Loading...
Contract - Quality Counts, LLC - 3/28/2019CITY OF ROUND ROCK AGREEMENT FOR TRAFFIC DATA COLLECTION SERVICES WITH QUALITY COUNTS, LLC THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § COUNTY OF TRAVIS That this Agreement for purchase of traffic data collection services, and for other related services, referred to herein as the "Agreement," is made and entered into on this the day of the month of , 2019, by and between the CITY OF ROUND ROCK, TEXAS, a home -rule municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664, referred to herein as the "City," and QUALITY COUNTS, whose office is located at 15533 North Interstate 35, Suite 7, Pflugerville, Texas 78660, referred to herein as the "Services Provider." This Agreement supersedes and replaces any previous agreements between the named parties, whether oral or written, and whether or not established by custom and practice. RECITALS: WHEREAS, City desires to purchase traffic data collection services, and City desires to purchase said services from Services Provider; and WHEREAS, City has issued its Invitation for Bid under Solicitation Number 19-005 for the provision of said 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 receipt and sufficiency of which are hereby acknowledged, the parties mutually agree as follows: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Services Provider whereby the City is obligated to buy specified services and Services Provider is obligated to provide said services. The Agreement includes the following: (a) City's Invitation for Bid under Solicitation Number 19-005; (b) Service Provider's Response to IFB; (c) contract award; and (d) 00418916/ss2 1-- 0(q -,0«'4- any exhibits, addenda, and/or amendments thereto. Any inconsistencies 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 Bid, 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 supplies, materials, commodities, or equipment, and the specified performance of services. F. Services Provider means Quality Counts, LLC, and any successors or assigns. 2.01 EFFECTIVE DATE; TERM A. This Agreement shall be effective upon the date on which it has been signed by both parties hereto, and shall remain in full force and effect unless and until it expires by operation of the term stated herein, or until terminated or extended as provided herein. B. The term of this Agreement shall be for sixty (60) months from the effective date hereof. C. 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. 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Services Provider to provide the services as outlined in City's Invitation for Bid under Solicitation Number 19-005, and Response to IFB submitted by Services Provider, all as specified in Exhibit "A" attached hereto and made a part hereof for all purposes. The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in relevant documents 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 N Agreement as if repeated herein in full. 4.01 ITEMS AWARDED A. All bid items on Exhibit "A" are awarded to Services Provider. B. Services Provider specifically acknowledges and agrees that City is not obligated to use or purchase any estimated annual quantity of goods and services. Only if, as, and when needed by City, the bid costs listed on Exhibit "A" shall be the basis of any charges collected by Services Provider. 5.01 COSTS A. The bid costs listed on Attachment A — Bid Sheet of Exhibit "A," shall be the basis of any charges collected by Services Provider. B. In consideration for the items set forth in Exhibit "A," the City shall be authorized to pay the Services Provider an amount not -to -exceed Forty -Five Thousand and No/100 Dollars ($45,000.00) per year for a total not to exceed amount of Two Hundred Twenty -Five Thousand and No/100 Dollars ($225,000.00) for the term of this Agreement. 6.01 INVOICES All invoices shall include, at a minimum, the following information: A. Name and address of Services Provider; B. Purchase Order Number; C. Description and quantity of items received; and D. Delivery 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 of Round Rock's bid, with the consent and agreement of the successful Services Provider(s) and Round Rock. Such agreement shall be conclusively inferred for the Services Provider from lack of exception to this clause in the Services Provider's response. However, all parties hereby expressly agree that the City of Round Rock is not an agent of, partner to, or representative of those outside agencies or entities and that the City of Round Rock 3 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, any payment to be made by City to Services Provider will be made within thirty (30) days of the date City receives goods under this Agreement, the date the performance of the services under this Agreement are completed, or the date City receives a correct invoice for the goods 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). This Prompt Payment 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 causes the payment to be late; or B. 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 C. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or D. The invoice is not mailed to City in strict accordance with any instruction on the purchase order relating to the payment. 10.01 GRATUITIES AND BRIBES City may, by written notice to Services Provider, cancel this Agreement without incurring any 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. 4 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 in all respects comply with the insurance requirements delineated in Part II, Item 2 of City's Invitation for Bid under Solicitation Number 19-005. 14.01 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act on its behalf: Gary Hudder Transportation Director 2008 Enterprise Drive Round Rock, Texas 78664 (512) 218-5560 huddergroundrocktexas.gov 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 hereunder 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 fully, timely and faithfully perform any material obligations hereunder; B. Becomes insolvent or seeks relief under the bankruptcy laws of the United States; C. Fails to provide adequate assurance of performance under the "Right to Assurance" section herein. 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. 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. 15.01 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 A. Services Provider, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, City's Charter and Ordinances, as amended, and all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. n B. Services Provider acknowledges and understands that City has adopted a Storm Water Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14-139 through 14-152 of the City's Code of Ordinances, to manage the quality of the discharges from its Municipal Separate Storm Sewer System (MS4) and to be in compliance with the requirements of the Texas Commission on Environmental Quality (TCEQ) and the Texas Pollutant Discharge Elimination System (TPDES). The Services Provider agrees to perform all operations on City -owned facilities in compliance with the City's Illicit Discharge Ordinance to minimize the release of pollutants into the MS4. The Services Provider agrees to comply with of the City's stormwater control measures, good housekeeping practices and any facility specific stormwater management operating procedures specific to a certain City facility. In addition, the Services Provider agrees to comply with any applicable TCEQ Total Maximum Daily Load (TMDL) Requirements and/or I -Plan requirements. C. In accordance with Chapter 2270, Texas Government Code, a governmental entity may not enter into a contract with a company for services unless the contract contains written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of this contract. The signatory executing this Agreement on behalf of Services Provider verifies Services Provider does not boycott Israel and will not boycott Israel at any term of this Agreement. 20.01 ASSIGNMENT AND DELEGATION The parties 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. 21.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: A. When delivered personally to recipient's address as stated in this Agreement; or B. 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: Quality Counts, LLC 15533 North Interstate 35, Suite 7 Pflugerville, TX 78660 Notice to City: City Manager Stephan L. Sheets, City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock, TX 78664 Round Rock, TX 78664 7 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. 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 hereof 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 such 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 to be 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 8 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. [Signatures on the following page.] 0 IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on the dates indicated. CITY OF ROUND ROCK, T A -S By: Printed Name: Title: wVM V Q Date Signed: For City, Attest: .11 By: AW-01 � 2 Sara L. White, City Clerk For City, Apprqved as to Sheets, City Attorney QUAL7, LC By: Printed Name: Title: C60 Date Signed: 10 :K TEXAS City of Round Rock, Texas Purchasing Division 221 East Main Street Round Rock, Texas 78664-5299 www.roundrocktexas.gov INVITATION FOR BID (IFB) TRAFFIC DATA COLLECTION SERVICES SOLICITATION NUMBER 19-005 January 2019 Exhibit "A" City of Round Rock TRAFFIC DATA COLLECTION SERVICES IFB No. 19-005 Class/Item: 968-85 January 2019 TRAFFIC DATA COLLECTION SERVICES PART I GENERAL REQUIREMENTS 1. PURPOSE: The City of Round Rock, herein after "the City" seeks a bid from firms experienced in providing traffic data collection services. 2. BACKGROUND: The City resides in two counties: Williamson County and Travis County. The City has performed approximately 120+ various traffic studies in the past 5 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. 3. SOLICITATION PACKET: This solicitation packet is comprised of the followina: Description Index Part I — General Requirements Page(s) 2-5 Part 11— Definitions, Standard Terms and Conditions and Insurance Requirements Page 6 Part III — Supplemental Terms and Conditions Page(s) 7-9 Part IV — Specifications Page(s) 10-11 Attachment A — Bid Sheet Page 12 Attachment B — Reference Sheet Page 13 Attachment C — City of Round Rock Monitoring Locations Separate Attachment (2 pages) 4. AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications, you may contact: Amanda Crowell Purchasing Technician Purchasing Division City of Round Rock Phone: 512-218-5456 E-mail: acrowell(d)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. Exhibit "A" Page 2 of 13 City of Round Rock TRAFFIC DATA COLLECTION SERVICES IFB No. 19-005 Class/Item: 968-85 January 2019 5. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below. EVENT DATE Solicitation released January 9, 2019 Deadline for submission of questions January 18, 2019 @ 5:00 PM, CST City responses to questions or addendums January 22, 2019 @ 5:00 PM, CST Deadline for submission of responses January 30, 2019 @ 3:00 PM, CST All questions regarding the solicitation shall be submitted in writing by 5:00 PM, CST on the due date noted above. A copy of all questions submitted and the City's response to the questions shall be posted on the City's webpage in the form of an addendum at: https://www.roundrocktexas..qov/businesses/solicitations/ Questions shall be submitted in writing to the "Authorized Purchasing Contact", The City reserves the right to modify these dates. Notice of date change will be posted to the City's website: http://www.roundrocktexas.gov/bids. 6. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at http://www.roundrocktexas.gov/bids for any updates pertaining to the solicitation described herein. Various updates may include addendums, cancellations, 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. 7. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the due date noted in PART I, Section 5 — Schedule of Events. Mail or hand deliver sealed responses to: City of Round Rock Attn: Amanda Crowell Purchasing Department 221 E. Main Street Round Rock, Texas 78664-5299 a. Sealed responses shall be clearly marked on the outside of packaging with the solicitation title, number, due date and "DO NOT OPEN". b. Facsimile or electronically transmitted responses are not acceptable. c. Responses cannot be altered or amended after opening. d. No response can be withdrawn after opening without written approval from the City for an acceptable reason. e. The City will not be bound by any oral statement or offer made contrary to the written specifications. f. Samples and/or copies shall be provided at the Respondent's expense and shall become the property of the City. 8. RESPONDENT REQUIREMENTS: The City of Round Rock makes no warranty that this checklist is a full comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist participating Respondents in compiling their final responses. Respondents are encouraged to carefully read the entire solicitation. Respondent shall submit one (1) evident signed "Original" and one (1) electronic copy of the complete IFB response on a flash drive. The submittal is required to include all addendums and requested attachments. The bid response along with samples and/or copies shall be provided at the Respondent's expense and shall become the property of the City. Exhibit "A" Page 3 of 13 City of Round Rock TRAFFIC DATA COLLECTION SERVICES IFB No. 19-005 Class/Item: 968-85 January 2019 This invitation for bid (IFB) does not commit the City to contract for any supply or service. Respondents are advised that the City will not pay for any administrative costs incurred in response preparation to this IFB; all costs associated with responding to this IFB will be solely at the interested parties' expense. Not responding to this IFB does not preclude participation in any future RFP/RFQ/IFB. For your bid to be responsive, addendums and the attachments identified below shall be submitted with your proposal. ❑ Addendums: Addendums may be posted to this solicitation. Bidders are required to submit signed addendums with their sealed response. The Bidder shall be responsible for monitoring the City's website at http://www.roundrocktexas.gov/bids for any updates pertaining to the solicitation. ❑ Attachment A: BID SHEET: The bid response shall be submitted on itemized, signed Bid Sheet provided in the solicitation packet. Failure to complete and sign the bid sheet will result in disqualification. If there is a conflict between the unit price and extended price, the unit price will take precedence. Submission of responses on forms other that the City's Solicitation Document may result in disqualification of the response. ❑ Attachment B: REFERENCE SHEET: Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal, Government agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. If references cannot be confirmed or if any negative responses are received it may result in the disqualification of submittal. 9. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, 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 at 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: a. Purchase price; b. Reputation of Respondent and of Respondent's goods and services; c. Quality of the Respondent's goods and services; d. The extent to which the goods and services meet the City's needs; e. Respondent's past performance with the City; f. The total long-term cost to the City to acquire the Respondent's goods or services; g. Any relevant criteria specifically listed in the solicitation. Respondents may be contacted for clarification of bid and/or to discuss details of the services they are proposing. This may include a presentation and/or the request for additional material/information. 10. CONFIDENTIALITY OF CONTENT: As stated in Section 16 of City of Round Rock Purchasing Definitions, Standard Terms and Conditions, 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 a. 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. b. 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. Exhibit "A" Page 4 of 13 City of Round Rock TRAFFIC DATA COLLECTION SERVICES IFB No. 19-005 Class/Item: 968-85 January 2019 11. SUSPENSION OR DEBARMENT CERTIFICATION: The provisions of the Code of Federal Regulations 2 CFR part 180 suspension and debarment may apply to this agreement. The City of Round Rock is prohibited from contracting with or making prime or sub -awards to parties that are suspended or debarred or whose principals are suspended or debarred from doing business with the Federal Government, State of Texas, or the City of Round Rock. 12. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the successful offeror to complete a Form 1295 "Certificate of Interested Parties" that is signed for a contract award requiring council authorization. The "Certificate of Interested Parties" form must be completed on the Texas Ethics Commission website, printed, signed and submitted to the City by the authorized agent of the Business Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior to final contract execution. Link to Texas Ethics Commission Webpage: https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm Exhibit "A" Page 5 of 13 City of Round Rock TRAFFIC DATA COLLECTION SERVICES IFB No. 19-005 Class/Item: 968-85 January 2019 PART II DEFINITIONS, STANDARD TERMS AND CONDITONS AND INSURANCE REQUIREMENTS 1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the Respondent agrees that the City's Definitions, Standard 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 Respondents to stay apprised of changes. The City's Definitions, Standard Terms and Conditions can be viewed and downloaded from the City's website at: https://www.roundrocktexas.gov/departments/purchasing/ 2. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth in Standard Insurance Requirements. The City's Standard Insurance Requirements document can be viewed and downloaded from the City's website at: https://www.roundrocktexas.gov/departments/purchasing/ . Exhibit "A" Page 6 of 13 City of Round Rock TRAFFIC DATA COLLECTION SERVICES IFB No. 19-005 Class/Item: 968-85 January 2019 PART III SUPPLEMENTAL TERMS AND CONDITIONS 1. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following: 1.1 The term of the Agreement shall begin from date of award and shall remain in full force for (36) months. 1.2 Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions of this agreement for such a period as is reasonably necessary to re -solicit and/or complete the project up to 90 days. 2. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications. Respondents who do not meet the minimum qualifications will not be considered for award. The Respondent shall: 2.1 Be firms, corporations, individuals or partnerships normally engaged in providing traffic count data collection services as specified herein and have adequate organization, facilities, equipment, financial capability, and personnel to ensure prompt and efficient service to the City; 2.2 Provide all labor, supplies and materials required to satisfactorily perform the services as specified herein and own or acquire at no cost to the City all construction aids, appliances, and equipment Respondent deems necessary and maintain sole responsibility for the maintenance and repair of Respondent's vehicles, equipment, tools and all associated costs. The City shall not be responsible for any Respondent's tools, equipment or materials lost or damaged during the performance of the services specified herein; 2.3 Be domiciled in or have a home office inside the United States. Respondents domiciled outside the United States, or not having a home office inside the United States will not be included for consideration in this procurement process. 3. SAFETY: The City reserves the right to remove any employee from City property for violation of federal, state, and local health, safety and environmental laws, ordinances, rules and regulations. The Respondent shall: 3.1 Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State and City safety and occupational health standards and other applicable federal, state, and local health, safety, and environmental laws ordinances, rules and regulations in the performance of these services; 3.2 Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. In case of conflict, the most stringent safety requirement shall govern; 3.3 Indemnify and hold the City harmless from and against all claims, demands, suits, actions, judgments, fines penalties and liability of every kind arising from the breach of the Successful Respondents' obligations under this paragraph. 4. WORKFORCE: Successful Respondent shall: 4.1 Ensure Respondent's employees perform the services in a timely, professional and efficient manner; 4.2 Ensure Respondent's employees, while working on City property, wear a company uniform that clearly identifies them as the Respondent's employee; 4.3 Employ all personnel for work in accordance with the requirements set forth by the United States Department of Labor. The City reserves the right to verify citizenship or right to work in the United States. 5. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all incidental costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and maintenance, demurrage, fuel surcharges, delivery charges, costs associated with obtaining permits, insurance, bonds and risk management. No separate line item charges shall be permitted for either response or invoice purposes. Exhibit "A" Page 7 of 13 City of Round Rock TRAFFIC DATA COLLECTION SERVICES IFB No. 19-005 Class/Item: 968-85 January 2019 6. PRICE INCREASE: Contract prices for Traffic Data Collection Services shall remain firm throughout the initial twelve (12) month term of the contract. A price increase to the agreement may be considered on the anniversary date of the Contract each year and shall be equal to the consumer price index for that year, but at no time can the increase be greater than 15% for any single line item. 6.1 Consumer Price Index (CPI): Price adjustments will be made in accordance with the percentage change in the U.S. Department of Labor Consumer Price Index (CPI -U) for all Urban Consumers. The price adjustment rate will be determined by comparing the percentage difference between the CPI in effect for the base year six-month average (January through June OR July through December); and each (January through June OR July through December six month average) thereafter. The percentage difference between those two CPI issues will be the price adjustment rate. No retroactive contract price adjustments will be allowed. The Consumer Price Index (CPI) is found at the Bureau of Labor Statistics, Consumer Price Index website: http://www.bis.gov/cpi/. 6.2 Procedure to Request Increase: 6.2.1 Mail the written price increase request with the rate detail comparison and comprehensive calculation and any supporting documentation to the designated City Contract Specialist a minimum of 45 days prior to the annual Contract anniversary date. The detailed written calculation will be verified and confirmed. All written requests for increases must include the City of Round Rock contract number, solicitation reference information and contact information for the authorized representative requesting the increase. Price increase requests shall be sent by mail to: City of Round Rock Purchasing Department Attn: Contract Specialist 221 East Main Street Round Rock, TX 79664-5299 6.2.2 Upon receipt of the request, the City reserves the right to either, accept the escalation 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. 7. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondents' performance anytime during the contract term. 8. ACCEPTANCE/INSPECTION: Acceptance inspection should not take more than five (5) working days. The awarded respondent will be notified within the time frame if the services delivered are not in full compliance with the specifications. In the event the services are not performed to the satisfaction of the City; the vendor shall agree to reperform services to specification at no additional cost to the City. If any agreement or purchase order is cancelled for non-acceptance the needed services may be purchased elsewhere and the vendor may be charged liquidated damages. 9. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any minimum or maximum purchase is made or implied. The City will only order the services/goods needed to satisfy requirements within budgetary constraints, which may be more or less than indicated. 10. PERMITS: The Successful Respondent shall verify and obtain all necessary permits, licenses, and/or certificates required by federal, state and local laws, ordinances, rules or regulations for the completion of the services as specified if required for the project. 11. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award, split award, primary and secondary award, 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.gov/bids. 12. POST AWARD MEETING: The City and Successful Respondent(s) may have a post award meeting to discuss, but not be limited to the following: Exhibit "A" Page 8 of 13 City of Round Rock TRAFFIC DATA COLLECTION SERVICES IFB No. 19-005 Class/Item: 968-85 January 2019 12.1 The method to provide a smooth and orderly transition of services performed from the current contractor; 12.2 Provide City contact(s) information for implementation of agreement. 12.3 Identify specific milestones, goals and strategies to meet objectives. 13. POINT OF CONTACT / DESIGNATED REPRESENTATIVE: 13.1 Contractor's point of contact: In order to maintain consistent standards of quality work performed across the City, the City shall be provided with a designated and identified point of contact upon award of the contract to include contact information. The City's designated representative shall be notified by the Respondent immediately should the point of contact change. 13.2 The City's designated representative: David Walther Consultant Transportation Phone: 512-218-3248 Office 512-810-2536 Cell E-mail: davidw(a)roundrocktexas.gov 14. INTERLOCAL PURCHASING AGREEMENTS 14.1 The City has entered into Interlocal Agreements with other Governmental agencies pursuant to the Interlocal Cooperation Act, Chapter 791 of the Texas Government Code. The Contractor agrees to offer the same price and terms and conditions to other eligible agencies that have an interlocal agreement with the City. 14.2 The City does not accept any responsibility or liability for the purchases by other government agencies through an interlocal cooperative agreement. Exhibit "A" Page 9 of 13 City of Round Rock TRAFFIC DATA COLLECTION SERVICES IFB No. 19-005 Class/Item: 968-85 January 2019 PART IV SPECIFICATIONS 1. The City resides in two counties: Williamson County and Travis County. The City has performed approximately 120 various traffic studies in the past five 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. 2. The purpose of this contract is 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. 3. Tasks/Requirements: 3.1 Contractor's Responsibilities 3.1.1 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 C- City of Round Rock Monitoring Locations). The City reserves the right to change locations as needed due to the City's growth during the term of the contract. 3.1.2 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, 3.1.3 Specific location, time, day of week, date, and direction of traffic flow information will be collected for each study and submitted with the report. 3.1.4 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. 3.1.5 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. 3.1.6 The City expects the Contractor to follow industry standard traffic control practices during placement of counters. 3.1.7 City ordinance does not permit monitoring equipment to be mounted on poles near the streets unless prior approval from the Transportation Department is given. 3.2 City's Responsibilities 3.2.1 The City shall provide the Contractor with a schedule in advance of the work requested. 3.2.2 The City shall provide the Contractor with any changes or updates in advance of work within 48 hours of a change. 3.2.3 The City shall ensure the Contractor has a single point of contact to discuss tasks, assigned work, and invoices. Exhibit "A" Page 10 of 13 City of Round Rock TRAFFIC DATA COLLECTION SERVICES IFB No. 19-005 Class/Item: 968-85 January 2019 3.2.4 Currently the City of Round Rock does not perform its own traffic data counts. 4. Reporting Monitoring Results to City Staff: 4.1 Data shall be transferred to the City in an Excel document 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 backup. 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. 4.2 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. Exhibit "A" Page 11 of 13 City of Round Rock TRAFFIC DATA COLLECTION SERVICES IFB No. 19-005 Class/Item: 968-85 January 2019 ATTACHMENT A BID SHEET 1. ATTACHMENT A — BID SHEET is posted in Solicitation Documents for IFB No. 19-005 Traffic Count Data Collection Services in an Excel format on the City of Round Rock website at: https://www.rou ndrocktexas. gov/departments/purchasinq/purchasing-active-solicitations/ 1.1 In order to be considered responsive Attachment A- Bid Sheet must be completed, signed by an authorized representative and returned by the deadline for submission of response indicated in Part I Section 5 — Schedule of Events. 1.2 The Respondent, by submitting and signing Attachment A — Bid Sheet, acknowledges that he/she has received and read the entire document packet sections defined above including all documents incorporated by reference, and agrees to be bound by the terms therein. 1.3 In order to do business with the City of Round Rock you must be registered with the City's Vendor Database. To register, go to: https://roundrock.munisselfservice.com/Vendors/defauIt.aspx. 1.4 By the signature affixed on Attachment A- Bid Sheet, the Respondent hereby certifies that neither the Respondent nor the entity represented by the Respondent, or anyone acting for such entity has violated the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly, the response made to any competitor or any other person engaged in such line of business. 1.5 The Respondent agrees, if this Offer is accepted within 120 calendar days after the Due Date, to fully comply in strict accordance with the Solicitation, specifications and the amounts shown on bid sheet. Exhibit "A" Page 12 of 13 ATTACHMENT A- BID SHEET The Bidder represents by their signature below that he/she is submitting a binding offer and is authorized to bind the Bidder to fully comply with the solicitation documents contained in IFB No. 19-005 Traffic Count Data Collection Services. The Bidder acknowledges that he/she has received and read the entire solicitation packet, attachments and all documents incorporated by reference, and agrees to be bound by the terms therein. Special Instructions: All prices must be quoted in order to be considered responsive, be advised that exceptions taken to any portion of the solicitation may jeopardize acceptance of the bid. The Citv reserves the riaht to purchase more or less than the auantities indicated below. pe of count nual ADT Count Program (Groups 1 i Call Volume Counts Directional 2 Lane Roadway Directional 4 Lane Roadway Call Speed Counts Directional 2 Lane Roadway Directional 4 Lane Roadway Call Turning Movement Counts veway Study e Direction Flow Direction Flow Unit of Measure Each Each Estimated Number of Counts 71 Unit Price Extended Total $200.00 (�1d )nn nr Additional Day (While this information will not be evaluated these values will become part of the contract and may be requested in future scopes of work) $120.00 $4,800.00 1 $60.00 $135.00 $5,400.00 1 $70.00 $140.00 $5,600.00 $75.00 $165.00 $6,600.00 $90.00 $150.00 $3,000.00 $75.00 $125.00 $125.00 $4000 $120.00 $120.00 $60.00 $135.00 $135.00 $70.00 $140.00 $140.00 $75.00 Other Studies Trafic Surveys & Travel Please provide a list Hourly Rate _ of services Parking lots, Trip Generation, Delays Please see attached list of services COMPANY NAME: Quality Counts, LLC I r SIGNATURE OF AUTHORIZED REPRESENTATIVE: PRINTED NAME: Peter Kurtz PHONE NUMBER: 704.215.4616 EMAIL ADDRESS: pkurtz@qualitycounts.net Exhibit "A" Page 1 of 1 TEXAS 2019 Rate Schedule CE Round Rock Quality Counts DATA THAT DRIVES COMMUNITIES New & Innovative Services Email Survey Details for Quote Parking Surveys Ground -level &Aerial: Inventory, Occupancy, Space Utilization, Turnover Aerial Photography/Video raphy Interchange TMCs, O -D, Vehicle/Ped/Bike Behavior, Surveying, Marketing, Orthomosaics Reiker Curve Advisory Reporting MUTCD Compliance, Curve Sign Reporting, GIS Data Sets Bluetooth® O-D/Travel Time Studies 24/7 Cloud Access, Raw Data, Portable & Permanent Installations, Live Filtering Asset Inventory & GIS Pavement Analysis, Signs, Parking, ADA, Travel -Time, O -D, Ped/Vehicle Conflicts Geospatial Data Service Web Portal, QC Historical Data, DOT Traffic Counts, Supplemental Data Sets Turning Movement Counts (Per Continuous Count Period) Per Location (2 Hour Min.) Additional Hour Driveway In/Out Count (e.g. RIRo) $125 $40 Standard Count $130 $55 High Volume Count $175 $80 Complex Count (e.g. SPUI, Multi -Lane Roundabout) $300 $120 Video Only (Per Camera Setup; Continuous Up To 24 Hours) $100 - Bike & Pedestrian Counts (Per Continuous Count Period) Per Location (2 Hour Min.) Additional Hour Screenline Count (e.g. Greenway, 1-2 Sidewalks and/or Bike Lanes) $120 $40 Intersection/Midblock Crossing Count $140 $50 Tube/Radar Counts Per Location (24 Hour Min.) Additional Day 1-3 Lane Roadway Volume -Only $120 $60 1-3 Lane Roadway Volume/Speed/Class $140 $75 4+ Lane Roadway Volume -Only $135 $70 4+ Lane Roadway Volume/Speed/Class $165 $90 Mainline Radar Survey Volume -Only $550 $125 Mainline Radar Survey Volume/Speed/Class/Lane Utilizati $600 $150 Video Screenline Counts Per Direction Per Hour '24 Hour Minimum. Under 24 Hours Incurs $100 Setup Fee. 1-3 Lanes 4-6 Lanes 7-9 Lanes Binned FHWA Classes (Up to 6 Bins) $20 $40 $60 Full 13 -Class FHWA $40 $70 $95 Travel Rate and Other Surveys Travel, Delay, Queue, License Plate O -D, Gap, Sat Flow Starting at $60 Per Hour GPS/Tru-Traffic Travel Time Studies Call for Quote Video DropBox Download Link $20(Per Location; Continuous Up To 24 Hours) The above rates are valid for projects in Round Rock, Texas. For counts outside of this region, items not covered above, or any other questions, please contact your local office representative. (512) 670-00811 www.QualityCounts.net I QCTEX@QualityCounts.net Exhibit "A" Revised 1/23/2019 City of Round Rock TRAFFIC DATA COLLECTION SERVICES IFB No. 19-005 Class/Item: 968-85 January 2019 ATTACHMENT B: REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: 19-005 RESPONDENT'S NAME: Quality Counts, LLC DATE: Q1/30/2019 Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal, Government agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. If references cannot be confirmed or if any negative responses are received it may result in the disqualification of submittal. Company's Name Travis Coun Name of Contact Andre Betit, PE Title of Contact Traffic Engineering Division Manager E -Mail Address andre. betit(a,travi sco untytx.gov Present Address 700 Lavaca St City, State, Zip Code Austin, TX 78701 Telephone Number ( 512 ) 854-8757 Fax Number: ( ) Company's Name Kimlev-Horn Name of Contact Viv_ek Deshpande, PE, PTOE Title of Contact Transportation Engineer E -Mail Address vivek.deshpande(a,kimley-horn.com Present Address 10814 Jollyville, Avallon W, Suite 300 City, State, Zip Code Austin, TX 78759 Telephone Number ( 512 ) 418-4536 Fax Number: ( ) Company's Name Big Red Do Name of Contact Title of Contact Director, Transportation Engineering E -Mail Address dan.hennessey(a)bigreddog.com Present Address 2021 East 5th Street, Suite 200 City, State, Zip Code Austin, TX 78702 Telephone Number ( 512 ) 669-5560 Fax Number: ( ) FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. Exhibit "A" Page 13 of 13 ATTACHMENT C- City of Round Rock Monitoring Locations GROUP LOCATION ADT ARTERIAL STREETS - Groups 1, 2 and 3 GROUP 1 1 AW Grimes Blvd Btwn Gattis School Rd & Louis Henna Blvd 1 AW Grimes Blvd Btwn Logan Dr & Gattis School Rd 1 AW Grimes Blvd Btwn Louis Henna to Roundville Ln 1 AW Grimes Blvd Btwn Old Settlers Blvd & Tiger Trail 1 AW Grimes Blvd Btwn Tiger Trl & Hwy 79 1 AW Grimes Blvd Btwn University Blvd & Old Settlers Blvd 1 AW Grimes Blvd Btwn Hwy 79 & Logan Dr 1 Bowman Rd btwn Greenhill Dr & Egger Ave 1 Bowman Rd Btwn Sunrise Rd & Buckeye Ln 1 Chisholm Trail Rd Btwn Chisholm Pkwy & Industrial Blvd 1 Chisholm Trail Rd btwn Emmanuel St & Sunset Dr 1 Chisholm Trail Rd btwn Wolle Ln & FM 3406 1 Creek Bend Blvd Btwn Wyoming Springs & Creek Bend Cir. 1 Creek Bend Blvd Btwn FM 3406 & Sam Bass Rd 1 Deepwood Dr at Round Rock High School 1 Dell Way btwn Greenlawn Blvd & South Mays St 1 Double Creek Dr btwn Bryant Dr & Louis Henna Blvd 1 Double Creek Dr btwn Henna Way & Ray Berglund Blvd 1 E Main St btwn Burnet St & Lewis St 1 FM 3406 Btwn Plantation Dr & Oak Hollow Dr 1 FM 3406 Btwn Wyoming Springs Dr & Sam Bass Rd 1 Forest Creek Dr btwn Grey Feather Ct & Kenny Fort Dr 1 Forest Creek Dr Btwn Kenny Fort Blvd & Rusk Rd 1 Forest Creek Dr btwn Lake Forest Dr & Forest Ridge Blvd 1 Gattis School Rd Btwn High Country Blvd & Red Bud Ln 1 Gattis School Rd Btwn Rolling Ridge Dr & Meister Ln 1 Gattis School Rd Btwn Joyce Ln & South Creek Dr 1 Gattis School Rd btwn Surrey Dr & Oxford Blvd 1 Georgetown St Btwn Timberwood Dr & Pecan Ave 1 Logan ST Btwn Mays St $ Greenlawn Blvd 1 Greenlawn Blvd Btwn Dell Way & Stratford Dr 1 Greenlawn Blvd btwn Louis Henna Blvd & IH -35 NB Frontage Rd 1 Hesters Crossing Rd Btwn La Frontera Blvd & CR 172 1 Hesters Crossing Rd Btwn Rawhide Dr & IH -35 SB Frontage Rd 1 High Country Blvd Btwn Southampton Way & Flower Hill Dr 1 Kenny Fort Blvd btwn Joe DiMaggio Blvd and Forest Creek Dr 1 La Frontera Blvd Btwn Sundance Pkwy & SH 45 WB Frontage Rd 1 IN Mays St Btwn Texas Ave & Bowman Rd 1 IN Mays St btwn Jeffrey Way & Greenhill Dr 1 IN mays o Old bowman GROUP 2 2 S Mays St btwn Fannin Ave and Sunset Dr 2 S Mays St Btwn Mays Crossing and Gattis School Rd 2 S Mays St Btwn Nash St and the Lake Creek Bridge 2 McNeil Rd Between East Messick Lp and Oakridge Dr 2 McNeil Rd Btwn Blair St & IH -35 NB Frontage Rd 2 McNeil Rd Between Saint Williams Ave and Round Rock West Dr 2 Meister Ln btwn Louis Henna Blvd & Gattis School Rd 2 Confirml 2 Old Settlers Blvd btwn Brenda Ln & Bluffstone Dr 2 Old Settlers Blvd Btwn Champion Dr & Water Spaniel Way 2 Old Settlers Blvd Btwn Greenhill Dr & Mesa Park Dr 2 Red Bud Ln Btwn CR 123 & Evergreen Dr 2 Red Bud Ln Btwn Old Settlers Blvd & CR 117 2 Red Bud Ln Btwn Jackrabbit Run & Doris Ln 2 Red Bud Ln Btwn Hwy 79 & Mickey Mantle PI 2 FM 620 Btwn Chisholm Trail Pkwy & Lake Creek 2 FM 620 Btwn Wyoming Springs & Oakwood Blvd 2 Round Rock Ave Btwn San Saba St & Brown St 2 Sam Bass Rd Blwn FM 3406 & Desert Willow Dr 2 Sam Bass Rd Blwn Somerset Dr & Meadows Dr Exhibit "A" Page 1 of 2 ATTACHMENT C- City of Round Rock Monitoring Locations Exhibit "A" Page 2 of 2 GROUP 3 3 Sunrise Rd Btwn Eagles Nest St & Luther Peterson PI 3 Sunrise Rd Btwn Old Settlers Blvd & Bowman Rd 3 Sunrise Rd Btwn Hwy 79 & Tiger Tri 3 Sunrise Rd Btwn Eagles Nest St & Hidden Valley Or 3 University Blvd btwn AW Grimes Blvd & CR 110 3 University Blvd btwn Campus Village Or & College Park Or 3 University Blvd btwn IH 35 & Oakmont Or 3 University Blvd Btwn Oakmont Or & Sunrise Rd 3 University Blvd btwn Sunrise Rd & Orion St 3 US 79 Btwn Georgetown St & Sunrise Rd 3 US 79 Btwn N Mays St & IH 35 3 US 79 Btwn Joe Dimaggio Blvd & Harrell Pkwy 3 US 79 Btwn Nolan Ryan Blvd. & Red Bud Ln. 3 Wyoming Springs Or Btwn Smyer Ln & Park Valley Or 3 Wyoming Springs Or Btwn Arbor Dr & Stone Creek Or GROUP LOCATION SH45 FRONTAGE RD. 4 WB Louis Henna Blvd East of CR 172 4 EB Louis Henna Blvd West of CR 1325 4 WB Louis Henna Blvd Btwn Kourl Ave & La Frontera Blvd 4 EB Louis Henna Blvd Just West of Farmers Cir 4 EB Louis Henna Blvd Just East of 1-35 NB Frontage Rd 4 WB Louis Henna Blvd East of 1-35 NB Frontage Rd 4 WB Louis Henna Blvd Just West of SH -45 WB On -Ramp 4 EB Louis Henna Blvd Btwn SH -45 EB Offramp & Gas Station Dwy 4 WB Louis Henna Blvd Just East of Large Parking lot West Dwy East of Greenlawn Blvd 4 EB Louis Henna Blvd Btwn SAW Grimes Blv & Warner Ranch Dr 4 WB Louis Henna Blvd East of AW Grimes Blvd 4 EB Louis Henna Blvd East of SAW Grimes Blvd 4 EB Louis Henna Blvd East of Double Creek Dr 4 WB Louis Henna Blvd Just East of CR 169 4 EB Louis Henna Dr Just East of Schultz Ln 4 WB Louis Henna Blvd Just West of Donnell Dr GROUP LOCATION 135 FRONTAGE RD. 5 1-35 NB Frontage Rd Just North of Greenlawn Blvd 5 1-35 SB Frontage Rd Just North of Parker Rd 5 1-35 NB Frontage Rd ±600' of SH45 5 1-35 SB Frontage Rd Just North of Sundance Pkwy 5 1-35 NB Frontage Rd Just South of Dell Way 5 1-35 SB Frontage Rd South of Old West Dr 5 1-35 NB Frontage Rd ±200' north of Gattis School 5 1-35 SB Frontage Rd Just South of Chisholm Valley Dr 5 1-35 NB Frontage Rd Just north of Mays Crossing 5 1-35 SB Frontage Rd ±600' south of Round Rock Ave 5 1-35 NB Frontage Rd Just south of Round Rock Ave 5 1-35 NB Frontage Rd ±500' north of Round Rock Ave. 5 1-35 SB Frontage Rd ±500' north of Round Rock Ave. 5 1-35 SB Frontage Rd ±300' north of Sunset Dr. 5 1-35 NB Frontage Rd Just North of Sunset Dr 5 1-35 NB Frontage Rd Just North of W Palm Valley Dr 5 1-35 NB Frontage Rd North of Texas Ave 5 1-35 SB Frontage Rd Just North of Chisholm Pkwy 5 1-35 SB Frontage Rd ±900' South of FM 3406 5 1-35 NB Frontage Rd Just North of Meridian Lane 5 1-35 SB Frontage Rd Just North of Wolle Ln 5 1-35 SB Frontage Rd Just South of University Blvd 5 1-35 NB Frontage Rd Just South of University Blvd 5 1-35 NB Frontage Just North University Blvd 5 1-35 SB Frontage Rd Just South of South Westinghouse Dr Half Loop 5 1-35 NB Frontage Rd North of Bass Pro Dr Exhibit "A" Page 2 of 2 THE CITY OF ROUND ROCK I TRAFFIC DATA COLLECTION SERVICES Minimum Qualifications origin -destination and travel tile reporting. We are Quality Counts (QC) is a nationwide full-service confident in our ability to m@and exceed your needs, transportation data collection firm with more than 170 having collected thousands pf hours of the following employees in 10 offices across the United States, studies: including one in nearby Pflugerville, TX. Our company was Camera Surveys founded in 2003 in Portland, OR to meet the need for a local, dedicated traffic data vendor. Over the past 16 years, QC leveraged its specialized commitment to exceptional customer service, quality products, and innovative technology to become one of the most respected, industry-leading transportation data collection firms in the country. Our processes are rooted in a customer -first, transparent business model that maximizes project efficiency and reporting accuracy. More recently, our experience and partnerships continue to grow: Year Tube Counts TMC Count Hours 2014 81500 60,000 2015 18,000 70,000 2016 23,000 73,530 2017 18,380 92,000 We believe in always striving to improve. Our system of data collection evolves with deliberate intent to advance the transportation data industry. With more than 200,000 studies on our resume, we are a trusted source of data and collection program development for numerous state DOTS, counties, cities, MPOs, COGs, private sector clients, FHWA, and the National Cooperative Highway Research Program (NCHRP). In fact, our data collection methods are so accurate that they are often used to establish "ground truth" corroborative data sets in nationwide studies of survey methodologies and technologies. QC is also actively involved with university research teams to develop reliable trajectory -level surveys. Our vast experience is made possible through the use of state-of-the-art hardware, software, and proven processing methods. We maintain a high level of industry - specific knowledge and cutting-edge technology to allow us to deliver solutions catered to unique transportation problems. Our team offers access to collection capabilities backed by an immense inventory of pneumatic tube counters, cameras, Bluetooth/WiFi detection units, side - fire radars, drones, and fixed -wing aircraft. QC regularly utilizes manual processing methods for unrivaled 99% accuracy and complete reporting customization, proprietary QA/QC analytics applications for macro -level data validation across entire corridors, automated software for specialized safety assessments and aerial surveys, and Bluetooth, cellular, WiFi and GPS analytics for a: Exhibit "A" 1 i Quality Counts THE CITY OF ROUND ROCK I TRAFFIC DATA COLLECTION SERVICES Our Commitment to Quality Data Checks Our project lifecycle is carefully crafted to strict standards that are catered to your unique and varying needs. We guarantee that our video data results will be at or above 99% accuracy and our automated sensor data will meet or exceed your expectations. The steps below outline our QA/QC process from planning through delivery: Field Setup Verification • Our team will thoroughly explain our planned approaches for each collection site and confirm all processing instructions and deliverable requirements. • When on-site, our team will verify that all intersections and mid -blocks in the project setup area are flowing and following a functional norm. Traffic abnormalities will be reported immediately. • Every piece of equipment is tested, calibrated, and set up according to exact manufacturer specifications. • Cameras are set up in multiple angles with unobstructed views of all vehicles, pedestrians, and cyclists. • Approaches are captured for upstream traffic reporting including queueing and nearby accidents. • Pneumatic tube counters and radars are set up where traffic is free flowing and queueing is infrequent. • Field data sheets are completed with detailed area and equipment diagrams and traffic condition reports. Reduction to Data Volume, speed, and classification data is downloaded from pneumatic tube counters and radars using software that reports data accuracy. Our team looks for and reports any abnormalities (e.g. gaps, high unclassed percentages). • Collected video is transferred to our Video Reduction Center in Tampa, Florida via a secured cloud network. • Video technicians, who endure weeks of intensive training and coordination tests, manually extract vehicle counts and movements from the video. Issues that may negatively impact data are immediately reported. This approach has proven to be more accurate than any automated video counting system in existence today. Intersection and roadway network verification techniques are utilized through the use of Merlin, our proprietary QA/QC analytics software. This allows for a holistic micro and macro -level view of data trends that are used to detect, inspect, reject, and report errors and abnormalities. Unusual data patterns are flagged and reported. This includes incomplete data, high or low intervals, low heavy vehicle percentages, illegal movements, traffic flow below or above expectation in any area, the presence or absence of specific expected movements, and corridor balancing issues among multiple survey sites. Our team firmly believes in transparency. At any time, you may request copies of internal documents detailing counts completed, unclassified vehicle percentages, processing comments, Merlin reports, and copies of counter and video files. All of this information is stored indefinitely in secure cloud servers. Our Flexibility If we can count it, we can classify it into any deliverable template: vehicles, pedestrians, bicycles, boats, skateboards, and more. Manual reduction means unlimited options for classification schemes for any traffic type to help convey a more complete picture of a network's behavior. We can also perform all sorts of time - tracking and timestamp-based projects that deliver information about specific events or occurrences. Our Customer Service Our team members are always available to talk through any concerns you may have. There is no dealing with limited business hours or automated phone lines. We will always do what it takes to maintain our commitment to 99% video data accuracy. By recommending proper automated collection practices, we guarantee to meet or exceed data accuracy standards for pneumatic tube and radar collection devices. If you aren't complete satisfied with our data, we will recollect and reprocess at no additional cost to you. (I Exhibit "A" Z 1 Quality Counts THE CITY OF ROUND ROCK I TRAFFIC DATA COLLECTION SERVICES Project Team Automated traffic data from pneumatic tube counters and other specialized survey devices will be processed by our We believe that quality data starts with maintaining a well- Operations Support team, led by lames Brennan and trained, dedicated, and motivated staff. Our team is solely supported by Noah Smith. This elite data analytics group is dedicated to the collection, processing, and delivery of trained in TraxPro, PetraPro, Centurion, VIAS, Data Express, traffic data. Since we are not distracted by completing project analyses and preparing technical engineering reports, we spend more time training our staff, verifying the absolute precision of our data, ensuring equipment and software tools are best in class and properly calibrated, and responding thoroughly and quickly to all our clients' inquiries. Our local team in Pflugerville, TX is ready and eager to service the City of Round Rock's traffic count needs. Randel Lenz, our Texas Operations Manager, will lead QC's local team. He will be tasked with managing field staff, providing milestone updates to the City, and submitting deliverables. Randel will be accompanied by a team of experienced Field Technicians to complete on-site survey tasks, led by James Brown. Peter Kurtz will be available at all times to support Randel's efforts. He will reallocate equipment, staff, and any other necessary resources as needed to ensure timely completion of all requested data collection. a Quality Counts and Stats Analyzer software. They process thousands of counts annually and have years of experience in quality control and identifying problematic data. Noah Smith will also lead the processing of any Bluemac Bluetooth, drone, and other unique surveys. All video -based surveys are transferred to the VRC in Tampa, FL. Dedicated, highly -trained Data Reduction Technicians led by Erin Martineau will manually process vehicle volumes, pedestrians, cyclists, and any other requested data with at least 99% accuracy. Our VRC can count to 4,000 hours of video per week. Organizational Chart We understand that data is used to make important decisions that affect the safety and effectiveness of our local roadways and infrastructure and have a direct impact on our local communities and economies. Our Managers and Field Technicians are always available to address changes that may occur during a project or contract. We take pride in our willingness to adapt to the individual needs of our clients. Our organizational chart below illustrates the reporting relationships among our staff and the Citv of Round Rock. ROUND ROCK TEXAS Principal -in -Charge Peter Kurtz Exhibit "A" 31 Page THE CITY OF ROUND ROCK I TRAFFIC DATA COLLECTION SERVICES Project Schedule This turnaround spans only four business days for a single Collection Schedule and Availability camera and tube count up to a three-week period for Upon execution of a task order and notice to proceed, Randel will begin the preparation process to collect the requested data the same day the task order is issued. These tasks include: 1. Mapping all locations using our online mapping tools 2. Reviewing each location using Google Street View or on-site visits 3. Determining and annotating equipment requirements and optimal placement 4. Preparing site and survey -specific field data sheets 5. Designing optimal field work routes 6. Adding equipment setup and pickup dates to Field Technician schedules 7. Discussing anticipated video/data transmittal schedules with VRC staff 8. Scheduling final project delivery dates with those same parties, based on City requirements Field work tasks will commence the first available week within the desired collection window. QC has more than 900 video cameras and 800 automated traffic recorders available to help service City of Round Rock task orders. Data review will commence the week after field work takes place. projects totaling 300 count hours and over 20 tube counts. Exact turnaround will be calculated and communicated as the City specifies its final list of desired count locations and count times. Every effort will be made to expedite delivery to ensure that we submit data according to the City of Round Rock's schedule. We understand that the City may require expedited delivery for specific locations to respond to administrative, legislative, and public demands. Our VRC is prepared to leverage its capacity to process more than 4,000 hours of video per week to meet any reasonable expedite requests the City may issue. Our Operations Support team may also expedite tube processing requests for accelerated delivery. Our team will plan to collect all data in fair weather conditions. In the event that inclement weather arises or traffic incidents occur that are believed to impact traffic data, the City will be notified immediately after the survey date. QC is willing to recollect any such impacted surveys at no additional cost. The table below describes a hypothetical collection schedule for 10 two-day pneumatic traffic counts. A QC has predetermined video processing turnaround times second backup collection week is always reserved for any based on how many hours of video collection hours or potential recounts due to irregular traffic, weather, or tube counts are included in a single task order. equipment -related incidents. EXAMPLE COLLECTION SCENARIO Days Mon Tues Wed Thurs Fri Mon Tues Wed Thurs Fri Mon Planning Field Surveys Data Precheck Data Processing QA/QC Deliverable Creation Delivery Q Exhibit "A" 4 1 P a g e Quality Counts :K TEXAS ADDENDUM CITY OF ROUND ROCK, TEXAS Solicitation: 19-005 Addendum No: #1 Date of Addendum: 1/22/2019 This addendum is to incorporate the following changes to the above referenced solicitation: Questions: 01. What information should we provide to the City to address the evaluation criteria? Al. Responses to this solicitation will be evaluated based on vendor responsiveness and lowest cost. Additional information explaining how a company meets minimum qualifications is always welcome. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. APPROVED BY:—jm"'e,� 1/22/2019 Amanda Crowell, Purchasing Technician Purchasing Office, 512-218-5458 By the signature affixed below this addendum is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED BY: Peter Kurtz 01/28/19 Name Authorized Signature Date RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. Exhibit "A" Forms provided by Texas Ethics Commission www.etnics.state.Dcus versiun vl.l.coauoiou CERTIFICATE OF INTERESTED PARTIES FORM 1295 loll Complete Nos. 1 - 4 and 6 if there are Interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2019-456170 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Quality Counts LLC Tigard, OR United States Date Filed: 02/22/2019 2 Name of govemmental entity or state agency that Is a party tot the contract for which the forms being filed. City of Round Rock Date Acknowledged: 3 Provide the Identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 000000 Traffic Data Collection Traffic Data Collection Services Nature of interest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary 5 Check only if there Is NO Interested Party. X 6 UNSWORN DECLARATION My name is TM\l ► S C%A V" W%': n w S and my date of birth is Z- l `i - j 1$ co My address is kZSo�{ rIIfA -D, cl1L3(a u5 -A• (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in tj� S hQ+Oh County, State of 18 Q on the7-1-44ay of , 20Iq_. (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.etnics.state.Dcus versiun vl.l.coauoiou Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.28ab6150 CERTIFICATE OF INTERESTED PARTIES FORM 1Z9S 1 of 1 Complete Nos. 1 - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2019-456170 Quality Counts LLC Tigard, OR United States Date Filed: 02/22/2019 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Round Rock Date Acknowledged: 03/05/2019 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 000000 Traffic Data Collection Traffic Data Collection Services 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. X 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.28ab6150