HomeMy WebLinkAboutResolution - 2011-R0185 - Contract - Ricondo & Associates Inc.- On Call Planning Services, LPSIA - 04_28_2011Resolution No. 2011-RO185
I April 28, 2011
II Item No. 5.20
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
II THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Contract No. 10191 for on -call
planning services for Lubbock Preston Smith International Airport, by and between the
City of Lubbock and Ricondo & Associates, Inc. of Chicago, Illinois, and related
documents. Said Contract is attached hereto and incorporated in this resolution as if fully
set forth herein and shall be included in the minutes of the City Council.
Passed by the City Council on April 28, 2011
TOM MARTIN, MAYOR
ATTEST:
RebA,ca Garza, City S_ecretarlk�
APPROWED AS TO CO TE T:
s Loomis, Director of Aviation
APPROVED AS TO FORM:
Bryan Green ssistant City Attorney
vw:ccdocs/RES.Contract-Ricondo & Associates, Inc.
April 13, 2011
Resolution No. 2011-RO185
CONTRACT 10191
City of Lubbock, TX
SERVICE AGREEMENT
On -Call Planning Services
RFQ 11-026-FO
This Service Agreement (this "Agreement") is entered into as of the 28th day of, April, ("Effective
Date") by and between Ricondo &Associates, Inc. (the Contractor) of Chicago, Illinois, and the City of
Lubbock (the "City").
RECITALS
WHEREAS, The City of Lubbock requested qualification statements from professional
consulting firms interested in providing on -call consulting and implementation services for Lubbock
Preston Smith International Airport; and
WHEREAS, Contractor desires to perform as an independent contractor to provide services upon
terms and conditions maintained in this Agreement; and
NOW THEREFORE, for and in consideration of the mutual promises contained herein, the City and
Contractor agree as follows:
City and Contractor acknowledge the Agreement consists of the following exhibits which are
attached hereto and incorporated herein by reference, listed in their order of priority in the event of
inconsistent or contradictory provisions:
1. This Agreement
2. Exhibit A — Statement of Work
3. Exhibit B — Price Sheet
4. Exhibit C — Insurance
Article 1 Services
1.1 Contractor agrees to perform those services for the City that are specified on Exhibit A (the
"Services") and attached hereto.
1.2 Contractor shall use its commercially reasonable efforts to render Services under this
Agreement in a professional and business -like manner and in accordance with the standards
and practices recognized in the industry.
Nonappropriation clause. All funds for payment by the City under this Agreement are
subject to the availability of an annual appropriation for this purpose by the City. In the
event of nonappropriation of funds by the City Council of the City of Lubbock for the goods
or services provided under the Agreement, the City will terminate the Agreement, without
termination charge or other liability, on the last day of the then -current fiscal year or when
the appropriation made for the then -current year for the goods or services covered by this
Agreement is spent, whichever event occurs first. If at any time funds are not appropriated
for the continuance of this Agreement, cancellation shall be accepted by the contractor on
thirty (30) days prior written notice, but failure to give such notice shall be of no effect and
the City shall not be obligated under this Agreement beyond the date of termination.
Q: PurchaseBid Dots' S 1.026-FO
Article 2 Miscellaneous.
2.1 This Agreement is made in the State of Texas and shall for all purposes be construed in
accordance with the laws of said State, without reference to choice of law provisions.
2.2 This Agreement is per- onnablc in, and venue of any action related or pertaining to this
Agreement shall lie in, Lubbock, Texas.
2.3 This At, and its Exhibits contains the entire agreement between the City and
Contractor and supersedes any and all previous agreements, written or oral, between the
parties relating to the subject matter hereof. No amendment or modification of the terms of
this Agreement shall be binding upon the parties unless reduced to writing and signed by
both parties.
2.4 This Agreement may be executed in counterparts, each of which shall be deemed an original.
2.5 In the event any provision of this Agreement is held illegal or invalid, the remaining
provisions of this Agreement shall not be affected thereby.
2.6 The waiver of a breach of any provision of this Agreement by any parties or the failure of
any parties otherwise to insist upon strict performance of any provision hereof shall not
constitute a waiver of any subsequent breach or of any subsequent failure to perfonn.
2.7 This Agreement shall be binding upon and inure to the benefit of the parties and their
respective heirs, representatives and successors and may be assigned by Contractor or the
City to any successor only on the written approval of the other parry.
2.8 All claims, disputes, and other mattcrs in question between the Parties arising out of or
relating to this Agreement or the breach thereof, shall be formally discussed and negotiated
between the Parties for resolution. In the event that the Parties are unable to resolve the
claims, disputes, or other matters in question within thirty (30) days of written notification
from the aggrieved Party to the other Party, the aggrieved Party shall be free to pursue all
remedies available at law or in equity.
IN WITNESS WHEREOF, this Agreement is executed as of the Effective Date.
CITY OF LUBBOCK, TX CONTRACTOR
Tom Martin, Mayor Na
V " C C. ? C f- S [fJ A b, r
ATTEST Title
Rcbec. a Garza, City Secretary
APPRO AS TO CONTENT:
Jam Lo is, Director of Aviation
APPROV D TO F RM:
Assistant City Attorney
QT—hasei Bid M- 11-026-FO
City of Lubbock, TX
SERVICE AGREEMENT
On -Call Planning Services
RFQ 11-026-FO
STATEMENT OF WORK
1. INTRODUCTION
Resolution No. 2011—RO185
EXHIBIT A
Lubbock Preston Smith International Airport is a Federal Aviation Administration (FAA)
certificated commercial service airport whose enplanements in 2009 totaled 550,825.
Major airline service is provided by Southwest Airlines, American Eagle, Continental
Express, and Delta Air Lines. The major cargo carrier is Federal Express. There are
approximately 50f scheduled daily airline flights. General aviation, business aircraft and
military activity account for approximately 65,000 operations annually. The
implementation period for this agreement is for five (5) years in accordance with FAA
guidelines.
2 PROJECT DESCRIPTION
2.1 The City of Lubbock intends for selected a consultant(s) to assist with:
2.2 The preparation of planning documents related to the continued development of the
Lubbock Preston Smith International Rates and Charges Study/Analyses.
2.3 Preparation of Benefit/Cost Analyses for Capital Projects
2.4 Assistance with Governmental Coordination associated with the Airport's Development
Program
2.5 Disadvantaged Business Enterprise Program Development and Management
2.6 Other planning efforts to support the ongoing Capital Program
3. SCOPE OF WORK
Under the provisions of this contract, the consulting firm is expected to be knowledgeable
in the FAA Airport Improvement Program (AIP), Passenger Facility Charge (PFC) process,
and Disadvantaged Business Enterprise Program (DBE). The Consulting firm shall perform
On -Call Planning services within in the time frames requested and coordinated by the
department.
Project assignments under this contract may include:
• Development of an Action Plan
• Capital Improvement Program Planning and Detailed Implementation Planning for
the Airport's Capital Program
• Passenger Facility Charge Application and Program Administration
• Master Planning
• Airport Layout Plan Update
• Preparation of Environmental Assessments for Proposed Capital Projects
• Preparation of Land Use Studies
• Independent Fee Analyses Preparation
U:I'archaw Did Doe, I I4126-Fl i
4 COMPENSATION AND TERM
4.1 The consideration to be paid for the Services to be provided as described in Exhibit B
attached.
4.2 This agreement shall for a tern of five (5) years beginning upon City Council date of formal
approval. Additionally, the City may terminate this Agreement at any time during the tern
by providing written notice to the Consulting firm at least thirty (30) days prior to the
effective date of termination. In the event this Agreement is terminated, the City shall only
pay the Consulting firm for services actually performed.
5 AUTHORITY
The City Manager, or his designee, shall have the authority to direct the Contractor to perfonn any
project within the Statement of Work, if said project will cost less than S25,000.00 to complete. Any
project in excess of $25,000.00 must be approved by the City Council.
6 THE CITY RIGHT TO AUDIT
At any time during the tenn of the contract, or thereafter, the City, or a duly authorized audit
representative of the City or the State of Texas, at its expense and at reasonable times, reserves the right
to audit Contractor's records and books relevant to all services provided to the City under this Contract.
In the event such an audit by the City reveals any errors or overpayments by the City, Contractor shall
refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or
the City, at its option, reserves the right to deduct such amounts owing the City from any payments due
Contractor.
t r Purchase Bid D-, 114P2' -Fr-1
Resolution No. 2011-RO185
I
RICONDO
& ASSOCIATES
April 12, 2011
Marta Alvarez
Director of Purchasing and Contract Management
City of Lubbock
1625 13th Street
Lubbock, Texas 79401
RE: Billing Rates for Ricondo & Associates, Inc. - On -Call Planning Services for the
Lubbock Preston Smith International Airport
Dear Ms. Alvarez:
Per your request, I present 2011 billing rates for Ricondo & Associates, Inc, (R&A).
Hourlv rates for kev staff are oresented below:
Joseph M. Faulhaber, Sr. Vice President
$305
Bonnie A. De er, Director
$263
Jim Branda, Vice President
$305
Io►4!IINYI■N
Additional planning staff would be billed at R&A's 2011 standard hourly rates as presented below:
Officer
$305
Director
$263
Managing Consultants / Manager
$218
Senior Consultant / Technical Specialist II
$179
Consultant / Technical Specialist I
$142
Technical Specialist / Support
$114
If you need additional information, please feel free to contact me. On behalf of R&A, we truly
appreciate the opportunity to provide additional services to the City of Lubbock and look forward to
upcoming assignments.
Sincerely,
RICONDO & ASSOCIATES, INC.
Bonnie A. Deger, Director
105 EAST FOURTH STREET, SUITE 1700, CINCINNATI, OH 452D2
TEL 1513) 651-47DO • FAX (513) 412-357D
Resolution No. 2011-RO185
EXHIBIT C
CITY OF LUBBOCK, TEXAS
INSURANCE
SECTION A. Prior to the approval of this contract by the City, the Contractor shall furnish a completed
Insurance Certificate to the City, which shall be completed by an agent authorized to bind the named
underwriter(s) to the coverages, limits, and termination provisions shown thereon, and which shall furnish
and contain all required information referenced or indicated thereon. THE CITY SHALL HAVE NO DUTY
TO PAY OR PERFORM UNDER THIS CONTRACT UNTIL SUCH CERTIFICATE SHALL HAVE
BEEN DELIVERED TO THE CITY.
INSURANCE COVERAGE REQUIRED
SECTION B. The City reserves the right to review the insurance requirements of this section during the
effective period of the contract and to require adjustment of insurance coverages and their limits when
deemed necessary and prudent by the City based upon changes in statutory law, court decisions, or the claims
history of the industry as well as the Contractor.
SECTION C. Subject to the Contractor's right to maintain reasonable deductibles in such amounts as are
approved by the City, the Contractor shall obtain and maintain in full force and effect for the duration of this
contract, and any extension hereof; at Contractor's sole expense, insurance coverage written by companies
approved by the State of Texas and acceptable to the City, in the following type(s) and amount(s):
i1p.t
Worker's Compensation
Employers Liability or Occupational Medical and Disability
Commercial General (public) Liability per Occurrence
Endorsements
- General Aggregate
- Products/Op AGG
- Personal & Adv. Injury
- Contractual Liability
Amount
Statutory
S500,000
Combined single limit for bodily
injury and property damage of
$500,000 per occurrence or its
equivalent.
The City of Lubbock shall be named a primary additional insured on auto/general liability with a
waiver of subrogation in favor of the City on all coverage's. All copies of the Certificates of Insurance
shall reference the RFP or proposal number for which the insurance is being supplied.
ADDITIONAL POLICY ENDORSEMENTS
The City shall be entitled, upon request, and without expense, to receive copies of the policies and all
endorsements thereto and may make any reasonable request for deletion, revision, or modification of
particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established
by law or regulation binding upon either of the parties hereto or the underwriter of any of such policies).
Upon such request by the City, the Contractor shall exercise reasonable efforts to accomplish such changes in
policy coverages, and shall pay the cost thereof:
Q Purchn.r Bid Doc, II-u_n-Fs)
REQUIRED PROVISIONS
The Contractor agrees that with respect to the above required insurance. all insurance contracts and
certificatc(s) of insurance will contain and state, in writing, on the certificate or its attachment, the following
required provisions:
a. Name the City of Lubbock and its officers, employees, and elected representatives as additional
insureds, (as the interest of each insured may appear) as to all applicable coverage;
b. Provide for 30 days notice to the City for cancellation, nonrenewal, or material change;
c. Provide for notice to the City at the address shown below by registered mail;
d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers, employees, and
elected representatives for injuries, including death, property damage, or any other loss to the extent
same may be covered by the proceeds of insurance;
e. Provide that all provisions of this contract concerning liability, duty, and standard of care together
with the indemnification provision, shall be underwritten by contractual liability coverage sufficient
to include such obligations within applicable policies.
f. All copies of the Certificates of Insurance shall reference the project name or proposal number for
which the insurance is being supplied.
NOTICES
The Contractor shall notify the City in the event of any change in coverage and shall give such notices not
less than 30 days prior the change, which notice must be accompanied by a replacement CERTIFICATE OF
INSURANCE.
All notices shall be given to the City at the following address:
Marta Alvarez, Director of Purchasing & Contract Management
City of Lubbock
1625 131h Street, Room 204
Lubbock, Texas 79401
SECTION D. Approval, disapproval, or failure to act by the City regarding any insurance supplied by the
Contractor shall not relieve the Contractor of full responsibility or liability for damages and accidents as set
forth in the contract documents. Neither shall the bankruptcy, insolvency, or denial of liability by the
insurance company exonerate the Contractor from liability.
Q Po,chi,c Rod Dots 1 I •u'a•W)