delete any portion of the response, or to accept any response deemed most
advantageous, or to waive any irregularities or informalities in the response received that best
serves the interest and a the sole discretion of the City.
All solicitations received may be evaluated based on the best value for the City. In determining best
value, the City may consider:
7.1. Purchase price and terms;
7.2. Reputation of Respondent and of Respondent's goods and services;
7.3. Quality of the Respondent's goods and services;
7.4. The extent to which the goods and services meet the City's needs;
7.5. Respondent's past performance with the City;
7.6. The total long-term cost to the City to acquire the Respondent's goods or services;
7.7. Any relevant criteria specifically listed in the solicitation.
8. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the
following:
8.1. The initial term of the resulting agreement shall be three (3) consecutive twelve (12) month
periods from the effective date. The agreement may be renewed for two (2) additional
periods of time, not to exceed twelve (12) months each, provided both parties agree in writing
prior to the expiration of the current term.
8.2. The City reserves the right to review the Contractor's performance at the end of each twelve
(12) month period and cancel all or part of the agreement(s) or continue the agreement(s)
through the next period.
8.3. If the Contractor fails to perform its duties in a reasonable and competent manner, the City
shall give written notice to the Contractor of the deficiencies and the Contractor shall have
thirty (30) days to correct such deficiencies. If the Contractor fails to correct the deficiencies
with the thirty (30) days, the City may terminate the agreement by giving the Contractor
written notice of termination and the reason for the termination.
8.4. If the agreement is terminated, for any reason, the Contractor shall turn over all records, to
include but not be limited to the following: records of repairs, services, deliveries, and
replacement parts, to the City within fifteen (15) working days after completion of duties
contained in the agreement.
9. PRICE INCREASE OR DECREASE: A price increase or decrease to the agreement may be
considered at the conclusion of the initial term of the agreement:
9.1. PROCEDURE TO REQUEST INCREASE OR OFFER DECREASE.
Mail the price increase request to the designated City Contract Specialist a minimum of 120
days prior to each renewal period. Vendor shall supply supporting documentation as
justification for each request.
3 of 12
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13-968-85
JULY 2013
City of Round Rock - Purchasing Department
ATTN: Contract Specialist
221 E. Main Street
Round Rock, Texas 78664-5299
9.1.1. Upon receipt of the request, the City reserves the right to either: accept the
escalation as supported by the appropriate price index and make change to the
purchase order within 30 days of the request, negotiate with the vendor or cancel the
agreement or purchase order if an agreement cannot be reached on the value of the
increase.
10. AWARD: The City reserves the right to enter into an agreement or a purchase order with a single
award, split awards, primary and secondary awards, non -award, or use any combination that best
serves the interest and at the sole discretion of the City. Award announcement will be made upon
City Council approval of staff recommendation and executed agreement. Award announcement will
appear on the City's website at http://www.roundrocktexas.qov/home/index.asp?page=463.
11. ACCEPTANCE: Acceptance inspection should not take more than five (5) working days. The
Contractor will be notified within this time frame if the goods or services delivered are not in full
compliance with the specifications. If any agreement or purchase order is canceled for non-
acceptance, the needed good may be purchased elsewhere and the Contractor may be charged
full increase, if any, in cost and handling.
12. QUANTITIES: The quantities shown on the solicitation are estimates only. No guarantee of any
minimum or maximum volume is made or implied. The City shall only order the services needed to
satisfy operating requirement within budgetary constraints, which may be more or less than
indicated.
13. PROMPT PAYMENT POLICY: Payments will be made in accordance with the Texas Prompt
Payment Law, Texas Government Code, Subtitle F, chapter 2251. The City will pay Vendor within
thirty days after the acceptance of the supplies, materials, equipment, or the day on which the
performance of services was completed or the day, on which the City receives a correct invoice for
the supplies, materials, equipment or services, whichever is later. The Vendor may charge a late
fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in
accordance with this prompt payment policy; however, this policy does not apply to payments made
by the City in the event:
13.1. There is a bona fide dispute between the City and Vendor concerning the supplies, materials,
services or equipment delivered or the services performed that causes the payment to be
late; or
13.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a
timely payment with Federal Funds; or
13.3. The is a bona fide dispute between the Vendor and a subcontractor or between a
subcontractor and its suppliers concerning supplies, material, or equipment delivered or the
services performed which caused the payment to be late; or
13.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the
purchase order or agreement or other such contractual agreement.
14. NON -APPROPRIATION: The resulting Agreement is a commitment of the City's current revenues
only. It is understood and agreed the City shall have the right to terminate the Agreement at the
end of any City fiscal year if the goveming body of the City does not appropriate funds sufficient to
purchase the estimated yearly quantities, as determined by the City's budget for the fiscal year in
question. The City may affect such termination by giving Vendor a written notice of termination at
the end of its then current fiscal year.
4 of 12
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13-968-85
JULY 2013
15. INTERLOCAL COOPERATIVE CONTRACTING (PIGGYBACK): Other governmental entities may
be extended the opportunity to purchase off of the City's Agreements, with the consent and agreement
of the awarded vendor(s) and the City. Such consent and agreement shall be conclusively inferred
from lack of exception to this clause in a Respondents submittal. However, all parties indicate their
understanding and hereby expressly agree that the City is not an agent of, partner to, or representative
of those outside agencies or entities and that the City is not obligated or liable for any action or debts
that may arise out of such independently -negotiated "piggyback" procurements.
PART II
SCHEDULE
1. SOLICITATION SCHEDULE: It is the City's intention to comply with
timeline:
1.1. Solicitation released
1.2. Deadline for questions
1.3. City responses to all questions or addendums
1.4. Responses for solicitation due by 3:00 PM
the following solicitation
JULY 27, 2013
AUGUST 6, 2013
AUGUST 9, 2013
AUGUST 13, 2013
Respondents may be required to make an oral presentation to the selection team to further present
their qualifications. These presentations will provide the Respondent the opportunity to clarify their
proposal and ensure a mutual understanding of the services to be provided and the approach to be
used.
All questions regarding the solicitation shall be submitted in writing by 5:00 PM on the due
date noted above. A copy of all the questions submitted and the City's response to the questions
shall be posted on our webpage, http:l/www.roundrocktexas.gov/home/index.asp?page=463.
Questions shall be submitted to the City contact named herein.
The City reserves the right to modify these dates. Notice of date change will be posted to the City's
website.
2. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
http://www.roundrocktexas.qov/hometindex.asp?page=463 for any updates pertaining to the
solicitation described herein. Various updates may include addendums, cancelations, notifications,
and any other pertinent information necessary for the submission of a correct and accurate
response. The City will not be held responsible for any further communication beyond updating the
website.
3. RESPONSE DUE DATE: Signed and sealed responses are due no later than 3:00 PM, on the date
noted above to the Purchasing Department. Mail or carry sealed responses to:
City of Round Rock
Purchasing Department
221 E. Main Street
Round Rock, Texas 78664-5299
3.1. Responses received after this time and date shall not be considered.
3.2. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation
title, number, due date and "DO NOT OPEN".
3.3. Facsimile or electronically transmitted responses are not acceptable.
5 of 12
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13-968-85
JULY 2013
3.4. Late responses will be returned to Respondent unopened if return address is provided.
3.5. Responses cannot be altered or amended after opening.
3.6. No response can be withdrawn after opening without written approval from the City for an
acceptable reason.
3.7. The City will not be bound by any oral statement or offer made contrary to the written
specifications.
4. AGREEMENT NEGOTIATIONS: In establishing an agreement as a result of the solicitation
process, the City may:
4.1. Review all submittals and determine which Respondents are reasonably qualified for award
of the agreement.
4.2. Determine the Respondent whose submittal is most advantageous to the City considering the
evaluation criteria.
4.3. Attempt to negotiate with the most responsive Respondent an agreement at fair and
reasonable terms, conditions and cost.
4.4. If negotiations are successful, enter into an agreement or issue a purchase order.
4.5. If not successful, formally end negotiations with that Respondent. The City may then:
4.5.1. Select the next most highly qualified Respondent and attempt to negotiate an
agreement at fair and reasonable terms, conditions and cost with that Respondent.
4.5.2. The City shall continue this process until an agreement is entered into or all
negotiations are terminated.
4.6. The City also reserves the right to reject any or all submittals, or to accept any submittal
deemed most advantageous, or to waive any irregularities or informalities in the submittal
received.
5. POST AWARD MEETING: The City and the Contractor shall have a post award meeting to
discuss, but not be limited to the following:
5.1. Provide City contact(s) information for implementation of agreement.
5.2. Identify specific milestones, goals and strategies to meet objectives.
PART III
SPECIFICATIONS
1. HISTORY: The City resides in two counties: Williamson County and Travis County. The City has
performed approximately one hundred and fifty (150) various traffic studies in the past two (2)
years. Traffic volume data is used by the City for various purposes by the Transportation and the
Planning and Development Services departments. This information is utilized for congestion
management, traffic signal coordination, road maintenance and planning studies, as well as for the
preparation of environmental documents. In addition, community groups and private developers
may analyze this data relative to issues in community development.
1.1. The City's Traffic Systems are under the supervision of the City's authorized and designated
representative herein after "Traffic Systems Superintendent":
David Walther, Traffic Systems Superintendent
Phone #: 512-218-5566
6 of 12
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13-968-85
JULY 2013
2. SCOPE OF WORK: The City now intends to assign all field traffic count activity performed to an
independent contractor. The City staff shall receive traffic data; provided by the contractor on a
monthly basis. It will be the responsibility of the Contractor to define a process and perform Traffic
Data Collections in accordance with the City's scope of work.
2.1. Tasks to be performed by the Contractor:
2.1.1. Annual Arterial Daily Traffic Count — Seventy one (71) counts of two-day duration,
recorded at fifteen (15) minute intervals, midnight to midnight, at locations provided
by the City. (See Attachment B) The City reserves the right to change locations as
needed due to the City's growth during the term of the contract.
2.1.2. Additional counts of varying types (Le. volume, classification, peak -hour turning
movement, speed, video, ramp, etc.) on an as -needed basis, as directed by the
Traffic Systems Superintendent. The City anticipates up to forty (40) mechanical
counts per year and up to twenty (20) hand counts. The request for "on-call" count
studies shall be given to the Contractor during the first week of each month. The
completed studies will be delivered before the end of the month they are requested.
Any deviations in the agreed upon traffic monitoring schedule must receive prior
approval from the Traffic Systems, Superintendent.
2.1.3. Specific location, time, day of week, date, and direction of traffic flow information will
be collected for each study.
2.1.4. The Contractor is expected to notify the designated officials of neighboring local
jurisdictions or the Texas Department of Transportation prior to any counts being
taken on their roadways. The Contractor is expected to arrange for encroachment
permits for any counts on a state highway or within local jurisdictions requiring
permits. The terms of the permits are to be complied with in full, and the original
permit must be with the Contractor while work is being performed.
2.2. Method of reporting monitoring results to staff:
2.2.1. Data shall be transferred to the City in a "Microsoft Excel 2010" compatible format
containing one (1) spreadsheet for each location, with counts compiled in hourly
figures and a summary spreadsheet listing all locations with identifying information. A
PDF file/print of each study will also be delivered along with the Excel file as a back-
up. These shall be delivered by e-mail as attachments to the Traffic Systems
Superintendent or by use of an Electronic File Transfer internet page (commonly
referred to as an FTP site) provided for the Respondent's use by the City if the size of
files exceeds twenty five (25) megabytes.
2.2.2. Results shall be consistent and accurate, subject to the City's verification. Any
situations that may result in invalid counts, such as detours and construction
activities, shall be immediately reported to the Traffic Systems Superintendent for the
purpose of rescheduling the requested study or studies. The City will decide if
circumstances warrant alteration of the schedule.
2.3. Standards of Performance:
2.3.1. All traffic studies shall be completed using industry standard counting equipment and
will include at least two full twenty four (24) hour periods within the month specified
by the schedule. Unless specifically requested otherwise, all two (2) day traffic
studies will be completed between midnight, Tuesday morning and midnight, Friday
morning. Studies may be requested to include weekends at no additional cost to the
City. No studies shall be performed on state or federal holidays. If the quality of any
study is unacceptable, in the sole judgment of the City, it shall be the responsibility of
the Contractor to repeat the study until the results are acceptable.
7 of 12
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13-968-85
JULY 2013
PART IV
RESPONSE REQUIREMENTS
1. SOLICITATION SUBMISSION REQUIREMENTS: To achieve a uniform review process and obtain
the maximum degree of comparability, the responses shall be organized in the manner specified
below. The response and accompanying documentation are the property of the City and will not be
returned.
1.1. Responses shall not exceed ten (10) pages in length (excluding title pages(s) and index/table
of contents, attachments or dividers). Information in excess of those pages allowed will not
be evaluated. One page shall be interpreted as one side of a double-spaced, printed, 8 1/2"
X 11" sheet of paper. It is recommended that responses not be submitted permanently bound
to conserve cost for both the Respondent and the City.
1.2. The Respondent shall submit one (1) original signed paper copy and three (3) additional
copies, clearly identified as a "COPY".
1.3. Each response shall be submitted in the following order:
1.3.1. Title Page — Show the solicitation title and number, the name of your firm, address,
telephone number(s) name of contact person and date.
1.3.2. Letter of Transmittal — Identify the services for which solicitation has been prepared.
Briefly state your firms understanding for the services to be performed and make a
positive commitment to provide the services as specified.
Provide the name(s) of the person(s) authorized to make representations for your
firm, their titles, address, telephone numbers and e-mail address.
The letter of each solicitation shall be signed in permanent ink by a corporate officer
or other individual who has the authority to bind the firm. The name and title of the
individuals(s) signing the solicitation shall be clearly shown immediately below the
signature.
1.3.3. Table of Contents — Clearly identify the materials by page number.
1.3.4. Previous Performance/Experience — Provide detailed information on your firm's
experience for the services as described in the Scope of Work. Respondent shall
provide a representative list of services of a scale and complexity similar to the
services being considered by the City. The list shall include the location, client,
services provided by your firm, term of services and an owner contact name.
1.3.5. Project Team — Respondent shall identify the project team to include key project staff
and task leaders and provide statement of qualifications or resumes for those
individuals, to include education, professional registrations and areas and years of
service in the respective field. Resumes shall be included for each of the sub-
contractors to be utilized which demonstrate their qualifications to satisfy all the
critical and service requirement areas. The City reserves the right to approve or
disapprove all sub -contractors prior to any work being performed
1.3.6. Attachment A — Provide the name, address, telephone number and E-MAIL of at
least three (3) Municipal and/or Government agencies or firms of comparable size
that have utilized similar service within the last two (2) years. City of Round Rock
references are not applicable. References may be checked prior to award. Any
negative responses received may result in disqualification of submittal.
8 of 12
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13-968-85
JULY 2013
1.3.7. Available Resources and Respondent Location — Provide information on size,
resources and business history of the firm.
1.3.8. Methodology — Respondent shall define the method and approach to be used.
1.3.9. Cost Proposal — Respondent shall include a cost proposal to provide services as
described herein. Cost proposal shall be value engineered and the break -down shall
include a not -to -exceed fee schedule for each aspect of the service. Costs proposals
should be structured to include cost per type of count to allow for changes in
locations and number of counts performed.
PART V
CONFIDENTIALITY OF CONTENT
All documents submitted in response to a solicitation shall be subject to the Texas Public Information Act.
Following an award, responses are subject to release as public information unless the response or
specific parts of the response can be shown to be exempt from the Texas Public Information Act. Pricing
is not considered to be confidential under any circumstances.
Information in a submittal that is legally protected as a trade secret or otherwise confidential must be
clearly indicated with stamped, bold red letters stating "CONFIDENTIAL" on that section of the document.
The City will not be responsible for any public disclosure of confidential information if it is not clearly
marked as such.
If a request is made under the Texas Public Information Act to inspect information designated as
confidential, the Respondent shall, upon request from the City, furnish sufficient written reasons and
information as to why the information should be protected from disclosure. The matter will then be
presented to the Attorney General of Texas for final determination.
9 of 12
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13-968-85
JULY 2013
ATTACHMENT A
RESPONDENT'S REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER:
RESPONDENT'S NAME: DATE:
Provide the name, address, E-mail address, telephone number and point of contact of at least three (3)
Municipal and/or Government agencies or firms of comparable size and scope that have utilized similar
service within the past two (2) years. City of Round Rock references are not applicable. References may
be checked prior to award. Any negative responses received may result in disqualification of solicitation.
1.
2.
3.
Company's Name
Name of Contact
Title of Contact
E -Mail Address
Present Address
City, State, Zip Code
Telephone Number
Company's Name
Name of Contact
Title of Contact
E -Mail Address
Present Address
City, State, Zip Code
Telephone Number
Company's Name
Name of Contact
Title of Contact
E -Mail Address
Present Address
City, State, Zip Code
Telephone Number
Fax Number: (
Fax Number: (
)
Fax Number: (
)
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
10 or 12
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13.968-85
JULY 2013
ATTACHMENT B
CITY OF ROUND ROCK
TRANSPORTATION DEPARTMENT
ANNUAL TRAFFIC COUNT
Overview
The City's Annual Traffic Count Program provides a strategic roadmap for collecting and analyzing
Average Daily Traffic (ADT) volumes on the arterial surface streets within the current Round Rock city
limits on an annual basis. This data will allow the transportation department to provide city management,
the Council, and the local community an accurate picture of traffic patterns today and the changes that
will occur in coming years.
Study Scheduling
The Traffic Count Program currently has seventy-one (71) sections of arterial roadway identified which
are divided into three (3) groups (see the below lists). The City of Round Rock Transportation
Department recommends that each group be counted in the same month. The entire process for all
streets to be evaluated should take four to five months.
Group 1
Arterial Location
FM 3406 Between Plantation Dr and Oak Hollow Dr
FM 3406 Between Wyoming Springs Dr and Sam Bass Rd
Sam Bass Rd Between Somerset Dr and Meadows Dr
Sam Bass Rd Between FM 3406 and Desert Willow Dr
Creekbend Blvd Between Sam Bass Rd and FM 3406
Chisholm Trail Rd Between FM 3406 and Wolle Ln
Chisholm Trail Rd Between Chisholm Pkwy and Industrial Blvd
Chisholm Trail Rd Between Emmanuel St and Sunset Dr
Wyoming Springs Dr Between Stonecreek Dr and Arbor Dr
Wyoming Springs Dr Between Smyers Ln and Park Valley Dr
Deepwood Dr At Round Rock High School
RM 620 Between Wyoming Springs and Oakwood Blvd
RM 620 Between Lake Creek and Chisholm Trail Pkwy
McNeil Rd Between East Messick Lp and Oakridge Dr
McNeil Rd Between Saint Williams Ave and Round Rock West Dr
McNeil Rd Between IH -35 NBFR and Blair St
Resters Crossing Rd Between CR 172 and La Frontera Blvd
Resters Crossing Rd Between Rawhide Dr and IH 35 SBFR
La Frontera Blvd Between SH 45 and Sundance Pkwy
Group 2
Arterial Location
Greenlawn Blvd Between IH 35 NBFR and Louis Henna Blvd
Greenlawn Blvd Between Dell Way and Stratford Dr
Dell Way Between Greenlawn Blvd and South Mays St
South Mays St Between Gattis School Rd and Mays Crossing
South Mays St Between Nash St and the Lake Creek bridge
South Mays St Between Fannin Ave and Sunset Dr
Round Rock Ave Between San Saba St and Brown St
11 or 12
ATTACHMENT B Con't
East Main St
Georgetown St
Gattis School Rd
Gattis School Rd
Gattis School Rd
Gattis School Rd
A.W. Grimes Blvd
A.W. Grimes Blvd
A.W. Grimes Blvd
A.W. Grimes Blvd
Double Creek Dr
Double Creek Dr
Meister Ln
High Country Blvd
Kenny Fort Blvd
Forest Creek Dr
Forest Creek Dr
Forest Creek Dr
Red Bud Ln
Red Bud Ln
Group 3
Arterial
North Mays St
North Mays St
US Hwy 79
US Hwy 79
US Hwy 79
Bowman Rd
Bowman Rd
OId Settlers Blvd
Old Settlers Blvd
OId Settlers Blvd
University Blvd
University Blvd
University Blvd
University Blvd
University Blvd
Oakmont Dr
Sunrise Road
Sunrise Road
Sunrise Road
A.W. Grimes Blvd
A.W. Grimes Blvd
A.W. Grimes Blvd
Red Bud Ln
Red Bud Ln
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13.968.85
JULY 2013
Between North Burnet St and North Lewis St
Between Timberwood Dr and Pecan Ave
Between Surrey Dr and Oxford Blvd
Between South Creek Dr and Joyce Ln
Between Meister Ln and Rolling Ridge Dr
Between High Country Blvd and Red Bud Ln
Between US HWY 79 and Logan Dr
Between Logan Dr and Gattis School Rd
Between Gattis School Rd and Louis Henna Blvd
Between Louis Henna Blvd and Roundville Ln
Between Henna Way and Ray Berglund Blvd
Between Bryant Dr and Louis Henna Blvd
Between Gattis School Rd and Louis Henna Blvd
Between Flower Hill Dr and Southampton Way
Between Joe DiMaggio Blvd and Forest Creek Dr
Between Grey Feather Dr and Kenny Fort Blvd
Between Kenny Fort Blvd and Rusk Rd
Between Lake Forest Dr and Forest Ridge Blvd
Between CR 123 and Evergreen Dr
Between Jackrabbit Run and Doris Ln
Location
Between Bowman Rd and Texas Ave
Between Greenhill Dr and Jeffery Way
Between IH 35 and Mays St
Between North Georgetown St and Sunrise Rd
Between Joe DiMaggio Blvd and Harrell Pkwy
Between Greenhill Dr and Egger Ave
Between Sunrise Rd and Buckeye Ln
Between Greenhill Dr and Mesa Park Dr
Between Champion Dr and Water Spaniel Way
Between Brenda Ln and Bluffstone Dr
Between IH 35 and Oakmont Dr
Between Oakmont Dr and Sunrise Rd
Between Sunrise Rd and Orion St
Between Campus Village Dr and College Park Dr
Between A.W. Grimes Blvd and CR 110
Between University Blvd and Terravista Pkwy
Between Tiger Trl and US HWY 79
Between OId Settlers Blvd and Bowman Rd
Between Eagles Nest St and Luther Peterson PI
Between University Blvd and Old Settlers Blvd
Between Old Settlers Blvd and Tiger Trail
Between Tiger Trl and US HWY 79
Between US HWY 79 and Mickey Mantle PI
Between OId Settlers Blvd and CR 117
12 of 12
Traffic Data Collection Services
For Round Rock Texas
Solicitation Number: 13-039
Specification Number: 13-968-85
/ROUND ROCK, TEXAS
PURPOSE. PASSION. PROSPERITY.
Quality Counts
.4N1ecel ANN. OA rA COMCl W9
Round Rock Traffic Data Collection Services 2013
Solicitation ff13-039 Specification t413-968-85
ROUND ROCK, TEXAS TRAFFIC DATA COLLECTION SERVICES
August 12, 2013
Simo Benchellal
Quality Counts, LLC
4127 Hollister St. Suite K
Houston, Texas 77080
713.588.1718
sbenchellal@qualitycounts.net
www.oualitvcounts.net
City of Roun ,Rock
Purchasing Department
221,E Main. Street
Round Rock, Texas 78664-5299
'Whom It May Concern,
'Ids my pleasure to submit this proposal to provide traffic data collection services for the City of Round
Rock, Texas. Quality Counts has proven itself a dynamic company- with the staff, equipment,
.experience, and products to meet the needs of the City described in. this RFP. Upon selection, we will
.:be committed to providing the City with 71 mechanical counts of two day duration recorded at 15
• minutes intervals. Also, we will be committed to providing the City on. an as -needed basis, up to forty
mechanical counts and up to twenty hand counts that will be given the first week of the month:
•
•
have also included additional information outlining QC's capabilities, technical apprpach, and
references. I will serve as the project principal working with an experienced team :of 2131.0.1 -time,
permanent employees to provide prompt and reliable service. i will work with Mr: JR Wegehaupt to
manage: the collection, processing, and delivery of this project.
We dobklorWard.to the opportunity to work with the city of Round Rock, Texas. If you have any
questions concerningthis proposal, please call me at 713.588.1718.
Sincerely, 'r
Simo Bencheliai I Operations Manager
Quality Counts, LLC
a www.qualltycounts.net 2
Round Rock Traffic Data Collection Services 2013
Solicitation #13-039 Specification #13-958-8S
TABLE OF CONTENTS
Letter of Transmittal 2
1. Previous Performance and Experience 4
2. Project Team 5-6
3. Attachment A— Respondent's Reference Sheet 7
4. Available Resources and Respondent Location 8
5. Methodology
6. Cost Proposal
8-9
11-13
7.:Attriehrnerit13 = Tube Count PDF Report Sample 14
OE
www.qualitycounts.net
3
1
Round Rock Traffic Data Collection Services 2013
Solicitation #13-039 Specification #13-968-85
1. PREVIOUS PERFORMANCE/EXPERIENCE:
TxDOT Loop 375 Program
a
° -:r
CC Gy: t.'l A },
?lt SyFi 4
�l i�ih
}$ fl i tri
_ +' J S , . i? s t
�1 Jt4 ?A
n °��" �ll �� ti
`�: qty= •
. u � ? t�`� 1S-7 •
4•�tI`�C irl�
T +. h9� # r r'
� zV ' '..�•'c, `��
` n�F,,Fi``{.S .' ` t'.0,'
XV
�{' �,�; r ,r
,'[�-'-"•r.Q. Yc
s2 �
�, Zr
'tit ,. .. }x
,, c Z y '�76
S J l '(-
; ��
`� t xro,
} 2"i '
i +T • �. • r;
c
Dannenbaum
Engineering
Loop 375 South, EI Paso
Collected 304 Hours
TMCs and 113 Tube
Counts
Simo
gerichellal " ,
May 2013
I. -Sgs ' - A-
I.4.-,,,,' . ., '" 2,rt,, ..,..._ 70,,tRoFes,.,
I., e _c _.ri two ,s .t„v„,..„t„.4,i-s,;,,:,,!iii„1,4,,,
0.:0, lizi- 0. ,
„..,k, Of l'A 0 k t '''
Quality Counts conducted turning movement counts and.
mechanical counts on f. Loop, 375: in El. Paso. This project required a
high degree oplanning and tight execution because we were
given a,very short lead time.on the project. The scope of the
project included over 50 turning movement counts and just over
100 .tube counts
Jose Reyes
Jose.Reyes@dannenbaum.com
10737 Gateway Blvd West
El Paso, TX 79935
9154901566
TxDOT Loop 375 Program
k1,°3v a:1:aY
.
C,
'•' �.4. A
?,yam iW a `.:4,01c .
s ,";' -
•E •c �i•e SW -,
} 14 'r
- "t. J • -ti � ..
.ri�t •2 "" F,"-
vR `' .++.t c3 r".A'4 x
Aoj'b' 7
�[[��h�-i�� S ,,,f•J+:"' Orr'} �t
> w�' v:£8R. x>�{t+s ITt -..
•Ri 52.0.7,''i'•v
hYy t " `
s��' S
a�`• f �L 4 y, �6n-r..1.
L +rlt:yw.•rµi... -3:£ .
• -:gra-
�y F'ri a'
S
} i '� t. f5
u.ii44' �. •�..� J
_
MCI
Loop 375 North of l
Collected 260 Hours
TMCs and 63 Tube
Simo Benchellal :.,
May 2013
'. ' :May 2012
10,500
$10,500
10, El Paso
Counts
� > 4:i.31.
Ct72ah
•r'
``'R..�4....-
j���Y•{
^
A
v f= : ''' .-- ,1AT
`.� "a3 en„t .,-�-� :4.
' t-^(�I`��,+3Y ti its �t� ayI".
n,s. aSr� a .:?1'$�:..,�..,•T?�t
` r�v"r x"� 'G
L:...�.� w'��.sC. "
1 r,'''''i 31r
.--n.11-
QC conducted studies at over 17 intersections, including over
Mary'n Gomez
30 turning movement counts and just over 60 tube counts.
MGomez@MorenoCardenas.comMoreno
This project was again extremely tight having only a weeks'
Cardenas Inc
notice to prepare. We were able to fly in resources from out
2505 E. Missouri Avenue
other office to accomplish the data collection asked of us.
-. El Paso, TX 79903
We flew in over 50 tube counters and 2 full time managers to
• 9155322091
manage and coordinate the project details.
City of Hercules Speed:Survey
•;} .,
``..
^.." t ., s/5 k .px ,.,
xi tj- 'F
t e. wx, '2. 3i �
}� I�es .
Ft f 1-, yfi 7 4
. ;`Z � j•'-. r i' ��v.� LTJ'i :�,
to 4r } ti„4`s'
-ri•
t7 f "f> '�v . u:,-.4.4.*
' Si:e 0 e -
.>4.-4:41':: Sm h� ,t '
I��r:'ti��1• rhV �� �f�
A;s 9� t y-p�
44
l A
rs i Lva �i
s,.•tt gj •�F
*' �� Y>-li?'1.
2 i- v3!
r +5 �Si.'
4.i� t ..,
.: svh.,�AY�.i'� '`.� � .,L`f.
'h r3'
s.,,. •^ r t.,'
' t4b�
sy 1F
. b;. i;�•i '..4
Transystems
.
48 hr bidirectional speed tube
•c• oTtiunts.:
•69 TubeCount.:
• -
L?.ocations
•' `
Dan Franz
'. ' :May 2012
10,500
$10,500
' .°tr�, -
Zf.: •- C.
,
a' 31
•..„ e. , . t. �.
., ,t a •
� > 4:i.31.
Ct72ah
•r'
``'R..�4....-
j���Y•{
^
A
4.'. Y
\ . 3";�l
On behalf cif ti e!City of Hercules, Transysterris,and Quality Counts
performed a comprehensive speed:survey,'throughout the City of
Hercules using 48-hour machine tube -counts to collect data to,
ultimately determine 85th percentile speeds, and validate or
update speed limits.
Jerome C. de Vernier
14th
CA 505Street, Suite 1000
Oakland
(510)8355- 612
8 277 61
www.qualitycounts.net
4
Round Rock Traffic Data Collection Services 2013
Solicitation #13-039 Specification #13-968-85
2. PROJECT TEAM:
The combined experience and resources available to our Project Team will easily allow us to successfully
accomplish the data collections tasks required by this RFP and the City of Round Rock. With 27 full time and 130
plus part-time employees to draw upon for support, we can definitely handle the project load required by Round
Rock. As far as equipment goes our Texas operations inventory allows for us to deploy sufficient equipment and
personell as needed by the City project work. We have 15 of the latest and greatest Jamar Tube Counters at the
ready to deploy when necessary. We also have 41 HD video cameras available to draw upon for this contract.
Should this additional`resources be required, we can rely on the additional inventory throughout our company.
We have roots than .enough resources to call upon if necessary: 699 HD cameras and 328 tube counters.
•
Project Prime
JR Wegehaupt
Project Support/Senior Review
Operations Manager
Simo Benchellal
Project Management & Execution
Field Crew Supervisor
Jose Martinez
1
GERALD OR) WEGEi upT,
Regional Manager—Texas, WCM, Portland
Quality Counts, LLC
Years of Experience: 10
CT
Quality Counts
EDUCATION
Business Administration, Hotel Management, Hawaii Pacific University, 1989
a
www.qualttycounts.net
5
Round Rock Traffic Data Collection Services 2013
Solicitation #13-039 Specification #13-968-85
ABOUT
Gerald Wegehaupt serves as Regional Manager for Quality Counts' corporate office located in Portland, OR.
Over the last 10 years he has managed hundreds of transportation data collection and data analysis projects
across the United States and internationally. Mr. Wegehaupt has worked with many clients to develop
customized data collection techniques and report formats. In addition to his responsibilities in Quality Counts'
Portland office, Mr. Wegehaupt is involved in planning and equipment coordination for large projects
nationwide.
RELEVANT EXPERIENCE (SELECTED)
Oregon Department of Transportation Annual Count Program: QC hasprovided(3hr; l6hrand 24hr) manual
and automated 13 -vehicle classification counts to the ODOT for :their yearly study program since 2004. The
contract was extended every year forthe maximum amount of years and we recently won the contract again for
2011. The contract: can:::be.extended.through2015.
Washington Counts Quality Counts is under. .contract to provide annual data collection in the form of tube
counts for the SW Washington Regional Transportation Council in 2006, 2007, and 2008. We won an extension
for 2009,:201.0, and 2031.
City;of:Redmond'WA: QC has provided the data collection servicesfor the City of Redmond's annual count
program_ since,the spring of 20010.
Q BENCHELLAL
Texas`. Operations Manager
Quality Counts, LLC
:years of Experience:1
*EDUCATION
A, Murray State University, 2004-2006
is ;Finance, international Institute for Higher Education, 2002
RELEVANT EXPERIENCE
a.
Quality Counts
Mr Benchellal currently serves as Manager of Texas and Southern Operations, and as such is responsible for
project and `employee oversight in these areas. He will act as the: primary POC forthe purposes of this contract.
RELEVANT EXPERIENCE (SELECTED):
Pedestrian° Study, HDR, NAS Corpus Christi, TX. Mr. Benchellal led a. team of QC employees tasked with Pedestrian
study in major corridors in:the Naval Air Station Corpus Christi. •
Travel -time Study. Analysis, Arcadis,.:Houston, TX. Mr. ,Benchellal led a team of QC employees tasked with
determining travel -time a 3; rniles.:corridorin'Sugarland.
Loop 375 Traffic Data Collection,'TxDoT;.Ei Paso, TX. Mr. Benchellal worked with local engineering firms Moreno
Cardenas, Inc. and Dannenbaum to collect a large set of data from Loop 375 in El Paso, TX. QC collected 160+
locations of Classification and volume tube counts and SO+ turning movement counts.
www.qualitycounts.net
6
Round Rock Traffic Data Collection Services 2013
Solicitation #13-039 Specification #13-968-85
3. ATTACHMENT A - RESPONDENT'S REFERENCE SHEET
ATTACHMENT A
RESPONDENT'S REFERENCE SHEET
cT
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: 13-039
RESPONDENT'S NAME: Quality Counts, LLC
DATE: 8/9/2013
Provide the name, address, E-mail address, telephone number and point of contact of at feast three (3)
I funic-ipar and/or Government agencies or firms of comparable size and scope that have utilized similar
service within the past two (2) years. City of Round Rock references are not applicable_ References may
be checked prior to award. Any negative responses received may result in disqualification of solicitation.
1.
2.
3.
Company's Name
Name of Contact
Title of Contact
E -Mail Address
Present Address
City, State, Zip Code
Telephone Number
Company's Name
Name of Contact
Title of Contact
E -Mail Address
Present Address
City, State, Zip Code
Telephone Number
Company's Name
Narne of Contact
Title of Contact
E -Mail Address
Present Address
City, State, Zip Code
Telephone Number
Washington County
Stacy Shetler
City Engineer
stacy slietlez@co_waahington.or.irs
1400 SW Walnut St, MS 17B
Hillsboro, OR 97123
( 503 ) 846794.7 Fax Number: (
City of Sugar Land
David Worley
Engineer
dwori ey@sugariandtx_gov
111 Gillingham Lane
Sugar Land, TX 77478
( 281 ) 275-2450 Fax. Number. ( )
City of San Marcos
Ning Zou
Engineer
nzot@sanniarcostx.gov
630 East Hopkins
San Marcos, TX 78666
( 512 ) 3938034 Fax Number: (
)
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
www.qualitycounts.net
7
Round Rock Traffic Data Collection Services 2013
Solicitation #13-039 Specification 1113-968-85
4. AVAILABLE RESOURCES AND RESOURCES AND RESPONDENT LOCATION
Quality Counts is a full-service transportation data collection firm based in Tigard, Oregon, with additional
offices in: Tampa, Florida; Baton Rough, LA; Houston, TX; Charlotte, NC; Vienna, VA; and Walnut Creek, CA. in
addition to our fully staffed offices, we also have staffed locations where we have trained field technicians and a
solid equipment base: Honolulu, HI; Detroit, MI; Minneapolis -St Paul, MN.and Chicago, IL.
Our projects and clients — both public and private -- have given us extensive experience in the business of
transportation data collection nationwide.
Our parent company is Kittleson and Associates, Inc., a nationally recognized engineering firm that's been in
business
,years. Since its inception in 2003, QC has conducted over 25,000 turning movement
counts,;}10,000.: tube counts, 800 travel time surveys, and 10,000 hours of manual 13 -vehicle classification
:studies, along with thousands of hours of the studies listed below.
• Turn Counts
▪ Land use surveys
• License plate surveys
• Origin - destination studies
• Parking accumulation counts
• Parking lot demand and supply surveys
• Pass-by/internal/diverted trip surveys
• Passenger car occupancy surveys
• Pedestrian volume counts
Radar speed surveys
• Road inventory surveys
• Saturation flow rate studies
• Sign inventory surveys
• Speed curve indicator (ball bank) surveys
• Stop sign delay:stiudies
• Transit surveys
• Travel postcard surveys
• Travel time surveys
Vehicular gap studies
Video surveii[ance
:service to a wide range of consulting
including the following subsetof our client list:
•` :`p COM;.;...
• Dannebaum;Engineering_
• Cambridge Systematics •
• UA Engineering
• Bexar County
engineering .firms, colleges, jurisdictions,
HDR Inc,
URS engineering
Kimley-Horn and Associates
•
Kittelson & Associates
•
Ally Design Solutions
QC combines leading-edge technology with traditional transportation data collection techniques to ensure the
most accurate and efficient data collection procedures. QC also features a sophisticated on -fine ordering and
www.qualitycounts.net
8
Round Rock Traffic Data Collection Services 2013
Solicitation #113-039 Specification #13-968-85
database system (see www.qua(itvcounts.net), video or Wavetronix radar data collection options, and an
Internally -developed online data warehouse for access to all data reports anytime with multiple formatting
options.
5, METHODOLOGY
Since 2004, Quality Counts has used video cameras to capture turning movement count data. As such, QC
maintains a smaller staff of highly trained field technicians that work with our—camera equipment and are
specifically trained to capture turtling movement counts in all situations, locally and across the country.
Turning Movement Counts -0ur•Video Reduction Team maintains a Targe staff of dedicated video counters on
both US coasts, :fry ourawo Video Reduction Centers (VRCs). This enables us to easily take an and deliver
consistent; juality. Our counters, who have all had to pass rigorous: counting tests to be on our counting team,
er supervision to count inbound video from our various offices, while VRC management staff and
• project °managers are jointly responsible for the quality of the data output and client deliverables.
After count completion, VRC management staff is responsible for reviewing aspects of quality control, including
c bitfiot limited to accuracy of lane configurations, consistent count volumes •between adjacent intersections,
:accuracy of count details (times, dates,etc), and data integrity. Most sites are then subjected to test counts,
wlich';consist of recounting 3 consecutive 5 -minute segments of a location to verify accuracy. Similar review
then occurs at the project management level to further ensure quality control.
,video data allows us to offer more accurate counts at a _reduced:cost, as we are able to return to the
video as necessary'toverify numbers without having to return to the • field,and the counters in a controlled
environment, can pause for bathroom breaks, on to regain their focus. This is not possible with on-site manual
counts, and does doeS:nOtiequirethmOletetrUst in
It is important to note that QC does not use automated video collection units, such as the ones sold by
Miovision. Our internal testing has led us to determine that manual counts in a controlled environment are
more accurate, particularly with high occupancy/volumes of vehicles, bikes, and pedestrians, and our internally -
Q:
www.qualitycounts.net
9
Round Rock Traffic Data Collection Services 2013
Solicitation #13-039 Specification B13-968-85
developed system allows us a very high level of flexibility for equipment deployment, allowing for 1 or 2 cameras
set-up at an intersection, instead of 2 to 4 cameras as is necessary for accurate Miovision angles. Use of our own
equipment has also allowed us to scale up our equipment inventory, ensuring multiple large projects may be
undertaken simultaneously.
These factors are part of what has allowed QC to bid on count programs around the country, work in exterior
markets with the same level of responsiveness, accuracy, and efficiency as in our local markets, and continue to
win large video counting projects.
ADT Tube Countss.All;of:•our:field technicians are trained and highly effective at performing machine count along
with operating our camera equipment. Each of our tube counts starts with a diagram of the count location
which we :call a:"counters checklist". The counter checklist includes a graphical site drawing of where the
eguipmentwas placed along with observations which may be informative and beneficial to the engineers
workiigon the project.
When. Conducting road tube counts QC knows selecting the best location fora given study is paramount to both
safety and count reliability. Having conducted thousands of road tube counts while servicing our government
contracts and private sector clientele, QC has developed a great deal of expertise in these studies. We have
fine=tuned our system to minimize the risks to both our staff and the public at large, while maximizing:the
accuracy of our counts.
Quality Control and Redo Criteria: Once a project is undertaken, we employ numero..us.quality:control measures
to make sure thehighest quality data is delivered to our customers. Road tube counts are subject to on-site
manual test counts to confirm.; the tube .count data's accuracy. Should we find the tube count data does not
match our manual test
count, we schedule a recount of the location at no additional charge to our customer.
We have a crew of fully trained field technicians that will be able to serve Round Rock's needs on this project.
www.qualltycounts.net
10
Round Rock Traffic Data Collection Services 2013
Solicitation #13-039 Specification fi13-968-85
6. COST PROPOSAL
Group 1
Arterial Location
Unit
Cost/Day
Arterial Location
Unit
Cost/Day
Additional
Day cost
Number
of Lanes
Days
Total
FM 3406 Between Plantation Dr and Oak Hollow Dr
4
110
60
4
110
2
$170
FM 3406 Between Wyoming Springs Dr and Sam Bass Rd
$170
110
60
4
4
2
$170
Sam Bass Rd Between Somerset Dr and Meadows Dr
110
90
50
2
$170
2
$140
Sam Bass Rd Between FM 3406 and Desert Willow Dr
4
90
50
2
110
2
$140
Creekbend Blvd Between Sam Bass Rd and FM 3406
$170
110
60
4
4
2
$170
Chisholm Trail Rd Between FM 3406 and Wolle Ln
90
110
60
4
$140
2
$170
Chisholm Trail Rd Between Chisholm Pkwy and Industrial Blvd
2
90
50
2
110
2
$140
Chisholm Trail Rd Between Emmanuel St and Sunset Dr
$170
90
50
2
4
2
$140
Wyoming Springs Dr Between Stonecreek Dr and Arbor Dr
110
110
60
4
$170
2
$170
Wyoming Springs Dr Between Smyers Ln and Park Valley Dr
4
110
60
4
110
2
$170
Deepwood Dr At Round Rock High School
$170
110
60
4
4
2
$170
RM 620 Between Wyoming Springs and Oakwood Blvd
110
110
60
4
$170
2
$170
RM 620 Between Lake Creek and Chisholm Trail Pkwy
110
60
4
2
$170
McNeil Rd Between East Messick Lp and Oakridge Dr
110
60
4
2
$170
McNeil Rd Between Saint Williams Ave and Round Rock West Dr
110
60
4
2
$170
McNeil Rd Between IH -35 NBFR and Blair St
110
60
4
2
$170
Hesters Crossing Rd Between CR 172 and La Frontera Blvd
110
60
4
2
$170
Hesters Crossing Rd Between Rawhide Dr and IH 35 SBFR
110
60
4
2
$170
La Frontera Blvd Between SH 45 and Sundance Pkwy
110
60
4
2
$170
*. �S.giF a...st; iLAS .$�ikRM. ;12 Pi. Group lTotal
.<..e
l'i
a..i.. 5 e♦ rr..
. +:
E:..
?.. 3
.s34 --Psi
Group 2
Arterial Location
Unit
Cost/Day
Additional
Day cost
Number
of Lanes
Days
Total
Greenlawn Blvd Between IH 35 NBFR and Louis Henna Blvd
110
60
4
2
$170
Greenlawn Blvd Between Dell Way and Stratford Dr
110
60
4
2
$170
Dell Way Between Greenlawn Blvd and South Mays St
110
60
4
2
$170
South Mays St Between Gattis School Rd and Mays Crossing
110
60
4
2
$170
South Mays St Between Nash St and the Lake Creek bridge
110
60
4
2
$170
South Mays St Between Fannin Ave and Sunset Dr
110
60
4
2
$170
Round Rock Ave Between San Saba St and Brown St
110
60
4
2
$170
East Main St Between North Burnet St and North Lewis St
90
50
2
2
$140
Georgetown St Between Timberwood Dr and Pecan Ave
90
50
2
2
$140
Gattis School Rd Between Surrey Dr and Oxford Blvd
110
60
4
2
$170
Gattis School Rd Between South Creek Dr and Joyce Ln
110
60
4
2
$170
Gattls School Rd Between Meister Ln and Rolling Ridge Dr
110
60
4
2
$170
Gattis School Rd Between High Country Blvd and Red Bud Ln
110
60
4
2
$170
A.W. Grimes Blvd Between US HWY 79 and Logan Dr
110
60
4
2
$170
A.W. Grimes Blvd Between Logan Dr and Gattis School Rd
110
60
4
2
$170
A.W. Grimes Blvd Between Gattis School Rd and Louis Henna Blvd
110
60
4
2
$170
a
www.qualtycounts.net
11
Round Rock Traffic Data Collection Services 2013
Solicitation #13-039 Specification #13-968-85
A.W. Grimes Blvd Between Louis Henna Blvd and Roundville Ln
110
60
4
2
$170
Double Creek Dr Between Henna Way and Ray Berglund Blvd
110
Total
60
4
2
$170
Double Creek Dr Between Bryant Dr and Louis Henna Blvd
110
2
60
4
2
$170
Meister Ln Between Gattis School Rd and Louis Henna Blvd
90
2
50
2
2
$140
High Country Blvd Between Flower Hill Dr and Southampton Way
90
50
2
2
$140
Kenny Fort Blvd Between Joe DiMaggio Blvd and Forest Creek Dr
90
50
2
2
$140
Forest Creek Dr Between Grey Feather Dr and Kenny Fort Blvd
110
60
4
2
$170
Forest Creek Dr Between Kenny Fort Blvd and Rusk Rd
110
90
60
4
2
$170
Forest Creek Dr Between Lake Forest Dr and Forest Ridge Blvd
110
Bowman Rd Between Sunrise Rd and Buckeye Ln
60
4
2
$170
Red Bud Ln Between CR 123 and Evergreen Dr
110
$170
60
4 `
2
$170
Red Bud Ln Between Jackrabbit Run and Doris Ln
80
2
50
2 .
2
$130
`, a s, 2,w,: . Group 2l'otal z 1 .. '
.
. $4 440 ..
Group 8
Arteriai LocationDays
Unit
Cost/Day
Additional
Day cost
Number
of Lanes
Total
North MaysStBetween Bowman Rd and Texas Ave
. 110
60
4
2
$170
.. Nort.:Mays`St Between Greenhill Dr and Jeffery Way
:90
SO
2
2
$140
US Hwy 79 Between IH 35 and Mays St
110
60
4
2
$170
tJS.Hwy 79 Between North Georgetown St and Sunrise Rd
11060
4
2
$170
US Hwy 79 Between Joe DiMaggio Blvd and Harrell Pkwy
110
60
4
2
$170
• Bowman Rd Between Greenhill Dr and Egger Ave
90
•
' 50
2
2
$140
Bowman Rd Between Sunrise Rd and Buckeye Ln
110
60
:.
4
2
$170
Old Settlers Blvd Between Greenhill Dr and Mesa Park Dr
110
60
:
4
2
$170
Old Settlers Blvd Between Champion Dr and Water Spaniel Way
110
60
.
4
2
$170
Old Settlers Blvd Between Brenda Ln and Bluffstone Dr
110
60
-,
4
2
$170
University Blvd Between IH 35 and Oakmont Dr
110
60
4
2
$170
. University Blvd Between Oakmont Or and Sunrise Rd
110
60-
4
2
$170
University Blvd Between Sunrise Rd and Orlon St
110
60
4
2
$170
University Blvd Between Campus Village Dr and College Park Dr
110
60
•
4
2
.$170
University Bivd Between A.W. Grimes Bivd and CR 110
-90
50
2
2
x$140 ,
OakrnontDr Between University Blvd and Terravista Pkwy
110
60
4
2
'.$170
Sunrise Road Between Tiger Tr) and US HWY 79
110
60
.
.4
2 :
$170
Sunrise Road Between Old Settlers Blvd and Bowman Rd
110 .
60
.
4
2
$170
Sunrise Road l3etween Eagles;Nest St and Luther Peterson 01
110
60
4
2
$170
A.W. Grimes Bh d aetween Ugiversity Bivd and Old Settlers Bivd
110
60
4
2
$170
A.W. Grimes Blvd Between Oid.$ettlers Bivd and.. Tiger Trail:
110
60
4
2
$170
A.W. Grimes.B14 Between TlgerTrl.and 0S HWY 79
110
60
4
2
$170
Red Bud Ln Between US HWY 79 and.Nlickey Mantle PI
90
50
2
2
$140
Red Bud Ln Between Old Settlers Blvd and CR 117
90
50
2
2
$140
•1ahry !r =tr, ,.y,e'csri •-i-N .. ,ga i ,t
-.
r
$3, Q'£
4 te ,. `;, ; d ota�(Groii , , 3,0 '''..0. 3)s ,. t: .,
$1.1.440 `
www.qualitycounts.net
12
Round Rock Traffic Data Collection Services 2013
Solicitation #13-039 Specification #13-968-85
On -Call Rate Schedule
Turning Movement Counts
2 hr One Person Manual
Turn Count
2 hr Two Person
Manual Turn Count
Per Location
$100
$150
Additional Hour
$50
$75
Tube Counts (24 hours of data, priced per roadway, regardless of # of counters set out)
Volume Studies (per LOCATION, including 1-2 equip. sets)
Per Location
Additional Day
Bi -Directional 2 lane roadway
$90
$50
8i-Directional4 lane roadway
$110
$60
Speed and/or Classification Studies (per LOCATION, including 1-2 equip.
sets)
Per Location
Additional Day
One Direction:
-
21ane roadway
$90
$50
4lane roadway
$110
$60
Bi -Directional:
21ane roadway
$120.
$70
4lane roadway
$140
585
Driveway Studies
Per Location
Additional Day
Combined flow
$75
$55
Bi -Directional flow
$150
575
Traffic Surveys & Travel Hourly Rate
Parking Lot, Trip Generation, Delays, etc
www.qualitycounts.net
13
Round Rock Traffic Data Collection Services 2013
Solicitation #13-039 Specification #13-958-85
Attachement 8 - Sample Tube Volume PDF Report Sample:
Comments: Between the Tampa Say Golf &Tennis Club and the 1.75 southbound Tampa
PM Peak
Volume
CD
i3 ro
m CO
% weekday
Average
% Week
Average
Ami
`"
'-i
_'333333333?33353333333333
11 O $D m-1 c9 0 d' W N -• N -1 a W 9? 1 9 9 A9? (1 -'
O O O O O O O6 O O O O O O 0 0 0 O 0 pp O 0 C O
0 0 0 O 0 O O 0 0 0 c) O 0 0 0 0 O Q O O O O 0 0
v'o'aro-av'vv la -a la lab AbYD T. DDDDDb
w
a
R
LOCATION: SR 52 W of 1-75 S8 Ramps QC dos ri: 10388105
SPECIFIC LOCATION: 200 ttfrom 1-75 S8 Ramps DIRECTION: EB
CITY/STATE: Pasco , FL DATE: Oct 1382008 - Oct 09 2008
5:OOPM 4:OOPM
759 738
7:00 AM 7:00 AM
1001 920
O
O
iJ
e
O
CO
o
6
O
iJ
e
cD
to
W
O:
G
orn
C�
-•IJ
..s
-) N -01 "C C) -4 (J t.) CA th Cil -J O -J CO —
m tWn CI 0 CO CD to a I' 0 COna Ch COO AO ^401iom w— w CO CO KJ OW)
` -. N W Ch Ch V .4 Ch CA 01 CA 01 J V CO V NJ -t
OCO -. 00 WW Cit NJ O. N Cil CO L N Ch 0 O Cit W h en
Ch -. .4 NO .;.+ Co OCA -- 01 V 3. NJ O O CO W CO Ci CA0)(
--- - - --------- ------
Mon Tue Wed----- Thu Fri
08 -Oct -06 09 -Oct -08
4:00 PM
737 '
ti
CO 0
Ct r'
Q
O
C7
b
o
Z
O
Gj
_ _
01 - C0) (Y C0) — 01 0) ..N W 0 O
O1 V O Ch 0 V COW 0) 41 Cil CO U -• COW COW fil Q) h O 01 CO CO A
11 W 00 Cn G Ch Cil -+ CO V CD -• IJ -• O CO CO Y W 4l -4 CO -j '�
Fa
4k
, M
Ico
1 c
A
J O
W O
+4'0
3
W
(0 O
O) O
O 'tom
a4
O'
A; -+
CD
O) ^I O C
NJ L W CV
NN
O V
O1 CA
Average Week
Hourly Traffic
43
37
36
63
107
313
748
980
761
732
631
616
637
638
651
731
737
669
535
13loaf
Average Week Profile
www.quulitycounts.net
14
ROUND ROCK, TEXAS
IMPOSE AMON Pwsvn"x
City of Round Rock
Agenda Item Summary
Agenda Number: G.10
Title: Consider a resolution authorizing the Mayor to execute a contract with
Quality Counts, LLC for traffic data collection services.
Type: Resolution
Governing Body: City Council
Agenda Date: 12/19/2013
Dept Director: Gary Hudder, Transportation Director
Cost: $35,000.00
Indexes: General Fund
Attachments: Resolution, Exhibit A
Department: Transportation Department
Text of Legislative File 13-1014
The City of Round Rock Transportation Department, with the assistance of the Purchasing
Department, recommends approval and award of the Traffic Data Collection Service
contract with Quality Counts, LLC. This contract will enable the Transportation Department
to create and maintain annual traffic counts on the City's major arterial and
commercial -collector roadways and to continue to respond quickly and accurately to
residential and commercial traffic data requests. Currently, these data collection tasks are
being completed by the Traffic Operations division staff, whose main duties include
maintaining and repairing traffic signals, street signs, and pavement markings.
The annual counts on arterials will capture directional volume data that will be combined
and used to create a City-wide traffic data map layer that can be included in the City's
on-line GIS mapping system. The "on -request" counts are mostly used for analysis of
neighborhood associations' or individual residents' requests for traffic calming devices such
as "speed humps", stop signs, and lower posted speed limits. The annual arterial count
program will be conducted and concluded between February and May each year, while the
"on -request" counts will be conducted monthly with coordinated efforts to fast-track
collection of critical data if necessary.
Quality Counts, LLC is a reputable traffic counting firm whose home office is located in
Houston, Texas. Quality Counts was selected through a lengthy and thorough solicitation
process based on "best value" provided to the City. The contract period runs for three
one-year terms with two possible contract extensions. The value of this contract will vary
from year-to-year as the number of "on -request" counts depends primarily on the input from
City of Round Rock Page 1 Printed on 12/17/2013
Agenda Item Summary Continued (13-1014)
our customers. The annual arterial count program costs will be fairly static, with the only
changes expected to occur if new sections of major roadways are opened through
construction efforts. These costs are budgeted to not exceed $35,000.00, with $11,400.00
of that being the annual arterial program. The City has reserved the right to annual
evaluations of Quality Counts' performance, the results of which could include termination of
the contract if City staff is dissatisfied with the services rendered and/or their responses to
evaluation comments from staff.
Cost: $35,000.00
Source of Funds: General Fund
Staff recommends approval.
City of Round Rock Page 2 Printed on 12/17/2013
EXECUTED
ORIGINAL
DOCUMENT
FOLLOW
CITY OF ROUND ROCK AGREEMENT FOR
TRAFFIC DATA COLLECTION SERVICES
WITH
QUALITY COUNTS, LLC
THE STATE OF TEXAS
CITY OF ROUND ROCK
COUNTY OF WILLIAMSON
COUNTY OF TRAVIS
KNOW ALL BY THESE PRESENTS:
THAT THIS AGREEMENT for traffic data collection services, and for related goods and
services, (referred to herein as the "Agreement"), is made and entered into on this the Oh- day
of the month of ��13 by and between the CITY OF ROUND ROCK, a Texas home -
rule municipality, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-
5299 (referred to herein as the "City"), and QUALITY COUNTS, LLC, a Texas limited liability
company whose offices are located at 4127 Hollister Street, Suite K, Houston, Texas 77080
(referred to herein as the "Services Provider").
RECITALS:
WHEREAS, City desires to purchase traffic data collection services, and to purchase
goods and services related to traffic data collection, and City desires to procure same from
Services Provider; and
WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and
services, and City has selected the bid submitted by Services Provider; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is
mutually agreed between the parties as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Services Provider
whereby City is obligated to buy specified services and Services Provider is obligated to sell
same. The Agreement includes the following: (a) City's Invitation for Bid designated
Solicitation Number 13-039, Specification Number 13-968-85 ("IFB"); (b) Services Provider's
Response to IFB; and (c) any exhibits, addenda, and/or amendments thereto. Any inconsistencies
00279290/ss
-C1(a
or conflicts in the contract documents shall be resolved by giving preference in the following
order:
(1) This Agreement;
(2) Services Provider's Response to IFB;
(3) City's Invitation for Bids, exhibits, and attachments.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods and services mean the specified services, supplies, materials,
commodities, or equipment.
2.01 EFFECTIVE DATE, TERM, ALLOWABLE RENEWALS, PRICES FIRM
A. This Agreement shall be effective on the date this Agreement has been signed by
each party hereto, and shall remain in full force and effect unless and until it expires by operation
of the term indicated herein, or is terminated or extended as provided herein.
B. The term of this Agreement shall be for thirty-six (36) months from the effective
date hereof. After that term, this Agreement may be renewed for two (2) successive twelve-
month periods, under the same terms and conditions, only upon the express written agreement of
both parties, and only provided that the Services Provider has performed each and every
contractual obligation specified in this Agreement.
C. Prices shall be firm for the duration of this Agreement and for any renewal
periods. No separate line item charges shall be permitted for invoicing purposes, including but
not limited to equipment rental, demurrage, costs associated with obtaining permits, or any other
extraneous charges.
D. City reserves the right to review the relationship at any time, and may elect to
terminate this Agreement with or without cause or may elect to continue.
2
3.01 CONTRACT DOCUMENTS AND EXHIBITS
City selected Services Provider to supply the services as outlined in the IFB; and
Response to IFB submitted by Services Provider, all as specified in Exhibit "A." The intent of
these documents is to formulate an Agreement listing the responsibilities of both parties as
outlined in the IFB and as offered by Services Provider in its Response to the IFB.
The services which are the subject matter of this Agreement are described in Exhibit "A"
and, together with this Agreement, comprise the total Agreement and they are fully a part of this
Agreement as if repeated herein in full.
4.01 ITEMS AWARDED; AND SCOPE OF WORK
Items Awarded. All bid items in Exhibit "A" are awarded to Services Provider.
Scope of Work: For purposes of this Agreement, City has issued documents delineating the
required services (specifically Solicitation No. 13-039, Specification No. 13-968-85 dated July
2013). Services Provider has issued its response agreeing to provide all such required services
in all specified particulars. All such referenced documents are included in Exhibit "A" attached
hereto and made a part hereof for all purposes. When taken together with the appended exhibits,
this Agreement shall evidence the entire understanding and agreement between the parties and
shall supersede any prior proposals, correspondence or discussions.
Services Provider shall satisfactorily provide all services described under the attached
exhibits within the contract term specified in Section 2.01. Services Provider's undertakings shall
be limited to performing services for City and/or advising City concerning those matters on
which Services Provider has been specifically engaged. Services Provider shall perform its
services in accordance with this Agreement, in accordance with the appended exhibits, in
accordance with due care, and in accordance with prevailing industry standards for comparable
services.
5.01 COSTS
Bid costs listed on Exhibit "A," which are specifically relevant to the referenced bid items, shall
be the basis of any charges collected by Services Provider.
6.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Services Provider;
B. Purchase Order Number;
3
C. Description and quantity of items received or services provided; and
D. Delivery or performance dates.
7.01 INTERLOCAL COOPERATIVE CONTRACTING / PURCHASING
Authority for local governments to contract with one another to perform certain
governmental functions and services, including but not limited to purchasing functions, is
granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts,
Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter
F, Section 271.101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City's bid, with the consent and agreement of the successful vendor(s) and the
City. Such agreement shall be conclusively inferred for the vendor from lack of exception to this
clause in the vendor's response. However, all parties hereby expressly agree that the City is not
an agent of, partner to, or representative of those outside agencies or entities and that the City is
not obligated or liable for any action or debts that may arise out of such independently -negotiated
"piggyback" procurements.
8.01 NON -APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Services Provider a written notice of termination at the end of its then current fiscal year.
9.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Services Provider will be made within thirty (30) days of the day on which City receives the
performance, supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the
day on which the performance of services was complete, or within thirty (30) days of the day on
which City receives a correct invoice for the performance and/or deliverables or services,
whichever is later. Services Provider may charge interest on an overdue payment at the "rate in
effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance
with V.T.C.A., Texas Government Code, Section 2251.025(b); however, this Policy does not
apply to payments made by City in the event:
A. There is a bona fide dispute between City and Services Provider, a contractor,
subcontractor or supplier about the goods delivered or the service performed that
cause the payment to be late; or
4
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between Services Provider and a subcontractor or
between a subcontractor and its supplier about the goods delivered or the service
performed that causes the payment to be late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on the
purchase order or the Agreement or other such contractual agreement.
10.01 GRATUITIES AND BRIBES
City may, by written notice to Services Provider, cancel this Agreement without liability
to Services Provider if it is determined by City that gratuities or bribes in the form of
entertainment, gifts, or otherwise were offered or given by Services Provider or its agents or
representatives to any City officer, employee or elected representative with respect to the
performance of this Agreement. In addition, Services Provider may be subject to penalties stated
in Title 8 of the Texas Penal Code.
11.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Services Provider's charges.
12.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS
If Services Provider cannot provide the goods as specified, City reserves the right and
option to obtain the products from another supplier or suppliers.
13.01 INSURANCE
Services Provider shall meet all insurance requirements as stated in the attached IFB,
including all attachments and exhibits thereto, and Services Provider's bid response.
14.01 CITY'S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
5
David Walther
Traffic Systems Superintendent
City of Round Rock
212 Commerce Cove
Round Rock, Texas 78664
512-218-5583
15.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
16.01 DEFAULT
If Services Provider abandons or defaults under this Agreement and is a cause of City
purchasing the specified goods elsewhere, Services Provider agrees that it may be charged the
difference in cost, if any, and that it will not be considered in the re -advertisement of the service
and that it may not be considered in future bids for the same type of work unless the scope of
work is significantly changed.
Services Provider shall be declared in default of this Agreement if it does any of the
following:
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations
under this Agreement;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United
States.
17.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30) days' written notice to Services
Provider.
6
B. In the event of any default by Services Provider, City has the right to terminate
this Agreement for cause, upon ten (10) days' written notice to Services Provider.
C. Services Provider has the right to terminate this Agreement only for cause, that
being in the event of a material and substantial breach by City, or by mutual agreement to
terminate evidenced in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Services Provider,
Services Provider shall discontinue all services in connection with the performance of this
Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such
orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice
of termination, Services Provider shall submit a statement showing in detail the goods and/or
services satisfactorily performed under this Agreement to the date of termination. City shall then
pay Services Provider that portion of the charges, if undisputed. The parties agree that Services
Provider is not entitled to compensation for services it would have performed under the
remaining term of the Agreement except as provided herein.
18.01 INDEMNIFICATION
Services Provider shall defend (at the option of City), indemnify, and hold City, its
successors, assigns, officers, employees and elected officials harmless from and against all suits,
actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any
and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of
Services Provider, or Services Provider's agents, employees or subcontractors, in the
performance of Services Provider's obligations under this Agreement, no matter how, or to
whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or
Services Provider (including, but not limited to the right to seek contribution) against any third
party who may be liable for an indemnified claim.
19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
Services Provider, its agents, employees and subcontractors shall use best efforts to
comply with all applicable federal and state laws, the Charter and Ordinances of the City of
Round Rock, as amended, and with all applicable rules and regulations promulgated by local,
state and national boards, bureaus and agencies.
20.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect to the terms of this Agreement. Neither party shall
assign, sublet or transfer any interest in this Agreement without prior written authorization of the
other party.
7
21.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
1. When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Services Provider:
Simo Benchellal
Quality Counts, LLC
4127 Hollister St., Suite K
Houston, TX 77080
Notice to City:
Steve Norwood, City Manager
221 East Main Street AND TO:
Round Rock, TX 78664
Stephan L. Sheets, City Attorney
309 East Main Street
Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Services Provider.
22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
23.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Services Provider and City. This Agreement may only be amended or supplemented by mutual
agreement of the parties hereto in writing, duly authorized by action of the City Manager or City
Council.
8
24.01 DISPUTE RESOLUTION
City and Services Provider hereby expressly agree that no claims or disputes between the
parties arising out of or relating to this Agreement or a breach thereof shall be decided by any
arbitration proceeding, including without limitation, any proceeding under the Federal
Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute.
25.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
26.01 MISCELLANEOUS PROVISIONS
Standard of Care. Services Provider represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Services Provider understands and agrees that time is of the
essence and that any failure of Services Provider to fulfill obligations for each portion of this
Agreement within the agreed timeframes will constitute a material breach of this Agreement.
Services Provider shall be fully responsible for its delays or for failures to use best efforts in
accordance with the terms of this Agreement. Where damage is caused to City due to Services
Provider's failure to perform in these circumstances, City may pursue any remedy available
without waiver of any of City's additional legal rights or remedies.
Force Majeure. Neither City nor Services Provider shall be deemed in violation of this
Agreement if it is prevented from performing any of its obligations hereunder by reasons for
which it is not responsible as defined herein. However, notice of such impediment or delay in
performance must be timely given, and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
9
IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on
the dates indicated.
City of Round Rock, Texas
By: V"
Printed Name: mall M%Gip w
Title: M4y Gy
Date Signed: `2, • 19. 13
Attest:
By:
IA.
Sara L. White, City Clerk
For City
proved as to orm:
By: moi! _Ark . -
Stephaa L. Sheets, City Attorney
10
Quality Counts, LLC
By:
Printed Name:
Title: T
Date Signed:
S:4nno , cMCf-ft I-LAL
2xa.� Spero-4-tonn rrt a r
11 It/ ao1
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13-968-85
JULY 2013
ROUND ROCK, TEXAS
PURPOSE, PASSION. PROSPERITY.
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrocktexas.gov
Solicitation #1 3-039
REQUEST FOR PROPOSAL
TRAFFIC DATA COLLECTION SERVICES
Responses Due: August 13, 2013
EXHIBIT "A"
1 of 12
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13-968-85
JULY 2013
CITY OF ROUND ROCK
REQUEST FOR PROPOSAL
TRAFFIC DATA COLLECTION SERVICES
PART I
GENERAL
1. PURPOSE: The City of Round Rock, herein after "City", seeks to enter into an agreement with a
qualified Individual, Firm, or Corporation, (Respondent), to provide Traffic Data Collection
Services.
2. DEFINITIONS, TERMS AND CONDITIONS: By submitting a response to this solicitation, the
Respondent agrees that the City's standard Definitions, Terms and Conditions, in effect at the time
of release of the solicitation, shall govern unless specifically provided otherwise in a separate
agreement or on the face of a purchase order. Said Definitions, Terms and Conditions are subject
to change without notice. It is the sole responsibility of the Respondent to stay apprised of
changes. The City's Definitions, Terms and Conditions can be obtained from the City's website
httn://www.roundrocktexas.aov/home/index.asn?page=463.
2.1. Any acceptance to or additional terms and conditions attached to the response will not be
considered unless the Respondent specifically references them on the front of the Solicitation
Document. WARNING: Exception to or additional terms and conditions may result in
disqualification of the response.
2.2. Respondent — an individual or business enterprise that submits a response to a solicitation for
goods, equipment, labor and/or services to the City.
2.3. Contractor — an individual or business enterprise under contractual obligation arising from an
agreement or purchase order, which furnishes goods, equipment, labor and/or services to the
City. Also known as Vendor, Awarded Vendor or Successful Respondent
3. INSURANCE: The Respondent shall meet or exceed ALL insurance requirements set forth by the
insurance Requirements as identified on the City's website at
hftp://www.roundrocktexas.govihomefindex.asp?pane=463.
4. ATTACHMENTS: Attachments A through B are herein made a part of this solicitation:
4.1. Attachment A: Reference Sheet
4.2. Attachment B: City of Round Rock Transportation Department Annual Traffic Count Data
5. CLARIFICATION: For questions or clarifications of specifications, you may contact:
Deborah Knutson, CPPB
Purchasing Department
City of Round Rock
Telephone: 512-218-5456
dknutson@roundrocktexas.gov
The individual listed above may be contacted by e-mail for clarification of the specifications only.
No authority is intended or implied that specifications may be amended or alterations accepted prior
to solicitation opening without written approval of the City of Round Rock through the Purchasing
Department.
2 of 12
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13-969.89
JULY 2013
6. RESPONDENT REQUIREMENTS: The opening of a solicitation shall not be construed as the
City's acceptance of such as qualified and responsive.
6.1. Respondents shall be firms, corporations, individuals or partnerships normally engaged in the
provision of the services as specified herein.
6.2. In order to assure the City does not encounter shipping delays, service delays or other
unforeseen problems that can occur with out of area or foreign vendors, Respondent shall
have a branch office located within the United States.
7. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all
responses, or delete any portion of the response, or to accept any response deemed most
advantageous, or to waive any irregularities or informalities in the response received that best
serves the interest and a the sole discretion of the City.
All solicitations received may be evaluated based on the best value for the City. In determining best
value, the City may consider:
7.1. Purchase price and terms;
7.2. Reputation of Respondent and of Respondent's goods and services;
7.3. Quality of the Respondent's goods and services;
7.4. The extent to which the goods and services meet the City's needs;
7.5. Respondent's past performance with the City;
7.6. The total long-term cost to the City to acquire the Respondent's goods or services;
7.7. Any relevant criteria specifically listed in the solicitation.
8. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the
following:
8.1. The initial term of the resulting agreement shall be three (3) consecutive twelve (12) month
periods from the effective date. The agreement may be renewed for two (2) additional
periods of time, not to exceed twelve (12) months each, provided both parties agree in writing
prior to the expiration of the current term.
8.2. The City reserves the right to review the Contractor's performance at the end of each twelve
(12) month period and cancel all or part of the agreement(s) or continue the agreement(s)
through the next period.
8.3. If the Contractor fails to perform its duties in a reasonable and competent manner, the City
shall give written notice to the Contractor of the deficiencies and the Contractor shall have
thirty (30) days to correct such deficiencies. If the Contractor fails to correct the deficiencies
with the thirty (30) days, the City may terminate the agreement by giving the Contractor
written notice of termination and the reason for the termination.
8.4. If the agreement is terminated, for any reason, the Contractor shall turn over all records, to
include but not be limited to the following: records of repairs, services, deliveries, and
replacement parts, to the City within fifteen (15) working days after completion of duties
contained in the agreement.
9. PRICE INCREASE OR DECREASE: A price increase or decrease to the agreement may be
considered at the conclusion of the initial term of the agreement:
9.1. PROCEDURE TO REQUEST INCREASE OR OFFER DECREASE.
Mail the price increase request to the designated City Contract Specialist a minimum of 120
days prior to each renewal period. Vendor shall supply supporting documentation as
justification for each request.
3 of 12
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13-968-85
JULY 2013
City of Round Rock - Purchasing Department
ATTN: Contract Specialist
221 E. Main Street
Round Rock, Texas 78664-5299
9.1.1. Upon receipt of the request, the City reserves the right to either: accept the
escalation as supported by the appropriate price index and make change to the
purchase order within 30 days of the request, negotiate with the vendor or cancel the
agreement or purchase order if an agreement cannot be reached on the value of the
increase.
10. AWARD: The City reserves the right to enter into an agreement or a purchase order with a single
award, split awards, primary and secondary awards, non -award, or use any combination that best
serves the interest and at the sole discretion of the City. Award announcement will be made upon
City Council approval of staff recommendation and executed agreement. Award announcement will
appear on the City's website at http://www.roundrocktexas.aovlhomelindex.asp?paqe=463.
11. ACCEPTANCE: Acceptance inspection should not take more than five (5) working days. The
Contractor will be notified within this time frame if the goods or services delivered are not in full
compliance with the specifications. If any agreement or purchase order is canceled for non-
acceptance, the needed good may be purchased elsewhere and the Contractor may be charged
full increase, if any, in cost and handling.
12. QUANTITIES: The quantities shown on the solicitation are estimates only. No guarantee of any
minimum or maximum volume is made or implied. The City shall only order the services needed to
satisfy operating requirement within budgetary constraints, which may be more or less than
indicated.
13. PROMPT PAYMENT POLICY: Payments will be made in accordance with the Texas Prompt
Payment Law, Texas Government Code, Subtitle F, chapter 2251. The City will pay Vendor within
thirty days after the acceptance of the supplies, materials, equipment, or the day on which the
performance of services was completed or the day, on which the City receives a correct invoice for
the supplies, materials, equipment or services, whichever is later. The Vendor may charge a late
fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in
accordance with this prompt payment policy; however, this policy does not apply to payments made
by the City in the event:
13.1. There is a bona fide dispute between the City and Vendor concerning the supplies, materials,
services or equipment delivered or the services performed that causes the payment to be
late; or
13.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a
timely payment with Federal Funds; or
13.3. The is a bona fide dispute between the Vendor and a subcontractor or between a
subcontractor and its suppliers concerning supplies, material, or equipment delivered or the
services performed which caused the payment to be late; or
13.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the
purchase order or agreement or other such contractual agreement.
14. NON -APPROPRIATION: The resulting Agreement is a commitment of the City's current revenues
only. It is understood and agreed the City shall have the right to terminate the Agreement at the
end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to
purchase the estimated yearly quantities, as determined by the City's budget for the fiscal year in
question. The City may affect such termination by giving Vendor a written notice of termination at
the end of its then current fiscal year.
4 of 12
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13-968.85
JULY 2013
15. INTERLOCAL COOPERATIVE CONTRACTING (PIGGYBACK): Other governmental entities may
be extended the opportunity to purchase off of the City's Agreements, with the consent and agreement
of the awarded vendor(s) and the City. Such consent and agreement shall be conclusively inferred
from lack of exception to this clause in a Respondent's submittal. However, all parties indicate their
understanding and hereby expressly agree that the City is not an agent of, partner to, or representative
of those outside agencies or entities and that the City is not obligated or liable for any action or debts
that may arise out of such independently -negotiated "piggyback" procurements.
PART II
SCHEDULE
1. SOLICITATION SCHEDULE: It is the City's intention to comply with
timeline:
1.1. Solicitation released
1.2. Deadline for questions
1.3. City responses to all questions or addendums
1.4. Responses for solicitation due by 3:00 PM
the following solicitation
JULY 27, 2013
AUGUST 6, 2013
AUGUST 9, 2013
AUGUST 13, 2013
Respondents may be required to make an oral presentation to the selection team to further present
their qualifications. These presentations will provide the Respondent the opportunity to clarify their
proposal and ensure a mutual understanding of the services to be provided and the approach to be
used.
All questions regarding the solicitation shall be submitted in writing by 5:00 PM on the due
date noted above. A copy of all the questions submitted and the City's response to the questions
shall be posted on our webpage, http://www.roundrocktexas.gov/homelindex.asp?page=463.
Questions shall be submitted to the City contact named herein.
The City reserves the right to modify these dates. Notice of date change will be posted to the City's
website.
2. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
http://www.roundrocktexas.gov/home/index.asp?page=463 for any updates pertaining to the
solicitation described herein. Various updates may include addendums, cancelations, notifications,
and any other pertinent information necessary for the submission of a correct and accurate
response. The City will not be held responsible for any further communication beyond updating the
website.
3. RESPONSE DUE DATE: Signed and sealed responses are due no later than 3:00 PM, on the date
noted above to the Purchasing Department. Mail or carry sealed responses to:
City of Round Rock
Purchasing Department
221 E. Main Street
Round Rock, Texas 78664-5299
3.1. Responses received after this time and date shall not be considered.
3.2. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation
title, number, due date and "DO NOT OPEN".
3.3. Facsimile or electronically transmitted responses are not acceptable.
5 of 12
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13-968-85
JULY 2013
3.4. Late responses will be returned to Respondent unopened if return address is provided.
3.5. Responses cannot be altered or amended after opening.
3.6. No response can be withdrawn after opening without written approval from the City for an
acceptable reason.
3.7. The City will not be bound by any oral statement or offer made contrary to the written
specifications.
4. AGREEMENT NEGOTIATIONS: In establishing an agreement as a result of the solicitation
process, the City may:
4.1. Review all submittals and determine which Respondents are reasonably qualified for award
of the agreement.
4.2. Determine the Respondent whose submittal is most advantageous to the City considering the
evaluation criteria.
4.3. Attempt to negotiate with the most responsive Respondent an agreement at fair and
reasonable terms, conditions and cost.
4.4. If negotiations are successful, enter into an agreement or issue a purchase order.
4.5. If not successful, formally end negotiations with that Respondent. The City may then:
4.5.1. Select the next most highly qualified Respondent and attempt to negotiate an
agreement at fair and reasonable terms, conditions and cost with that Respondent.
4.5.2. The City shall continue this process until an agreement is entered into or all
negotiations are terminated.
4.6. The City also reserves the right to reject any or all submittals, or to accept any submittal
deemed most advantageous, or to waive any irregularities or informalities in the submittal
received.
5. POST AWARD MEETING: The City and the Contractor shall have a post award meeting to
discuss, but not be limited to the following:
5.1. Provide City contact(s) information for implementation of agreement.
5.2. Identify specific milestones, goals and strategies to meet objectives.
PART III
SPECIFICATIONS
1. HISTORY: The City resides in two counties: Williamson County and Travis County. The City has
performed approximately one hundred and fifty (150) various traffic studies in the past two (2)
years. Traffic volume data is used by the City for various purposes by the Transportation and the
Planning and Development Services departments. This information is utilized for congestion
management, traffic signal coordination, road maintenance and planning studies, as well as for the
preparation of environmental documents. In addition, community groups and private developers
may analyze this data relative to issues in community development.
1.1. The City's Traffic Systems are under the supervision of the City's authorized and designated
representative herein after "Traffic Systems Superintendent":
David Walther, Traffic Systems Superintendent
Phone #: 512-218-5566
6 of 12
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13-988-85
JULY 2013
2. SCOPE OF WORK: The City now intends to assign all field traffic count activity performed to an
independent contractor. The City staff shall receive traffic data; provided by the contractor on a
monthly basis. It will be the responsibility of the Contractor to define a process and perform Traffic
Data Collections in accordance with the City's scope of work.
2.1. Tasks to be performed by the Contractor:
2.1.1. Annual Arterial Daily Traffic Count — Seventy one (71) counts of two-day duration,
recorded at fifteen (15) minute intervals, midnight to midnight, at locations provided
by the City. (See Attachment B) The City reserves the right to change locations as
needed due to the City's growth during the term of the contract.
2.1.2. Additional counts of varying types (i.e. volume, classification, peak -hour turning
movement, speed, video, ramp, etc.) on an as -needed basis, as directed by the
Traffic Systems Superintendent. The City anticipates up to forty (40) mechanical
counts per year and up to twenty (20) hand counts. The request for 'on-call" count
studies shall be given to the Contractor during the first week of each month. The
completed studies will be delivered before the end of the month they are requested.
Any deviations in the agreed upon traffic monitoring schedule must receive prior
approval from the Traffic Systems, Superintendent.
2.1.3. Specific location, time, day of week, date, and direction of traffic flow information will
be collected for each study.
2.1.4. The Contractor is expected to notify the designated officials of neighboring local
jurisdictions or the Texas Department of Transportation prior to any counts being
taken on their roadways. The Contractor is expected to arrange for encroachment
permits for any counts on a state highway or within local jurisdictions requiring
permits. The terms of the permits are to be complied with in full, and the original
permit must be with the Contractor while work is being performed.
2.2. Method of reporting monitoring results to staff:
2.2.1. Data shall be transferred to the City in a "Microsoft Excel 2010" compatible format
containing one (1) spreadsheet for each location, with counts compiled in hourly
figures and a summary spreadsheet listing all locations with identifying information. A
PDF file/print of each study will also be delivered along with the Excel file as a back-
up. These shall be delivered by e-mail as attachments to the Traffic Systems
Superintendent or by use of an Electronic File Transfer internet page (commonly
referred to as an FTP site) provided for the Respondent's use by the City if the size of
files exceeds twenty five (25) megabytes.
2.2.2. Results shall be consistent and accurate, subject to the City's verification. Any
situations that may result in invalid counts, such as detours and construction
activities, shall be immediately reported to the Traffic Systems Superintendent for the
purpose of rescheduling the requested study or studies. The City will decide if
circumstances warrant alteration of the schedule.
2.3. Standards of Performance:
2.3.1. All traffic studies shall be completed using industry standard counting equipment and
will include at least two full twenty four (24) hour periods within the month specified
by the schedule. Unless specifically requested otherwise, all two (2) day traffic
studies will be completed between midnight, Tuesday morning and midnight, Friday
morning. Studies may be requested to include weekends at no additional cost to the
City. No studies shall be performed on state or federal holidays. If the quality of any
study is unacceptable, in the sole judgment of the City, it shall be the responsibility of
the Contractor to repeat the study until the results are acceptable.
7of12
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13-968-85
JULY 2013
PART IV
RESPONSE REQUIREMENTS
1. SOLICITATION SUBMISSION REQUIREMENTS: To achieve a uniform review process and obtain
the maximum degree of comparability, the responses shall be organized in the manner specified
below. The response and accompanying documentation are the property of the City and will not be
returned.
1.1. Responses shall not exceed ten (10) pages in length (excluding title pages(s) and index/table
of contents, attachments or dividers). Information in excess of those pages allowed will not
be evaluated. One page shall be interpreted as one side of a double-spaced, printed, 8 1/2"
X 11" sheet of paper. It is recommended that responses not be submitted permanently bound
to conserve cost for both the Respondent and the City.
t2. The Respondent shall submit one (1) original signed paper copy and three (3) additional
copies, clearly identified as a "COPY".
1.3. Each response shall be submitted in the following order:
1.3.1. Title Page — Show the solicitation title and number, the name of your firm, address,
telephone number(s) name of contact person and date.
1.32. Letter of Transmittal — Identify the services for which solicitation has been prepared.
Briefly state your firms understanding for the services to be performed and make a
positive commitment to provide the services as specified.
Provide the name(s) of the person(s) authorized to make representations for your
firm, their titles, address, telephone numbers and e-mail address.
The letter of each solicitation shall be signed in permanent ink by a corporate officer
or other individual who has the authority to bind the firm. The name and title of the
individuals(s) signing the solicitation shall be clearly shown immediately below the
signature.
1.3.3. Table of Contents — Clearly identify the materials by page number.
1.3.4. Previous Performance/Experience — Provide detailed information on your firm's
experience for the services as described in the Scope of Work. Respondent shall
provide a representative list of services of a scale and complexity similar to the
services being considered by the City. The list shall include the location, client,
services provided by your firm, term of services and an owner contact name.
1.3.5. Project Team — Respondent shall identify the project team to include key project staff
and task leaders and provide statement of qualifications or resumes for those
individuals, to include education, professional registrations and areas and years of
service in the respective field. Resumes shall be included for each of the sub-
contractors to be utilized which demonstrate their qualifications to satisfy all the
critical and service requirement areas. The City reserves the right to approve or
disapprove all sub -contractors prior to any work being performed
1.3.6. Attachment A — Provide the name, address, telephone number and E-MAIL of at
least three (3) Municipal and/or Government agencies or firms of comparable size
that have utilized similar service within the last two (2) years. City of Round Rock
references are not applicable. References may be checked prior to award. Any
negative responses received may result in disqualification of submittal.
8 of 12
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13-968-85
JULY 2013
1.3.7. Available Resources and Respondent Location — Provide information on size,
resources and business history of the firm.
1.3.8. Methodology — Respondent shall define the method and approach to be used.
1.3.9. Cost Proposal — Respondent shall include a cost proposal to provide services as
described herein. Cost proposal shall be value engineered and the break -down shall
include a not -to -exceed fee schedule for each aspect of the service. Costs proposals
should be structured to include cost per type of count to allow for changes in
locations and number of counts performed.
PART V
CONFIDENTIALITY OF CONTENT
All documents submitted in response to a solicitation shall be subject to the Texas Public Information Act.
Following an award, responses are subject to release as public information unless the response or
specific parts of the response can be shown to be exempt from the Texas Public Information Act. Pricing
is not considered to be confidential under any circumstances.
Information in a submittal that is legally protected as a trade secret or otherwise confidential must be
clearly indicated with stamped, bold red letters stating "CONFIDENTIAL" on that section of the document.
The City will not be responsible for any public disclosure of confidential information if it is not clearly
marked as such.
If a request is made under the Texas Public Information Act to inspect information designated as
confidential, the Respondent shall, upon request from the City, furnish sufficient written reasons and
information as to why the information should be protected from disclosure. The matter will then be
presented to the Attorney General of Texas for final determination.
9 of 12
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13-968-85
JULY 2013
ATTACHMENT A
RESPONDENT'S REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER:
RESPONDENT'S NAME: DATE:
Provide the name, address, E-mail address, telephone number and point of contact of at least three (3)
Municipal and/or Government agencies or firms of comparable size and scope that have utilized similar
service within the past two (2) years. City of Round Rock references are not applicable. References may
be checked prior to award. Any negative responses received may result in disqualification of solicitation.
1.
2.
3.
Company's Name
Name of Contact
Title of Contact
E -Mail Address
Present Address
City, State, Zip Code
Telephone Number
Company's Name
Name of Contact
Title of Contact
E -Mail Address
Present Address
City, State, Zip Code
Telephone Number
Company's Name
Name of Contact
Title of Contact
E -Mail Address
Present Address
City, State, Zip Code
Telephone Number
Fax Number: (
)
Fax Number: (
)
Fax Number: (
)
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
10 of 12
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13-968-85
JULY 2013
ATTACHMENT B
CITY OF ROUND ROCK
TRANSPORTATION DEPARTMENT
ANNUAL TRAFFIC COUNT
Overview
The City's Annual Traffic Count Program provides a strategic roadmap for collecting and analyzing
Average Daily Traffic (ADT) volumes on the arterial surface streets within the current Round Rock city
limits on an annual basis. This data will allow the transportation department to provide city management,
the Council, and the local community an accurate picture of traffic patterns today and the changes that
will occur in coming years.
Study Scheduling
The Traffic Count Program currently has seventy-one (71) sections of arterial roadway identified which
are divided into three (3) groups (see the below lists). The City of Round Rock Transportation
Department recommends that each group be counted in the same month. The entire process for all
streets to be evaluated should take four to five months.
Group 1
Arterial Location
FM 3406 Between Plantation Dr and Oak Hollow Dr
FM 3406 Between Wyoming Springs Dr and Sam Bass Rd
Sam Bass Rd Between Somerset Dr and Meadows Dr
Sam Bass Rd Between FM 3406 and Desert Willow Dr
Creekbend Blvd Between Sam Bass Rd and FM 3406
Chisholm Trail Rd Between FM 3406 and Wolle Ln
Chisholm Trail Rd Between Chisholm Pkwy and Industrial Blvd
Chisholm Trail Rd Between Emmanuel St and Sunset Dr
Wyoming Springs Dr Between Stonecreek Dr and Arbor Dr
Wyoming Springs Dr Between Smyers Ln and Park Valley Dr
Deepwood Dr At Round Rock High School
RM 620 Between Wyoming Springs and Oakwood Blvd
RM 620 Between Lake Creek and Chisholm Trail Pkwy
McNeil Rd Between East Messick Lp and Oakridge Dr
McNeil Rd Between Saint Williams Ave and Round Rock West Dr
McNeil Rd Between IH -35 NBFR and Blair St
Resters Crossing Rd Between CR 172 and La Frontera Blvd
Nesters Crossing Rd Between Rawhide Dr and IH 35 SBFR
La Frontera Blvd Between SH 45 and Sundance Pkwy
Group 2
Arterial Location
Greenlawn Blvd Between IH 35 NBFR and Louis Henna Blvd
Greenlawn Blvd Between Dell Way and Stratford Dr
Dell Way Between Greenlawn Blvd and South Mays St
South Mays St Between Gattis School Rd and Mays Crossing
South Mays St Between Nash St and the Lake Creek bridge
South Mays St Between Fannin Ave and Sunset Dr
Round Rock Ave Between San Saba St and Brown St
11 of 12
ATTACHMENT B Con't
East Main St
Georgetown St
Gattis School Rd
Gattis School Rd
Gattis School Rd
Gattis School Rd
A.W. Grimes Blvd
A.W. Grimes Blvd
A.W. Grimes Blvd
A.W. Grimes Blvd
Double Creek Dr
Double Creek Dr
Meister Ln
High Country Blvd
Kenny Fort Blvd
Forest Creek Dr
Forest Creek Dr
Forest Creek Dr
Red Bud Ln
Red Bud Ln
Group 3
Arterial
North Mays St
North Mays St
US Hwy 79
US Hwy 79
US Hwy 79
Bowman Rd
Bowman Rd
Old Settlers Blvd
Old Settlers Blvd
Old Settlers Blvd
University Blvd
University Blvd
University Blvd
University Blvd
University Blvd
Oakmont Dr
Sunrise Road
Sunrise Road
Sunrise Road
A.W. Grimes Blvd
A.W. Grimes Blvd
A.W. Grimes Blvd
Red Bud Ln
Red Bud Ln
SOLICITATION NUMBER
13-039
SPECIFICATION NUMBER
13.968.85
JULY 2013
Between North Burnet St and North Lewis St
Between Timberwood Dr and Pecan Ave
Between Surrey Dr and Oxford Blvd
Between South Creek Dr and Joyce Ln
Between Meister Ln and Rolling Ridge Dr
Between High Country Blvd and Red Bud Ln
Between US HWY 79 and Logan Dr
Between Logan Dr and Gattis School Rd
Between Gattis School Rd and Louis Henna Blvd
Between Louis Henna Blvd and Roundville Ln
Between Henna Way and Ray Berglund Blvd
Between Bryant Dr and Louis Henna Blvd
Between Gattis School Rd and Louis Henna Blvd
Between Flower Hill Dr and Southampton Way
Between Joe DiMaggio Blvd and Forest Creek Dr
Between Grey Feather Dr and Kenny Fort Blvd
Between Kenny Fort Blvd and Rusk Rd
Between Lake Forest Dr and Forest Ridge Blvd
Between CR 123 and Evergreen Dr
Between Jackrabbit Run and Doris Ln
Location
Between Bowman Rd and Texas Ave
Between Greenhill Dr and Jeffery Way
Between IH 35 and Mays St
Between North Georgetown St and Sunrise Rd
Between Joe DiMaggio Blvd and Harrell Pkwy
Between Greenhill Dr and Egger Ave
Between Sunrise Rd and Buckeye Ln
Between Greenhill Dr and Mesa Park Dr
Between Champion Dr and Water Spaniel Way
Between Brenda Ln and Bluffstone Dr
Between IH 35 and Oakmont Dr
Between Oakmont Dr and Sunrise Rd
Between Sunrise Rd and Orion St
Between Campus Village Dr and College Park Dr
Between A.W. Grimes Blvd and CR 110
Between University Blvd and Terravista Pkwy
Between Tiger Trl and US HWY 79
Between Old Settlers Blvd and Bowman Rd
Between Eagles Nest St and Luther Peterson PI
Between University Blvd and Old Settlers Blvd
Between Old Settlers Blvd and Tiger Trail
Between Tiger Trl and US HWY 79
Between US HWY 79 and Mickey Mantle PI
Between Old Settlers Blvd and CR 117
12 of 12
Traffic Data Collection Services
For Round Rock Texas
Solicitation Number: 13-039
Specification Number: 13-968-85
'ROUND ROCK, TEXAS
PURPOSE PASSION PROSPERITY..
.
Quality Counts
U*Nvaxuoia:: DA I♦ ax:eeuaf:
Round Rock Traffic Data Collection Services 2013
Solicitation #13-039 Specification #13-968-85
ROUND ROCK, TEXAS TRAFFIC DATA COLLECTION SERVICES
August 12, 2013
Simo Benchellal
Quality Counts, LLC
4127 Hollister St. Suite K
Houston, Texas 77080
713.588.1718
sbenchellal@qualitycounts.net
www. q u a 1 i tyco u nts. n et
City of Round Rock
Purchasing. Department
221'E Main Street
Round Rock, Texas 78664-5299
To Whom It May Concern,
It is my pleasure to submit this proposal to provide traffic data collection services for the City of Round
Rock, Texas. Quality Counts has proven itself a dynamic company with the staff, equipment,
experience, and products to meet the needs of the City described in this RFP. Upon selection, we will
be committed to providing the City with 71 mechanical counts of two day duration recorded at 15
minutes intervals. Also, we will be committed to providing the City on an as -needed basis, up to forty
mechanical counts and up to twenty hand counts that will be given the first week of the month.
I have also included additional information outlining QC's capabilities, technical approach, . and
references. I will serve as the project principal working with an experienced team of 20 full-time,
permanent employees to provide prompt and reliable service. 1 will work with .Mr: JR Wegehaupt to
manage the collection, processing, and delivery of this project.
We `.look `.forward to the opportunity to work with the city of Round Rock, Texas. If you have any
questions concerning this proposal, please call me at 713.588.1718.
Sincerely
Simo Benchellal j Operations Manager
Quality Counts, LLC
a
www.qualltycounts.net 2
Round Rock Traffic Data Collection Services 2013
Solicitation #13-039 Specification #13-968-85
TABLE OF CONTENTS
Letter of Transmittal 2
1. Previous Performance and Experience 4
2. Project Team 5-6
3Attachment A— Respondent's Reference Sheet 7
4. Available Resources and Respondent Location 8
8-9
11-13
7. Attachment B —Tube Count PDF Report Sample 14
5. Methodology
6. Cost Proposal
OE
www.qualitycounts.net
3
Round Rock Traffic Data Collection Services 2013
Solicitation #13-039 Specification #13-968-85
1. PREVIOUS PERFORMANCE/EXPERIENCE:
TxDOT Loop 375 Program
�1�
'.11-- e+y t -
t 1� 1 f l r�,
%.y �.�/F
v`ti 3 � IV
a• •4 Pt nh g FA
1 s4��.
.. _ r5.,
4 4 ,a�1 �
k rT 4{��z
e• 0 3S R 1
i q k C�
rfd, naarihrd,
j jf } '. ,r, ..t.4f y,s . .,s'ii .
t
y v'
t
''��i� 'e { �
i ! .0 v.
,-'t b¢^'�y`r+.
7�•� s z'''jj''��
P � P -k" �
q.
't
.. �, . ,,
S .'t ''g
.k.'t
Dannenbaum
Engineering
Loop 375 South, El Paso
Collected 304 Hours
TMCs and 113 Tube
Counts
Simo
Benchellal
May 2013
- N`.;
��' 'f.,s '[ C
x.. f �t �" �ffY�
x r r w r ` 4, a w'-* ''4n"'h a yy ,i1yyy £
-§ ��dG �i}. [. --- ; 1C iii ,d. 3 s , , - •sri,Lh Y
"£., ';h } ,-a. # t :�C; �jd:'Yya?_}i 1�"pyY�+�i^ iiYecS �
Y 'ia aS ^,K rY
-• ,-i �'
:�ef� 2+. �" }
};a• r u s fiL ,
{3 a i 57'•` tl s s .r i
.. 4't41L� 44� �'
Quality Counts conducted turning movement counts and.
mechanical counts on Loop 375 in El Paso. This project required a
high degree of planning and tight execution because we were
given a very short lead time on the project. The scope of the
project included over :50 turning movement counts and just over
100 tube counts.
Jose Reyes
Jose.Reyes@dannenbaum.com
10737 Gateway Blvd West
El Paso, TX 79935
9154901566
TxDOT Loop 375 Program
4 Z
a 41
.,
Yr' >;IS3,vttyli
7y r7 h9ie5 n `4�.
' dy '44 '^"�j-�,,
Sr ;,,�.4 ,V ''''
;}W O::J {
'=n t
^l .M a2 -'f
af��Iea #
,R:. Fi:,cb1.�.,. �{�°... _ i; t
^"C Si z�,,,-. -i '�" t• tea
'r't '#�K i } h
' ,A
.5zs IA�1'E,6yv
Yg z a 3p L7 ��
t 'e:• '3? .,.`�.S''AI
t sx. • lr0....„. „c.
M fL �."S ^! :�
' +c��" ce}
$ 'qi.+
s �'�5 ri `}
L '',.; . h' 'v �,tG
'3 } ,t
S j4 '3
- P?+{+ +q5 A
LC'�'�`, S'C'I VI IO�'..
� .3— .
'h y•$` < i� ak _
MCI
Loop 375 North of I-
10, E1 Paso
Collected 260 Hours
TMCs and 63 Tube
Counts
Simo Benchellal
May 2013
,ate' '3= t4 �j
�,.?i", '
.. ,..,,, ; 3�" 1 I.. x ry E wy
F Q �, . 3 ....: �+...� ' .- f--4 ]k'x , .^. _.:,.�:�^^
....-4. � 4 ': r
-"e.� 4may �
,' " 1 �,�.f � 6, -1,,,
' ,�%x:.27 ,,
�� Y �_,
QC conducted studies at over 17 intersections, including over
30 turning movement counts and just over 60 tube counts.
This project was again extremely tight having only a weeks'
notice to prepare. We were able to fly in resources from out
other office to accomplish the data collection asked of us.
We flew in over 50 tube counters and 2 full time managers to
manage and coordinate the project details.
Martin Gomez
MGomez@MorenoCardenas.comMareno
Cardenas Inc
2505 E. Missouri Avenue
Ei Paso, TX 79903
9155322091
CT
City of Hercules Speed Survey
24 .7 1.5,4 4 q..,, i ..5—A,, x +.
ti 'ta
)� •`'L -' yi' SAY' S ; - • �t +h d'C.i
s�+x Y } j•A, . �, ylre.
- i�a tlri. `Y aA `''•`Ft` f 3 {L S,,ii,
tics t i::,_� ate, 7: 4, w ti
z a -t xL ala4
•.+fi' so-
Y:a b7 *
XD 'AP, `.t4...-,'
I� € f},i cgs i'TJ
1 diy) s
f`_ . r�il„
-4,4 0 )'n'p_
•�,n�},@ Yi
'W -y4. $'l u~Y
;; NU
1, er �,"
t�'- -
i h' -i.;S
[y }•a�4fi -t
�. i r.`jt''l 4
�, s d ✓,g,{gb
::�' 4 s, `-1:
Transystems,
-48-hr bidirectional speed tube
.counts;
69 Tube Count
Location�s1
Dan Franz
May2012
= $10,500
�-� T��
turias
On behalf ofthe
performed a
Hercules using
ultimately determine
update speed
,s u; (
P �b r1 lsAi 2- i� tC X54 .rte' /
;,,ei"' rye .��`'l t° `y e �.. u `T.cV'
"i:n*:• :ii,...& ,...,:.i.�:..�`.'wt ezTr '�$_,'+a a• zed'. "� 1.,. ''t:3y,.! .
City',of Hercules, Transystems and Quality Counts
comprehensive speed survey throughout the City of
48-hour machine tube -counts to collect data to
85`h percentile speeds, and validate or
limits.
Jy
`su �,J ',
?r�?'..- -si,;�"u7:»J
Jerome
50514
Oakland,
(510)
.. {�
'4, � ,o
a „•r4 `t'
r-
C. de Verrier
en Street, Suite 1000
CA 94612
835-2761
www.qualitycounts.net
4
Round Rock Traffic Data Collection Services 2013
Solicitation #13-039 Specification #13-968-85
2. PROJECT TEAM:
The combined experience and resources available to our Project Team will easily allow us to successfully
accomplish the data collections tasks required by this RFP and the City of Round Rock. With 27 full time and 130
plus part-time employees to draw upon for support, we can definitely handle the project load required by Round
Rock. As far as equipment goes our Texas operations inventory allows for us to deploy sufficient equipment and
personell as needed by the City project work. We have 15 of the latest and greatest Jamar Tube Counters at the
ready to deploy when necessary. We also have 41 HD video cameras available to draw upon for this contract.
Should this additional resources be required, we can rely on the additional inventory throughout our company.
We have more than enough resources to call upon if necessary: 699. HD cameras and 328 tube counters.
Project Prime
JR Wegehaupt
Project Support/Senior Review
Operations Manager
Simo Benchellal
Project Management & Execution
Field Crew Supervisor
Jose Martinez
LAIL-
LField Technicians
GERALD OR) WEGEHAUPT`
Regional Manager - Texas, WCM, Portland
Quality Counts, LLC
Years of Experience: 10
EDUCATION
Business Administration, Hotel Management, Hawaii Pacific University, 1989
OE
cz:Quality Counts
r..,auI0. w +. C0,100'44
www.qualitycounts.net
5
Round Rock Traffic Data Collection Services 2013
Solicitation #13-039 Specification #13-968-85
ABOUT
Gerald Wegehaupt serves as Regional Manager for Quality Counts' corporate office located in Portland, OR.
Over the last 10 years he has managed hundreds of transportation data collection and data analysis projects
across the United States and internationally. Mr. Wegehaupt has worked with many clients to develop
customized data collection techniques and report formats. In addition to his responsibilities in Quality Counts'
Portland office, Mr. Wegehaupt is involved in planning and equipment coordination for large projects
nationwide.
RELEVANT EXPERIENCE (SELECTED)
Oregon Department of Transportation Annual Count Program: QC has provided (3hr, 16hrand 24hr) manual
and automated 13 -vehicle classification counts to the ODOT for their yearly study program since 2004. The
contract was extended every year for the maximum amount of years and we recently won the contract again for
2011. The contract can be extended through 2015.
Washington Counts: Quality Counts is under contract to provide annual data collection in the form of tube
counts for the SW Washington Regional Transportation Council in 2006, 2007, and 2008. We won an extension
for 2009, 2010, and 2011.
City of Redmond, WA: QC has provided the data collection servicesfor the City of Redmond's annual count
program since the spring of 20010.
S1M0BENCHELLAL
Texas Operations Manager
Quality Counts, LLC
Years of Experience:1
EDUCATION
M.B.A, Murray State University, 2004-2006
BA. _'=Finance, International Institute for Higher Education, 2002
RELEVANT EXPERIENCE
Mr, ;Benchellal currently serves as Manager of Texas and Southern Operations, and as suchis responsible for
project and employee oversight in these areas. He will act as the primary POC for the purposes of this contract.
RELEVANT EXPERIENCE (SELECTED):
Pedestrian Study,.HDR, NAS Corpus Christi, TX. Mr. Benchellal led a. team of QC employees tasked with Pedestrian
study in major corridors in: the Naval Air Station Corpus Christi.
Travel time Study; Analysis, Arcadis, Houston, TX. Mr. Benchellal led a team of QC employees tasked with
determining travel time -a 3 miles corridor in Sugarland.
Loop 375 Traffic Data Collection, _TxDoT; El Paso, TX. Mr. Benchellal worked with local engineering firms Moreno
Cardenas, Inc. and Dannenbaum -to collect a large set of data from Loop 375 in El Paso, TX. QC collected 160+
locations of Classification and volume tube counts and 50+ turning movement counts.
(212,
Quality Counts
ay.011.40 u.r. cwu<. wn
o:
ww w. qualitycoun ts. rtet
6
Round Rock Traffic Data Collection Services 2013
Solicitation #13-039 Specification #13-968-85
3. ATTACHMENT A - RESPONDENT'S REFERENCE SHEET
ATTACHMENT A
RESPONDENT'S REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
13
SOLICITATION NUMBER: -039
RESPONDENT'S NAME Quality Counts, LLC DATE: 81912013
Provide the name, address, E-mail address, telephone number and point of contact of at least three (3)
Municipal andlor Government agencies or firms of comparable size and scope that have utilized similar
service within the past two (2) years. City of Round Rock references are not applicable_ References may
be checked prior to award_ Any negative responses received may result in disqualification of solicitation.
1.
2.
Company's Name
Name of Contact
Title of Contact
E -Mail Address
Present Address
City, State, Zip Code
Telephone Number
Company's Name
Name of Contact
Title of Contact
E -Mail Address
Present Address
City, State, Zip Code
Telephone Number
3. Company's Name
Name of Contact
Title of Contact
E -Mail Address
Present Address
City, State, Zip Code
Telephone Number
Washington County
Stacy Shetier
City Engineer
stat}_ shetler co.washingtou_or.us
1400 SW Walnut St, MS 17B
Hillsboro, OR 97123
( 503 ) 8467947 Fax Number: (
City of Sugar Land
)
David Worley
Engineer
dworley@Sugariandtx_gov
111 Gillingltatn Lane
Sugar Land, TX 77478
( 281 ) 275-2450 Fax Number: ( )
City of San Marcos
Ning Zou
Engineer
nzou ,saran arcostx gov
630 East Hopkins
San Marcos, TX 78666
( 512 ) 3938034 Fax Number: (
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
www.qualitycounts.net
7
Round Rock Traffic Data Collection Services 2013
Solicitation #13-039 Specification #13-968-85
4. AVAILABLE RESOURCES AND RESOURCES AND RESPONDENT LOCATION
Quality Counts is a full-service transportation data collection firm based in Tigard, Oregon, with additional
offices in: Tampa, Florida; Baton Rough, LA; Houston, TX; Charlotte, NC; Vienna, VA; and Walnut Creek, CA. In
addition to our fully staffed offices, we also have staffed locations where we have trained field technicians and a
solid equipment base: Honolulu, HI; Detroit, MI; Minneapolis -St Paul, MN and Chicago, IL.
Our projects and clients — both public and private .- have given us extensive experience in the business of
transportation data collection .nationwide.
Our parent company is Kittleson and Associates, Inc., a nationally recognized engineering firm that's been in
business for nearly 30 years. Since its inception in 2003, QC .has conducted over 25,000 turning movement
counts, 10,000 tube counts, 800 travel time surveys, and 10,000 hours of manual 13 -vehicle classification
studies, along with thousands of hours of the studies listed below.
• Turn Counts
Land use surveys
License plate surveys
Origin - destination studies
Parking accumulation counts
Parking lot demand and supply surveys
• Pass-by/internal/diverted trip surveys
• Passenger car occupancy surveys
Pedestrian volume counts
Radar speed surveys
We' provide;
•
•
•
•
•
•
•
Road inventory surveys
Saturation flow rate studies
Sign inventory surveys
Speed curve indicator (ball bank) surveys
Stop sign delay studies
Transit surveys
Travel postcard surveys
Travel time surveys
Vehicular gap studies
Video surveillance
service to a wide range of consulting engineering .firms, colleges, jurisdictions, and developers,
including -the foliawmg.subsetof our client list:
• AECOM
• Dannebaum.Engineering
• Cambridge Systematics
• UA Engineering
• Bexar County
HDR Inc,
URS engineering
• Kimley-Horn and Associates
• Ally Design Solutions
Kittelson & Associates
QC combines leading-edge technology with traditional transportation data collection techniques to ensure the
most accurate and efficient data collection procedures. QC also features a sophisticated on-line ordering and
www.gualitycounts.net
8
Round Rock Traffic Data Collection Services 2013
Solicitation #113-039 Specification #13-968-85
database system (see www.qualitvcounts.net), video or Wavetronix radar data collection options, and an
internally -developed online data warehouse for access to all data reports anytime with multiple formatting
options.
5. METHODOLOGY
Since 2004, Quality Counts has used video cameras to capture turning movement count data. As such, QC
maintains a smaller staff of highly trained field technicians that work with our camera equipment and are
specifically trained to capture turning movement counts in all situations, locally and across the country.
Turning Movement Counts: Our Video Reduction Team maintains a large staff of dedicated video counters on
both US coasts, in our :two Video Reduction Centers (VRCs). This enables us to easily take on and deliver
consistent. quality. Our counters, who have all had to pass rigorous counting tests to be on our counting team,
work under supervision to count inbound video from our various offices, while VRC management staff and
project managers are jointly responsible for the quality of the data output and client deliverables.
After count completion, VRC management staff is responsible for reviewing aspects of quality control, including
but., not limited to accuracy of lane configurations, consistent count volumes between adjacent intersections,
accuracy of count details (times, dates,etc), and data integrity. Most sitesare then subjected to test counts,
which consist of recounting 3 consecutive 5 -minute segments of a location to verify accuracy. Similar review
then occurs at the project management level to further ensure quality control.
The use of: video data allows us to offer more accurate counts at a reducedcost, as we are`able to return to the
video as necessary to verify numbers without having to ;return to the field, and the: counters in a controlled
environment, .can pause for bathroom breaks, or to regain their focus. This is not possible with on-site manual
counts, and does not require complete trust in
It is important to note that QC does not use automated video collection units, such as the ones sold by
Miovision. Our internal testing has led us to determine that manual counts in a controlled environment are
more accurate, particularly with high occupancy/volumes of vehicles, bikes, and pedestrians, and our internally-
C�
www.qualltycounts.nt
9
Round Rock Traffic Data Collection Services 2013
Solicitation #13-039 Specification #13-968-85
developed system allows us a very high level of flexibility for equipment deployment, allowing for 1 or 2 cameras
set-up at an intersection, instead of 2 to 4 cameras as is necessary for accurate Miovision angles. Use of our own
equipment has also allowed us to scale up our equipment inventory, ensuring multiple Targe projects may be
undertaken simultaneously.
These factors are part of what has allowed QC to bid on count programs around the country, work in exterior
markets with the same level of responsiveness, accuracy, and efficiency as in our local markets, and continue to
win Targe video counting projects.
ADT Tube Counts: All of ourfield technicians are trained and highly effective at performing machine count along
with operating our camera equipment. Each of our tube counts starts with a diagram of the count location
which we call a "counters checklist". The counter checklist includes a graphical site drawing of where the
equiipment;was placed along with observations which may be informative and beneficial to the engineers
working on the project.
Whenconducting road tube counts QC knows selecting the best location fora given study is paramount to both
safety and count reliability. Having conducted thousands of road tube counts while servicing our government
contracts and private sector clientele, QC has developed a great deal of expertise in these studies. We have
fine-tuned our system to minimize the risks to both our staff and the public at large, while maximizing the
accuracy of our counts.
Quality Control and Redo Criteria: Once a project is undertaken, we employ numerous quality control measures
to make sure the highest quality data is delivered to our customers. Road tube counts are subject to on-site
manual test counts to confirm the tube count data's accuracy. Should we find the tube count data does not
match our manual ;:test count, we schedule a recount of the location at no additional charge to our customer.
We have a crew of fully trained field technicians that will be able to serve Round Rock's needs on this project.
CT
www.qualltycounts.net
10
Round Rock Traffic Data Collection Services 2013
Solicitation #13-039 Specification #13-968-8S
6. COST PROPOSAL
Group 1
Arterial Location
Unit
Cost/Day
Additional
Day cost
Number
of Lanes
Days
Total
FM 3406 Between Plantation Dr and Oak Hollow Dr
110
60
4
2
$170
FM 3406 Between Wyoming Springs Dr and Sam Bass Rd
110
60
4
2
$170
Sam Bass Rd Between Somerset Dr and Meadows Dr
90
50
2
2
$140
Sam Bass Rd Between FM 3406 and Desert Willow Dr
90
50
2
2
$140
Creekbend Blvd Between Sam Bass Rd and FM 3406
110
60
4
2
$170
Chisholm Trail Rd Between FM 3406 and Wolle In
110
60
4
2
$170
Chisholm Trail Rd Between Chisholm Pkwy and Industrial Blvd
90
50
2
2
$140
Chisholm Trail Rd Between Emmanuel St and Sunset Dr
90
50
2
2
$140
Wyoming Springs Dr Between Stonecreek Dr and Arbor Dr
110
60
4
2
$170
Wyoming Springs Dr Between Smyers Ln and Park Valley Dr
110
60
4
2
$170
Deepwood Dr At Round Rock High School
110
60
4
2
$170
RM 620 Between Wyoming Springs and Oakwood Blvd
110
60
4
2
$170
RM 620 Between Lake Creek and Chisholm Trail Pkwy
110
60
4
2
$170
McNeil Rd Between East Messick Lp and Oakridge Dr
110
60
4
2
$170
McNeil Rd Between Saint Williams Ave and Round Rock West Dr
110
60
4
2
$170
McNeil Rd Between IH -35 NBFR and Blair St
110
60
4
2
$170
Hesters Crossing Rd Between CR 172 and La Frontera Blvd
110
60
4
2
$170
Nesters Crossing Rd Between Rawhide Dr and IH 35 SBFR
110
60
4
2
$170
La Frontera Blvd Between SH 45 and Sundance Pkwy
110
60
4
2
$170
•34'x.. y Y 1 .: ,i
$3,110
Group 2
Arterial Location
Unit
Cost/Day
Additional
Day cost
Number
of Lanes
Days
Total
Greenlawn Blvd Between IH 35 NBFR and Louis Henna Blvd
110
60
4
2
$170
Greenlawn Blvd Between Dell Way and Stratford Dr
110
60
4
2
$170
Dell Way Between Greenlawn Blvd and South Mays St
110
60
4
2
$170
South Mays St Between Gattis School Rd and Mays Crossing
110
60
4
2
$170
South Mays St Between Nash St and the Lake Creek bridge
110
60
4
2
$170
South Mays St Between Fannin Ave and Sunset Dr
110
60
4
2
$170
Round Rock Ave Between San Saba St and Brown St
110
60
4
2
$170
East Main St Between North Burnet St and North Lewis St
90
50
2
2
$140
Georgetown St Between Timberwood Dr and Pecan Ave
90
50
2
2
$140
Gattis School Rd Between Surrey Dr and Oxford Blvd
110
60
4
2
$170
Gattis School Rd Between South Creek Dr and Joyce Ln
110
60
4
2
$170
Gattis School Rd Between Meister Ln and Rolling Ridge Dr
110
60
4
2
$170
Gattis School Rd Between High Country Blvd and Red Bud Ln
110
60
4
2
$170
A.W. Grimes Blvd Between US HWY 79 and Logan Dr
110
60
4
2
$170
A.W. Grimes Blvd Between Logan Dr and Gattis School Rd
110
60
4
2
$170
A.W. Grimes Blvd Between Gattis School Rd and Louis Henna Blvd
110
60
4
2
$170
www.quolitycounts.net
11
Round Rock Traffic Data Collection Services 2013
Solicitation #13-039 Specification #13-968-85
A.W. Grimes Blvd Between Louis Henna Blvd and Roundville In
110
60
4
2
$170
Double Creek Dr Between Henna Way and Ray Berglund Blvd
110
60
4
2
$170
Double Creek Dr Between Bryant Dr and Louis Henna Blvd
110
60
4
2
$170
Meister Ln Between Gattis School Rd and Louis Henna Blvd
90
50
2
2
$140
High Country Blvd Between Flower Hill Dr and Southampton Way
90
50
2
2
$140
Kenny Fort Blvd Between Joe DiMaggio Blvd and Forest Creek Dr
90
50
2
2
$140
Forest Creek Dr Between Grey Feather Dr and Kenny Fort Blvd
110
60
4
2
$170
Forest Creek Dr Between Kenny Fort Blvd and Rusk Rd
110
60
4
2
$170
Forest Creek Dr Between Lake Forest Dr and Forest Ridge Blvd
110
60
4
2
$170
Red Bud Ln Between CR 123 and Evergreen Dr
110
60
4
2
$170
Red Bud in Between Jackrabbit Run and Doris Ln
80
50
2
2
$130
...a?LwrGroup 2"fotal ':-
00c
Group 3
:Arterial Location
Noith M,aysSt Between Bowman Rd and Texas Ave
North Mays St Between Greenhill Dr and Jeffery Way
US Hwy 79 Between IH 35 and Mays St
US Hwy 79 Between North Georgetown 5t and Sunrise Rd
US Hwy 79 Between Joe DiMaggio Blvd and Harrell Pkwy
Bowman Rd Between Greenhill Dr and Egger Ave
Bowman Rd Between Sunrise Rd and Buckeye Ln
Old Settlers Blvd Between Greenhill Dr and Mesa Park Dr
-.Old Settlers Blvd Between Champion Dr and Water Spaniel Way
Old Settlers Blvd Between Brenda Ln and Bluffstone Dr
University Blvd Between IH 35 and Oakmont Dr
University Blvd Between Oakmont Dr and Sunrise Rd
University Blvd Between Sunrise Rd and Orion St
University Blvd Between Campus Village Dr and College Park Dr
University Blvd Between A.W. Grimes Blvd and CR 110
Oakmorit,Dr Between University Blvd and Terravista Pkwy
Sunrise: Road Between Tiger Tri and US HWY 79
Sunrise Road Between Old Settlers Blvd and Bowman Rd
SunriseRoad Between-Eagies;Nest St and Luther Peterson Pi
A.W. Grimes Blvd:.Between University Blvd and Old Settlers Blvd
A.W. Grimes Blvd Between Old Settlers, Blvd and Tiger Trail.
A.W. Grimes Blvd Between Tiger Tri.and US HWY 79
Red Bud Ln Between US HWY 79 and Mickey Mantle PI
Red Bud Ln Between Old Settlers Blvd andCR 1177
s.!1,-A .' ' - } Cr+ u 3 1 I
, �Xf 2 .. ,.}`�z.., '..., `i , zr V'i4 P . .0;ta
�`tiY ,(1'.' Gr Total (Groups 1 s2.and;
Unit
Cost/Day
110
Additional
Day cost
Number
of Lanes
Days
Total
60
4
2
$170
90
50
2
2
$140
110
60
4
2
$170
110
•60
4
2
$170
110
60
4
2
$170
90
50
2
2
$140
110
60
4
2
$170
110
110
110
60
4
2
$170
60
4
2
$170
60
4
2
$170
110
60
4
2
$170
110
60
4
2
$170
110
60
4
2
$170`;
110
60
4
2
$170
90
110
110
110
110
110
50
2
2`
$140
60
4
2:
$170
60
4
2
:•$170
60
4
2
$170
60
4
2
$170
60
4
2
$170
110
60
4
2
$170
110
60
4
2
$170
90
50
2
2
$140
90
50
2
2
$140
1;
wivw. qualit ycounts. net
12
Round Rock Traffic Data Collection Services 2013
Solicitation #113.039 Specification #13-968-85
On -Call Rate Schedule
Turning Movement Counts
Per Location
2 hr One Person Manual
Turn Count
2 hr Two Person
Manual Turn Count
$100
$150
Additional Hour
$50
$75
Tube Counts (24 hours of data, priced per roadway, regardless of # of coun ers set out)
Volume Studies (per LOCATION, including 1-2 equip. sets)
Per Location
Additional Day
Bi -Directional 2 lane roadway
$90
$50
Bi -Directional 4 lane roadway
$110
$60
Speed and/or Classification Studies (per LOCATION, induding 1-2 equip.
sets)
Per Location
Additional Day
One Direction:
2 lane roadway
$90
$50
4 lane roadway
$110
$60
Bi -Directional:
2 lane roadway
$120
$70
4 lane roadway
$140
$85
Driveway Studies
Per Location
Additional Day
Combined Flow
$7S
555
Bi -Directional Flow
5150
575
Traffic Surveys & Travel Hourly Rate
Parking Lot, Trip Generation, Delays, etc
$5S/hr
a.°
www.qualitycounts.net
13
Round Rock Traffic Data Collection Services 2013
Solicitation #13-039 Specification #13-968-85
Attachement 8 - Sample Tube Volume PDF Report Sample:
23
0
ro
TI
1 Comments: Between the Tampa Bay Gott &Tanis Club and the I-75 southbound ramps •
O 3
g�gT&,V
� '�xmx
O
t
g p�C (�b
QKTia-1800008Soo888S$883$8$0000
lil �w
Al . • O SO Fl -4 Cf Vt . W N -' .... 0 .. F9 N .... .4.. 51 .. �l
13 II1013171ob12v-o9'oAAAAAD AT>AAAA
3333s33333333a33g3333333
yt
A
9
do
LOCATION: SR 52 W Ot 1-75 SB Ramps QC JOB # 103861 5
SPECIFIC LOCATION: 200 ft from 1-75 SB Ramps DIRECTION: ES
CITY/STATE: Pasco • FL DATE: Oct 08 2008- Oct 09 2008
,vl
01 0p
W"7
+^
la
p
W -o
(Xl
^s
oq
.--
;-t�_
U G
Q
>
o
Q
34
to
W
Cr
e
8
N
0-
c0
to
e
pp
C
CO
CDC
p
-+P38++4
_ p� p+
-. h)tT-4 V +4 Q1 Sah N bS0IIJ01+4O W CO
Ch t6 CO tO :0 C7 Ch CO A N W.
*cn ch 0tO SD C1 Ila th (. Ch CO +4 ch+Co Co --hiCO COW
— - W Ch Gid V -•J Ch 01 h) O COV SP V tJ -A
+ W co O co ch � x. tJ _ W N b N Ch tD CD 6. CO 1. 0
h)_.O ea C1 CU 61+4 d. +i 01 c) co W 0) A0 th O..O
0
c
W
Y'
16
..r
oft
CL
5p
C., j
.�_r G
to
11
A
0) O
..,i 13
3
y
p
0 C)
Q
CD
p
Say
Cl
t'
A
{
0
q 0.
!J N th C1 +4 +4 G Ol Cil 0 as +l V SB W W CO
V O Ch CO V CO C7 47 0) Ch ca c0 W CO Ch at A co C) to La t... 1
. Co 0) 61 Cl (I t6 W -• -• CO +1 Sn + W -. 0 CO CO +I CO C1 W CO
g� m
0 �!c
v
e
4+
+4 O
co O
v'Sy
74Op
to ci
b1 O
d
1`
ch
N3
C
-,
+ - N N 0 0 +� V O as OD G 03 N V§�D -d W+
+l O 0 O +S CO to W CO ch W co Co W C1 47 to -� O 61 W try A �•
4.1. WCOCn C chtoV +N+1CO-+tJ-+OCow V CO 01 V ea ....1
w
A ;r
r.
is
41.
q
a
A
www.qualitycounts.net
14