Loading...
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