Loading...
sr-052510-1eCity Council Meeting: May 25, 2010 Agenda Item: 1-E To: Mayor and City Council From: Eileen Fogarty, Director, Planning and Community Development Jory Wolf, Chief Information Officer, Information Systems Subject: Professional Services Agreement with Kimley-Horn and Associates, Inc. for the Advanced Traffic Management System, Phase 3 Project Recommended Action Staff recommends that the City Council authorize the City Manager to negotiate and execute a contract with Kimley-Horn and Associates, Inc. for an amount not to exceed $88,250, for design services associated with the Advanced Traffic Management System, Phase 3 Project. Executive Summary Professional services agreement number 8927 in the amount of $660,000 with Kimley- Horn and Associates, Inc. for design services related to the Advanced Traffic Management System, Phase 3 Project (ATMs Phase 3), expired on January 1, 2010 before all tasks were completed. One task still remains to be completed from that contract and additional services related to a necessary revision in project technology are needed. These additional services include modifying the design plans to accommodate a new wireless technology and performing a wireless survey along the project corridors. Anew contract with Kimley-Horn in the amount of $88,250 is recommended to complete the tasks associated with ATMs Phase 3. The Advanced Traffic Management System, Phase 3 Project (ATMs Phase 3) implements the Transit Priority System (TPS) for both Metro and Big Blue Rapid buses along the Wilshire, Santa Monica, Pico, and Lincoln Boulevard corridors within the City. A total of 80 signalized intersections in the City are located on the TPS corridors and are included as part of this project. The project is funded with Los Angeles County Metropolitan Transportation Authority (Metro) funds. 1 Discussion On May 27. 2008, City Council authorized a professional services agreement no. 8927 (CCS) with Kimley-Horn and Associates, Inc. for design of the ATMS Phase 3 Project in an amount not to exceed $660,000. The Los Angeles County Metropolitan Transportation Authority (Metro) granted the City federal funds to design and implement the Transit Priority System (TPS) within the City of Santa Monica to accommodate both Metro and Big Blue Rapid Buses. The project components were detailed in a Memorandum of Understanding (MOU) executed between the City of Santa Monica and Metro (MOU # MOU.MRBCMAQ59) in 2007. The Scope of Services in the original MOU included the installation of TPS loops and TPS sensors at a number of intersections within the City, and the establishment of a communications link between the City of Santa Monica and the City of Los Angeles. In 2009 the City and Metro began discussions to revise the MOU in order to modify specific project components. The discussions centered on changing project components from the installation of TPS loops and TPS sensors to the installation of wireless detectors. In the fall of 2009 the City received verbal confirmation from Metro that the change in project components would be officially approved and incorporated into an amendment to the MOU. ____ Upon this verbal confirmation in late 2009, the City notified the consultant that technical components the project scope would be changing and that the City's agreement and associated scope of services would need to be modified to reflect these changes. At this time the consultant also notified the City that the changes in the agreement and scope of services would necessitate a change in the project budget. City staff began the contract modification process to incorporate the proposed changes in the scope of services and budget with confidence that it would be approved. 2 In January 2010, Metro officially approved the changes in project components and began the process for amending the MOU. The City has only recently received the amendment to the MOU and is awaiting execution of the amendment. On February 23, 2010, City Council authorized a Modification to the Professional Services Agreement with Kimley-Horn and Associates, Inc. for the Advanced Traffic Management System, Phase 3 Project for an amount not to exceed $40,000, for a total contract amount of $700,000. However, this contract expired on January 1, 2010 and therefore a new contract is required. Staff recommends a new contract for an amount not to exceed $88,250, which includes $19,250 for construction support services, and $69,000 in additional services to modify the design plans to accommodate the wireless technology and to perform a wireless survey. 3 Financial Impacts & Budget Actions The contract amount to be awarded to Kimley-Horn and Associates, Inc. is $88,250. Funds are included in the FY2009-10 budget at account 0200407.589306 Fed-Traffic Signal-Phase 3. Prepared by: Andrew Maximous, P.E., Transportation Engineer Approved: Approved: Q.~.~ o W If C ief nform tion Officer, Information ystems Forwarded to Council: .~ `Z ~, Rod Gould City Manager 4 Development Reference Contract No. 9218 (CCS).