HomeMy WebLinkAboutResolution - 2011-R0264 - Agreement - Kimley-Horn And Associates Inc. - 06_23_2011Resolution No. 2011-RO264
June 23, 2011
Item No. 5.6
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, a Professional Services Agreement by
and between the City of Lubbock and Kimley-Horn and Associates, Inc., and related
documents. Said agreement 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
June 23, 2011
.G+w*- 4
TOM MARTIN, MAYOR
ATTEST:
Rebec Garza, City Secret
APPRO`V'ED AS TO CONTENT:
Marsha Reed, P.E., Chief Operations Officer
APPROVED AS TO FORM:
Chad Weaver, Assistant City Attorney
vw:ccdocs/RES.PSA-Kimley-Horn & Associates, Inc.
June 14. 2011
Resolution No. 2011—RO264
PROFESSIONAL SERVICES AGREEMENT
This Professional Services Agreement ("Agreement") for Lubbock Advanced
Traffic Management System and Communication System Modifications Construction
Phase Services (Contract No. 10325 is entered into this 23rd day of June, 2011, by
and between the City of Lubbock (the "'City" or "Owner"), a Texas home rule municipal
corporation, and Kimley-Horn and Associates, Inc. (the "Engineer"), a North Carolina
corporation.
WITNESSETH
WHEREAS, Engineer has substantial skill and experience in Traffic systems and
is qualified to perform such activities (the "Activities");
WHEREAS, Engineer has demonstrated competence and qualifications to
perform the Services, as defined below, and will perform the Services for the price
provided herein, said price stipulated by City and Engineer to be a fair and reasonable
price;
WHEREAS, the City desires to contract with Engineer to perform services related
to the Activities and Engineer desires to provide the services related to same.
NOW, THEREFORE, for good and valuable consideration, the receipt and
sufficiency of which is hereby acknowledged, the City and Engineer agree as follows:
ARTICLE I
Services
1.01 Engineer shall conduct all activities and within such time frames, as set forth on
Attachment''A", "Scope of Services", attached hereto (the "Services").
Page 1 of 10
ARTICLE II
Compensation and Term
2.01 The consideration to be paid for the Services to be provided the City as described
in Article I shall be as provided in Attachment "A", attached hereto, hourly not to
exceed $610,878.60. This amount shall be invoiced to the City monthly as work
is performed. Each invoice shall be payable by the City within thirty (30) days of
receipt of same.
2.02 This Agreement shall expire 36 months from the date of City's execution, June
23, 2014. Additionally, the City may terminate this Agreement at any time during
the term hereof by providing written notice to Engineer at least thirty (30) days
prior to the effective date of termination as provided in such notice. In the event
this Agreement is so terminated, the City shall only pay Engineer for services
actually performed by Engineer up to the date Engineer is deemed to have
received notice of termination as provided herein.
ARTICLE III
Independent Contractor
3.01 It is understood and agreed that Engineer is to perform the Services in a sound
and professional manner and exercising the degree of care, skill and diligence in
the performance of the Services as is exercised by a professional engineer under
similar circumstances and Engineer hereby represents to the City that the Services
shall be so performed. Further, Engineer is and shall be considered at all times an
independent contractor under this Agreement and/or in its service, hereunder.
During the performance of the Services under this Agreement, Engineer and
Page 2 of 10
4.01
Engineer's employees will not be considered, for any purpose, employees or
agents of the City within the meaning or the application of any federal, state or
local law or regulation, including without limitation, laws, rules or regulations
regarding or related to unemployment insurance, old age benefits, workers
compensation, labor, personal injury or taxes of any kind.
ARTICLE IV
Events of Default/Remedies
a. City's Defaults/Engineer's Remedies. In the event the City shall default in the
performance of any term or provision of this Agreement for any reason other than
failure by Engineer to perform hereunder, Engineer may, if said default shall be
continuing after five (5) days notice of such default is deemed received by the
City, exercise any right or remedy available to it by law, contract, equity or
otherwise.
b. Engineer's Defaults/City's Remedies. In the event Engineer shall default in the
performance of any term or provision of this Agreement for any reason other than
failure by the City to perform hereunder, the City may, if said default shall be
continuing after five (5) days notice of such default is deemed received by
Engineer, exercise any right or remedy available to it by law, contract, equity or
otherwise, including without limitation, specific performance and/or the right to
terminate this Agreement without additional notice. The remedies set forth herein
are cumulative and not exclusive, and may be exercised concurrently.
ARTICLE V
Page 3 of 10
5.01
Insurance/Indemnity
Engineer shall procure and carry, at its sole cost and expense through the life of
this Agreement, insurance protection as hereinafter specified, in form and
substance satisfactory to City, carried with an insurance company authorized to
transact business in the state of Texas, covering all aspects and risks of loss of all
operations in connection with this Agreement, including without limitation, the
indemnity obligations set forth herein.
Engineer shall obtain and maintain in full force and effect during the term
of this Agreement, and shall cause each approved subcontractor or subconsultant
of Engineer to obtain and maintain in full force and effect during the term of this
Agreement, commercial general liability, professional liability and automobile
liability coverage for non -owned and hired vehicles with insurance carriers
admitted to do business in the state of Texas. The insurance companies must
carry a Best's Rating of A-VII or better. Except for Professional Liability, the
policies will be written on an occurrence basis, subject to the following minimum
limits of liability:
Commercial General Liability:
Combined Single Limit:
Professional Liability:
Combined Single Limit:
Automobile Liability:
Combined Single Limit for any auto:
$1,000,000
$1,000,000
$500,000 Per Occurrence
Page 4 of 10
Engineer shall further cause any approved subcontractor to procure and
carry, during the term of this Agreement, Professional Liability coverage, as
specified above for Engineer, protecting City against direct losses caused by the
professional negligence of the approved subcontractor.
The City shall be listed as a primary additional insured with respect to the
Automobile Liability and Commercial General Liability and shall be granted a
waiver of subrogation under those policies. Engineer shall provide a Certificate
of Insurance to the City as evidence of coverage. The Certificate shall provide 30
days notice of cancellation. A copy of the additional insured endorsement and
waiver of subrogation attached to the policy will be included in the Certificate.
Engineer shall elect to obtain worker's compensation coverage pursuant to
Section 406.002 of the Texas Labor Code. Further, Engineer shall maintain said
coverage throughout the term of this Agreement and shall comply with all
provisions of Title 5 of the Texas Labor Code to ensure that the Engineer
maintains said coverage. The Engineer may maintain Occupational Accident and
Disability Insurance in lieu of Worker's Compensation. In either event, the policy
must be endorsed to include a waiver of subrogation in favor of the City of
Lubbock.
If at any time during the life of the Agreement or any extension hereof,
Engineer fails to maintain the required insurance in full force and effect, Engineer
shall be in breach hereof and all work under the Agreement shall be discontinued
immediately.
Page 5 of 10
Engineer shall indemnify and hold City and City's elected officials,
officers, agents, employees and independent contractors harmless, to the fullest
extent permitted by law, from and against any and all claims, demands, damages,
costs; liabilities and expenses, and including reasonable attorney's fees, as a result
of, related to or arising from Engineer's use or occupation of City owned lands,
and/or to the extent of Engineer's negligent activities, performance, operations or
omissions under this Agreement. The indemnity provided herein shall survive the
expiration or termination of this Agreement.
ARTICLE VI
Miscellaneous
6.01 Engineer shall comply with applicable laws, statutes, regulations, ordinances,
rules and any other legal requirement related to, in any way, manner or form, the
performance of the Services contemplated herein.
6.02 Any notice required by this Agreement shall be deemed to be properly served, if
(i) provided in person or by telephonic facsimile; or (ii) deposited in the United
States mail by certified letter, return receipt requested, addressed to the recipient
at recipient's address shown below, subject to the right of either party to designate
a different address by notice given in the manner just described. Notice shall be
deemed to be received when delivered if provided in person or by telephonic
facsimile or, if deposited in the United States mail, as set forth above, three (3)
days after depositing such notice in the United States mail, as set forth above.
Page 6 of 10
For City:
Marsha Reed, P.E.
P.O. Box 2000
Lubbock, Texas 79457
Facsimile: (806) 775-3074
w/ copy to:
Sharmon Owens
P.O. Box 2000
Lubbock, Texas 79457
Facsimile: (806) 775-2152
For Engineer:
Kent Kacir, P.E.
Kimley-Horn and Associates, Inc.
12700 Park Central, Suite 1800
Dallas, Texas 75251
6.03 THIS AGREEMENT IS TO BE CONSTRUED UNDER TEXAS LAW
WITHOUT REGARD TO CONFLICT OF LAW RULES THAT WOULD
DIRECT APPLICATION OF THE LAWS OF ANY OTHER JURISDICTION.
THE OBLIGATIONS OF THE PARTIES CREATED BY THIS AGREEMENT
ARE PERFORMABLE, AT LEAST IN PART, IN LUBBOCK COUNTY,
TEXAS. VENUE FOR ANY ACTION BROUGHT PURSUANT TO THIS
AGREEMENT, OR ACTIVITY CONTEMPLATED HEREBY, SHALL
EXCLUSIVELY BE IN LUBBOCK COUNTY, TEXAS.
6.04 This Agreement, including the exhibits and attachments hereto, represents the
entire and sole agreement between the City and Engineer with respect to the
subject matter hereof and supersedes any and all prior negotiations,
understandings, representations or other agreements, whether written or oral.
Page 7 of 10
This Agreement may not be modified or amended except in writing and duly
executed by each party hereto.
6.05 Nothing contained herein shall be construed to imply a joint venture, joint
enterprise, partnership or principal — agent relationship between Engineer and the
City.
6.06 If any provision of this Agreement is declared invalid or unenforceable, such
provision shall be deemed modified to the extent necessary to render it valid and
enforceable so long as said modification is reasonably within the intent the parties
as originally expressed. In the event such provision may not be so modified, the
unenforceability or invalidity of any provision shall not affect any other provision
of this Agreement, and this Agreement shall continue in force and effect as if such
provision had not been included in this Agreement.
6.07 Any and all documents, drawings and specifications prepared by Engineer as part
of the Services hereunder, shall become the property of the City when Engineer
has been compensated as set forth in Section 2.01, above.
6.08 A waiver by either City or Engineer of a breach of this Agreement must be in
writing to be effective. In the event either party shall execute and deliver such
waiver, such waiver shall not affect the waiving party's rights with respect to any
other or subsequent breach.
6.09 Engineer may not assign or subcontract any part of the Services under this
Agreement, in whole or in part, without the written consent of such assignment or
subcontract by the City. Engineer may, subject to the right of approval by the
City, subcontract certain of the Services to highly qualified professionals. The
Page 8 of 10
right of approval of the City of Engineer's subcontractors is hereby delegated by
the City Council of City to the Chief Operations Officer. The approval by the
City of the subcontract requested by Engineer shall not affect the liability of
Engineer hereunder to City for the timely performance of the Services as
prescribed in this Agreement. The term "Engineer", as used in and for all
purposes of this Agreement, includes Engineer's subcontractors and
subconsultants. City and Engineer each bind itself or himself, their legal
representatives and permitted assigns in respect to all provisions of this
Agreement.
6.10 Nothing in this Agreement shall be construed to provide any rights or benefits
whatsoever to any party other than City and Engineer.
6.11 In the event Engineer is required by law to respond to a subpoena, government
inquiry or other legal process directly related to the Services in connection with a
legal or dispute resolution proceeding to which the City is a party and to which
Engineer is not a party, City shall reimburse Engineer for reasonable costs in
responding and compensate Engineer at its then standard rates for reasonable time
incurred in gathering information and documents and attending depositions,
hearings, and trial.
6.12 Engineer represents and warrants to City that it has taken all actions necessary to
authorize the party executing this Agreement to bind, in all respects, Engineer to
all terms and provisions of this Agreement, and that such person possesses
authority to execute this Agreement and bind Engineer hereto.
Page 9 of 10
IN WITNESS WHEREOF, the parties have executed this Agreement by their
duly authorized representatives as of the date first written above.
CITY OF LUBBOCK
TOM MARTIN, MAYOR
Eft I*"
Rebe a Garza, City Secre
APPROVED AS TO CONTENT:
M 0 -1)'0,'At1-- �� 0 k J
Mars a eed, .E., Chief Operating Officer
APPROVED AS TO FORM:
Cta'Aveaver, Assistant City Attorney
Kimley-Horn and Associates, Inc.
By: _ 4 (3 W- .c.
Name„ IPcxf L, wllsh;re
Title: 1/'cc Arescb(cnf
Page 10 of 10
Attachment "A"
Scope of Services
Project Understanding
Resolution No. 2011-RO264
The City of Lubbock is upgrading its Advanced Transportation Management System (ATMS), central
system software, field controller hardware and firmware, and constructing new fiber optic cable along
strategic corridors. This scope of services provides the city with a System Manager to assist the city in
making informed decisions toward the ultimate selection of the central system and field control.
This scope of work consists of four major work areas, which are:
1. Finalize Communications Master Plan;
2. Finalize ATMS Master Plan;
3. Design; and
4. Construction Services.
Task 0. Project Administration
Project administration spans the duration of the project and is crucial to the success of the project.
This task involves the monitoring and coordination of services to be provided to the City of Lubbock,
Texas (the "City") to achieve timely and efficient completion of the project. Included in this task are
the project control and management, reporting requirements, project status meetings, and schedule
development and maintenance.
Task 0.1 Project Control and Management
The Engineer will be responsible for the day-to-day activities of managing the Project, which is
assumed to have a duration of 36 months. Specific activities include ongoing reassessments of
contract and schedule adherence.
Task 0.2 Status Reports and Invoicing
Monthly status reports will be prepared and submitted to the City. The status reports will contain a
concise report of Project progress and contract fulfillment. The report will address technical progress,
contract progress, and management -related topics.
Task 0.3 Project Status Meetings
In addition to the reporting requirements outlined above, project status meetings with the City will
help the Engineer maintain schedule and contract adherence. It is assumed that project status
meetings will be held monthly, either in the City's office or by means of a conference telephone call.
It is assumed that all other project meetings will be held in the City's office or by means of a
conference telephone call.
Kimley-Horn and Associates, Inc. 1 2
Scope of Services
Task 0.4 Schedule Development and Maintenance
The Engineer will develop a project schedule for review and approval by the City.
Task 1 Finalize Communications Master Plan
The Engineer will finalize the development of the communication master plan. The work activities
associated with this task leverage a significant amount of effort already put forward to the
development of the communications master plan. A full description of the individual Sections
(identified below) can be found in the previous contract language. The contents of this document are
shown below.
• Section 1. Introduction and Background
• Section 2. Existing Conditions
• Section 3. Needs Assessment
• Section 4. Requirements
• Section 5.Overview of Telecommunications Networks
• Section 6. Communications Options
• Section 7. Funding Options
• Section 8. Recommended Telecommunications Network
• Section 9. Implementation Plan
The specific deliverables associated with the finalization of the communication master plan document
consist of the following work activities:
• Submit Draft Communication Master Plan document
• Conduct workshop
• Finalize Communication Master Plan document
Task 1.1 Submit Draft Communications Master Plan
The Engineer will submit to the City a draft communication master plan document for review and
comment. The Engineer will obtain City comments and address them in the final document.
Task 1.2 Communication Workshop
The Engineer will organize and facilitate a workshop designed to convene all stakeholders
together to discuss the development of the communications master plan, and the implementation
plan. The Engineer will meet with the engineers in the Traffic Engineering department to discuss
in detail the implementation plan, the proposed fiber optic cable assignment, and to identify
subsequent development of plans and specifications.
City of Lubbock ATMS 2 Attachment "A"
Kimley-Horn and Associates, Inc. 13
Scope of Services
Task 1.3 Final Communications Master Plan
In this task, the Engineer will finalize the development of the document.
Task 2 ATMS Deployment Plan
The ATMS consists of three major elements — the central system software, the field controller
(hardware), and the field controller firmware (software). The work activities associated with this
task leverage a significant amount of effort already put forward to the development of the
communications master plan. A full description of the individual Sections (identified below) can
be found in the previous contract language.
Task 2.1 Draft ATMS Deployment Plan
The Engineer will prepare a draft ATMS Master Plan that will include the following sections:
• Section 1. Introduction and Background
• Section 2. ATMS State of the Practice
• Section 3. ATMS Requirements met by COTS applications
• Section 4. ATMS Project Cost
• Section 5. Field Controller State of the Practice
• Section 6. Field Controller Project Cost
• Section 7. Funding and Contracting Practices
• Section 8. Recommendations
• Section 9. Implementation, Integration and Migration Plan
• Section 10. Testing Needs and Approach
Task 2.2 Final ATMS Deployment Plan
The Engineer will address the City's comments and develop a final ATMS Master Plan
document.
Task 3 Plans, Specifications, and Estimates (PS&E)
The Engineer will provide engineering services to develop plans, specifications, and estimates for
the communications network upgrade. The Engineer will produce one of three possible design -
level deliverables. The three design levels are: a) TxDOT format, b) Full Detail, and c) Reduced
Detail. Explanation of each level is further explained in more detail below.
City of Lubbock ATMS 3 Attachment "A"
Kimley-Horn and Associates, Inc. 14
Scope of Services
This task also includes the engineering services required of the Engineer to conclude the previous
contract's efforts in producing a complete bid package for Avenue A, between the City's TMC
and TxDOT's TMC.
Task 3.1 Finalize PS&E for Avenue A
For this task, the Engineer will conclude the design efforts required to develop a full set of
construction drawings and bid documents for Avenue A. This task includes the following
activities:
• Meet with the City staff to collect and discuss comments for the 90% submittal;
• Modify plans to incorporate city comments;
• Receive and respond to City comments on the bid document;
• Receive and respond to TxDOT comments (to be facilitated by the city);
• Submit 4 sets of bid documents to the City on 11x17-inch sheets of paper and in electronic
format
Task 3.2 PS&E for Loop 289 South
The Engineer will produce a PS&E package in accordance with TxDOT standards and format for
Loop 289 South between TxDOT TMC and Slide Road. The Engineer will perform the following
work activities towards the preparation of the PS&E package:
• Review existing infrastructure / field conditions and verify design criteria identified in the
communications masterplan;
• Inventory existing City of Lubbock assets (buildings, facilities, intersections, etc.);
• Gather City of Lubbock design and survey files;
• Compile TxDOT ITS as -built information for their existing Loop 289 system;
• Develop a photolog summary of existing conditions;
• Conduct field review with TxDOT and City of Lubbock;
• Prepare detailed base map with existing utilities;
• Review design constraints and alternative solutions with City of Lubbock;
• Prepare preliminary fiber optic / wireless communications schematics and device layout
PS&E;
• Conduct final field review prior to submission to TxDOT and City of Lubbock;
• Incorporate TxDOT and City of Lubbock comments into 60% PS&E package;
• Conduct an over -the -shoulder review with the City and TxDOT for 60% package;
• Incorporate TxDOT and City of Lubbock comments into 95% PS&E package;
• Conduct an over -the -shoulder review with the City and TxDOT for 95% package;
• Finalize PS&E package and appropriate forms for submission to City of Lubbock;
• Address and incorporate final TxDOT and City of Lubbock comments into final plan set
City of Lubbock ATMS 4 Attachment "A"
Kimley-Horn and Associates, Inc. 15
Scope of Services
The plan package will consist of the following sheets:
• Title Sheet
• Supplemental Project Location Layout Sheet
• General Notes and Specification Data Sheets
• Estimate and Quantity Sheets
• Quantity Summary Sheets
• Electrical Service Data
• Traffic Control Plan Sheets
• Traffic Control Plan Standards
• Barricade and Construction / Work Zone Standards
• Fiber Optic Layouts and Communications Schematics
• Electrical Details
• Traffic Signal Pole Standards
• Traffic / Traffic Control System Details
The Engineer will prepare layout sheets and submit to the City for review and comment at the
following stages of development:
• 30% plan review
• 60% plan review
• 95% plan review
• 100% Final plans
The Engineer will prepare general notes, specifications, special specifications, and provisions that
will be included in the construction bid document.
Task 3.3 PS&E for 191h Street and 501h Street
This task is for the preparation of PS&E package for the construction of the communications
network along 19`h Street and 501h Street between Avenue A on the east and Marsha Sharp
Freeway on the west. These plans will follow the same level of detail as the Avenue A plans,
which is referred to as a "full set of plans." As such, the final documents produced will be used
for securing competitive bids from commercial contractors.
For these two projects, the Engineer will provide the following services:
Site Study
• Alignment
o The Engineer will gather any existing as -builds, aerial photography, and utility
specific information from City.
City of Lubbock ATMS 5 Attachment "A"
Kimley-Horn and Associates, Inc. 1 6
Scope of Services
o The Engineer will conduct a field review related to each individual project. Specific
field work will be related to alignment of overhead utility poles along the corridor,
fiber optic drops to existing traffic signal cabinets, and location for bored/trench
conduit.
• Boring/Trenching
o The Engineer will identify in advance and investigate areas, such as railroads and
major arterials where boring will be required.
• Communications Equipment
o The Engineer will identify the location of existing legacy copper communications as
a potential path for fiber installation.
o The Engineer will inventory existing traffic signal hardware assets and identify
locations for new hardware equipment.
• Utilities
o The Engineer will identify existing power service locations
o The Engineer will meet with LP&L to discuss existing and future power service
locations.
Meetings
• The Engineer's project team will participate in bi-weekly conference calls with various
City staff.
Fiber Optic Cable Design Schematics
• Prepare preliminary PS&E package containing the following detail:
o Title Sheet
o Location Key
o Aerial fiber schematics
o Fiber termination and schematic details
o Construction standards
• Conduct field review prior to submission to City of Lubbock
• Incorporate City of Lubbock comments into 60% PS&E package
• Conduct an over -the -shoulder review with the City for 60% package
• Incorporate City of Lubbock comments and prepare 95% PS&E package with further
development of the following:
o Further development of aerial communications layouts including callouts
o Development of conduit and cable charts
o Further development of fiber termination and schematic details
o The Engineer will identify and design electrical service locations
• Conduct an over -the -shoulder review with the City for 95% package
• Finalize PS&E package and appropriate forms for submission to City of Lubbock
• Preparation of final plans and schematics and submit to the City
City of Lubbock ATMS 6 Attachment "A"
Kimley-Horn and Associates, Inc. 17
Scope of Services
Bid Document
• The Engineer will use the existing bid document from the Avenue A project as a template
and update with appropriate general notes and specifications.
Task 3.4 Schematics and Estimates for Various Corridors
This task is for the Engineer to produced "Reduced Detail" plans which consist of the following
sheets:
• Title sheet
• Quantities
• Straight line drawing of the corridor
• Typical details
• Special details
These reduced detail plans are intended to be used by the City staff to construct the projects listed
below using City forces.
Projects requiring reduced detail plans are:
• 34th Street (project #7 in the implementation plan)
• Slide Road/19th Street (project #11Bin the implementation plan)
• 34th Street/Milwaukee Avenue (project #12A in the implementation plan)
• Milwaukee Avenue/82nd Street/Slide Road (project #12B in the implementation plan)
• 82nd Street/University (project #13A in the implementation plan)
• 98th Street (project # 13B in the implementation plan)
The Engineer will produce design packages along with conducting an over -the -shoulder review
with the City at the following stages:
• 60% plan review
• 95% plan review
• 100% PS&E package
Task 3.5 PS&E for Wireless to Remote Devices
The Engineer will provide engineering services related to the procurement and installation of the
wireless communications network to remote devices. These services consist of the following
activities:
City of Lubbock ATMS 7 Attachment "A"
Kimley-Horn and Associates, Inc. 8
Scope of Services
• Identification of candidate sites
• Identification of antenna mounting locations
• Identification of access point configuration
• Perform a line -of -sight study
• Conduct a bandwidth assessment
• Prepare a wireless design package for use be a wireless contractor
• Assistance with installation, configuration, and testing
The preliminary wireless design package will consist of the following sheets:
• Title Sheet
• Location Key
• Quantity Summary Sheet
• Typical Intersection Layouts
• Wireless Communications System Layout
• Wireless Schematic
• Applicable Standards
The Engineer will produce design packages along with conducting an over -the -shoulder review
with the City at the following stages:
• 60% plan review
• 95% plan review
• 100% PS&E package
Task 4 ATMS procurement
In this task, the Engineer will develop procurement documents for the Model 2070 controllers,
2070 controller firmware, and for the central system software / hardware. In support of the
procurement of the System and Local Controller software, the Engineer will provide the
following services:
Task 4.1 ATMS Workshop
The Engineer will organize and facilitate a workshop with the objective to pull all elements of the
alternatives analysis and conceptual plans together. Final decisions will be made in this
workshop, if they have not been already made.
The Engineer will prepare meeting notes to identify action items and decisions made.
City of Lubbock ATMS 8 Attachment "A"
Kimley-Horn and Associates, Inc. 19
Scope of Services
Task 4.2 Facilitate the Procurement Process
The Engineer will perform the following services:
• Prepare the functional specifications for the new local controller software, new central
software, and new central system hardware including an applications server,
communications server, and video wall (if needed). These specifications will define the
minimum acceptable functionality as well as optional functionality.
• Preparation of a document which sets forth the scoring and evaluation criteria to be used in
a two-tier qualifications -based selection process.
• Assistance in the assembly of the "request for proposals" package that will be issued by
the City.
• Arrange and attend pre -proposal conference, and answer any questions regarding the
technical specifications and the evaluation and scoring methodology.
• Prepare any addendums or written clarifications that may be required following the pre -
proposal conference.
• Assist with the review of the proposals and the selection of a short-list.
• Arrange for and attend presentations by the short-listed finalists
• Assist the City with the review of the best and final offers
• Review vendor -prepared procedures for software acceptance tests.
• Project system support services throughout integration
• Assist with the software acceptance test
• Provide system support services throughout the duration of the ATMS deployment. These
services include supporting the city with system supplier installation issues, identification
of risk, documentation of punch list items and oversight to insure punch list items are
resolved, reporting of final acceptance test results.
Task 4.3 Database Conversion
The Engineer will develop a recommended means and method to converting the existing Type
170 controller database (using Wapiti firmware) to a future system. This document will be
preliminary in nature until the final system (central software and field controller firmware) is
selected by the City. The selected vendor will be required to identify their recommended
approach to performing a database conversion.
Task 5 Construction Phase Services
Construction Phase Services will be conducted by the Engineer in association with our local
subconsultant Walker Construction Management (WCM).
Engineer will provide professional construction phase services as specifically stated below:
City of Lubbock ATMS 9 Attachment "A"
Kimley-Horn and Associates, Inc. 1 10
Scope of Services
Pre -Construction Conference. Engineer will conduct [or attend] a Pre -Construction Conference
prior to commencement of Work at the Site.
Visits to Site and Observation of Construction. Engineer will provide on -site construction
observation services during the construction phase. Engineer will make visits at intervals as
directed by Client in order to observe the progress of the Work. Such visits and observations by
Engineer are not intended to be exhaustive or to extend to every aspect of Contractor's work in
progress. Observations are to be limited to spot checking, selective measurement, and similar
methods of general observation of the Work based on Engineer's exercise of professional
judgment. Based on information obtained during such visits and such observations, Engineer will
evaluate whether Contractor's work is generally proceeding in accordance with the Contract
Documents, and Engineer will keep Client informed of the general progress of the Work.
The purpose of Engineer's site visits will be to enable Engineer to better carry out the duties and
responsibilities specifically assigned in this Agreement to Engineer, and to provide Client a
greater degree of confidence that the completed Work will conform in general to the Contract
Documents. Engineer shall not, during such visits or as a result of such observations of
Contractor's work in progress, supervise, direct, or have control over Contractor's work, nor shall
KHA have authority over or responsibility for the means, methods, techniques, equipment choice
and usage, sequences, schedules, or procedures of construction selected by Contractor, for safety
precautions and programs incident to Contractor's work, nor for any failure of Contractor to
comply with laws and regulations applicable to Contractor's furnishing and performing the Work.
Accordingly, Engineer neither guarantees the performance of any Contractor nor assumes
responsibility for any Contractor's failure to furnish and perform its work in accordance with the
Contract Documents.
Recommendations with Respect to Defective Work. Engineer will recommend to Client that
Contractor's work be disapproved and rejected while it is in progress if, on the basis of such
observations, Engineer believes that such work will not produce a completed Project that
conforms generally to Contract Documents.
Clarifications and Interpretations. Engineer will respond to reasonable and appropriate
Contractor requests for information and issue necessary clarifications and interpretations of the
Contract Documents to Client as appropriate to the orderly completion of Contractor's work. Any
orders authorizing variations from the Contract Documents will be made by Client.
Change Orders. Engineer may recommend Change Orders to Client, and will review and make
recommendations related to Change Orders submitted or proposed by the Contractor.
Shop Drawings and Samples. Engineer will review and approve or take other appropriate action
in respect to Shop Drawings and Samples and other data which Contractor is required to submit,
but only for conformance with the information given in the Contract Documents. Such review
and approvals or other action will not extend to means, methods, techniques, equipment choice
City of Lubbock ATMS 10 Attachment "A"
Kimley-Horn and Associates, Inc. 1 11
Scope of Services
and usage, sequences, schedules, or procedures of construction or to related safety precautions
and programs.
Substitutes and "or -equal." Evaluate and determine the acceptability of substitute or "or -equal"
materials and equipment proposed by Contractor in accordance with the Contract Documents, but
subject to the provisions of applicable standards of state or local government entities.
Inspections and Tests. Engineer may require special inspections or tests of Contractor's work as
Engineer deems appropriate, and may receive and review certificates of inspections within
Engineer's area of responsibility or of tests and approvals required by laws and regulations or the
Contract Documents. Engineer's review of such certificates will be for the purpose of
determining that the results certified indicate compliance with the Contract Documents and will
not constitute an independent evaluation that the content or procedures of such inspections, tests,
or approvals comply with the requirements of the Contract Documents. Engineer shall be entitled
to rely on the results of such tests and the facts being certified.
Disagreements between Client and Contractor. Engineer will, if requested by Client, render
written decision on all claims of Client and Contractor relating to the acceptability of Contractor's
work or the interpretation of the requirements of the Contract Documents pertaining to the
progress of Contractor's work. In rendering such decisions, Engineer shall be fair and not show
partiality to Client or Contractor and shall not be liable in connection with any decision rendered
in good faith in such capacity.
Applications for Payment. Based on its observations and on review of applications for payment
and accompanying supporting documentation, Engineer will determine the amounts that Engineer
recommends Contractor be paid. Such recommendations of payment will be in writing and will
constitute Engineer's representation to Client, based on such observations and review, that, to the
best of Engineer's knowledge, information and belief, Contractor's work has progressed to the
point indicated and that such work -in -progress is generally in accordance with the Contract
Documents subject to any qualifications stated in the recommendation. In the case of unit price
work, Engineer's recommendations of payment will include determinations of quantities and
classifications of Contractor's work, based on observations and measurements of quantities
provided with pay requests.
By recommending any payment, Engineer shall not thereby be deemed to have represented that
its observations to check Contractor's work have been exhaustive, extended to every aspect of
Contractor's work in progress, or involved detailed inspections of the Work beyond the
responsibilities specifically assigned to Engineer in this Agreement. It will also not impose
responsibility on Engineer to make any examination to ascertain how or for what purposes
Contractor has used the moneys paid on account of the Contract Price, nor to determine that title
to any portion of the work in progress, materials, or equipment has passed to Client free and clear
of any liens, claims, security interests, or encumbrances, nor that there may not be other matters
at issue between Client and Contractor that might affect the amount that should be paid.
City of Lubbock ATMS 11 Attachment "A"
Kimley-Horn and Associates, Inc. 1 12
Scope of Services
Substantial Completion. Engineer will, promptly after notice from Contractor that it considers
the entire Work ready for its intended use, in company with Client and Contractor, conduct a site
visit to determine if the Work is substantially complete. Work will be considered substantially
complete following satisfactory completion of all items with the exception of those identified on a
final punch list. If after considering any objections of Client, Engineer considers the Work
substantially complete, Engineer will notify Client and Contractor.
Final Notice of Acceptability of the Work. Engineer will conduct a final site visit to determine if
the completed Work of Contractor is generally in accordance with the Contract Documents and
the final punch list so that Engineer may recommend, in writing, final payment to Contractor.
Accompanying the recommendation for final payment, Engineer shall also provide a notice that
the Work is generally in accordance with the Contract Documents to the best of Engineer's
knowledge, information, and belief based on the extent of its services and based upon information
provided to Engineer upon which it is entitled to rely.
Limitation of Responsibilities. Engineer shall not be responsible for the acts or omissions of any
Contractor, or of any of their subcontractors, suppliers, or of any other individual or entity
performing or furnishing the Work. Engineer shall not have the authority or responsibility to stop
the work of any Contractor.
Additional Services
The following task activities are optional services are not included in the current fee estimate.
Communications Network
Kimley-Horn as extensive background in providing construction phase services for the type of work
anticipated. This experience includes work for various cities and TxDOT. As the details of the
construction are not known at this time, no specific scope of work can be identified.
Schedule
This Agreement has been made in anticipation of conditions permitting orderly and continuous progress
of the Project through completion of the Services. The Engineer shall begin work timely after receipt of a
fully executed copy of this Agreement and will complete the Services described in Exhibit A within a
reasonable length of time, as shown in the table below. The times for performance shall be extended as
necessary for periods of delay or suspension resulting from circumstances the Engineer does not control.
City of Lubbock ATMS 12 Attachment "A"
Kimley-Horn and Associates, Inc. 1 13
Scope of Services
Target Schedule
Task 1. Finalize the communications master plan document
June 31, 2011
Task 2. Finalize the ATMS deployment plan
June 31, 2011
Task 3.1 Finalize the Avenue A PS&E
June 31, 2011
Task 3.2 PS&E for Loop 289
September 30, 2011
Task 3.3 PS&E for 19 St. and 50 Street
October 31, 2011
Task 3.4 Schematics for various corridors
December 31, 2011
Task 3.5 PS&E for wireless communications to remote
intersections
August 31, 2011
Task 4. ATMS procurement process
December 31, 2012
Task 5. Construction phase services
Coincide with construction
schedule
Fee and Billing
Engineer will provide the reimbursable tasks identified in the Scope of Services on a labor fee plus
expense basis total, not to exceed $610,878.60 for the reimbursable tasks, which includes all
reimbursable expenses. The not to exceed amount will not be exceeded without the client's prior
written approval and amendment of this Agreement. The reimbursable fee breakdowns below are
provided for budgeting purposes only and are not intended to represent a specific budget for each
reimbursable task. Engineer reserves the right to reallocate the reimbursable budget among tasks as
determined necessary by Engineer. Labor fees will be billed according to the attached rate schedule.
Direct reimbursable expenses including express delivery services, fees, and other direct expenses will
be billed at 1.10 times cost. An amount will be added to each invoice to cover certain other expenses
such as in-house duplicating, local mileage, telephone calls, facsimiles, postage, and word processing.
Administrative time related to the project will be billed hourly. Technical use of computers for
design, analysis, GIS, and graphics, etc. will be billed at $10.00 per hour. All permitting, application,
and similar project fees will be paid directly by the Client.
Reimbursable fees will be invoiced monthly based on the actual amount of services performed and
expenses incurred. Payment of all fees will be due within 30 days of your receipt of the invoice.
City of Lubbock ATMS 13 Attachment "A"
Kimley-Horn and Associates, Inc. 1 14
Scope of Services
Project Cost Estimate
KHA New SCO De of Services
Task Description
Task Fee
Fee Structure
Task 0. Project Administration
$42,000.00
Hourly
Task 1. Finalize Communications Master Plan
$12,035.00
Lump Sum
Task 2. Finalize ATMS Deployment Plan
$13,930.00
Lump Sum
Task 3. Plans, Specifications, and Estimates
Task 3.1 Finalize PS&E for Avenue A
$18,133.60
Lump Sum
Task 3.2 PS&E for Loop 289 South
$25,200.00
Hourly
Task 3.3 PS&E for 19th and 50th Streets
$60,000.00
Hourly
Task 3.4. Schematics for Various Corridors
$106,980.00
Hourly
Task 3.5 PS&E for Wireless to Remote Intersections
$10,000.00
Hourly
Task 4. ATMS Procurement
$97,600.00
Hourly
Task 5. Construction Phase Services
Kimle -Horn and Associates
$175,000.00
Hourly
Walker Construction Management Sub Consultant)
$50,000.00
Hourly
Total Reimbursable Fee
$610,878.60
City of Lubbock ATMS 14 Attachment "A"
Kimley-Horn and Associates, Inc.
Standard Rate Schedule
(Hourly Rate)
Quality Control (QC)
Project Manager (PM)
Senior Professional Engineer II
Senior Professional Engineer I
Professional Engineer (PE)
Analyst/Engineer-In-Training (EIT)
CADD Technician
Administrative Assistance/ Clerical
WCM — Project Manager
WCM — Inspector
WCM —Administrative Assistance
Effective January 1, 2010
Kimley-Horn and Associates, Inc. 15
Scope of Services
$210
$195
$ 190
$145
$130
$105
$85
$75
$100
$75
$65
City of Lubbock ATMS 15 Attachment "A"