Loading...
HomeMy WebLinkAboutContract 49257-A1 CITY°r-:CRETAM1 AMENDMENT No. 1 CONTRACT NO. 4�a2-Al TO CITY SECRETARY CONTRACT No. 49257 WHEREAS, the City of Fort Worth (CITY) and Stantec Consulting Services, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 49257, (the CONTRACT) which was authorized by M&C C-28288 on the 20th day of June, 2017 in the amount of $400, 000 . 00; and WHEREAS, the CONTRACT involves engineering services for the following project : Crowley at Sycamore School Road Intersection Improvements; and WHEREAS, it has become necessary to execute Amendment No. 1 to the CONTRACT to include an increased scope of work and revised fee. NOW THEREFORE, CITY and ENGINEER, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1 . Article I of the CONTRACT is amended to include the additional engineering services specified in a proposal dated May 29, 2018, a copy of which is attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $0 . 00 . (See Attached Funding Breakdown Sheet, Page -3-) 2 . Article II of the CONTRACT is amended to provide for an increase in the fee to be paid to Engineer for all work and services performed under the Contract, as amended, so that the total fee paid by the City for all work and services shall be an amount of $400, 000 . 00 . 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect . EXECUTED and EFFECTIVE as of the date last written by a signatory, below. ®�FtciA�.� c�111) APPROVED: h _ City of Fort Worth I��C�f CITY SkCRIETARY Professional Services Agreement Amendment Template SSP VF0 �� THY TX CFW Official Release 9/19/2017 18 2018 Page 1 of 4 C17Y C/rysrc r,R087N CITY OF FORT WORTH ENGINEER Stante Consulti S ices, Inc. O-U-0'0c� G Susan Alakil Cliff R all, PE Assistant City Manager Vice President DATE: DATE: p2y(8 APPRO L RECOMMENDED: W.' Douglas . Wiersig, P. A. Director, Department of Transportation/Public Works Department Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements . Michael Weiss, P. E. Sr. Professional Engineer OFFICIAL RECORD CITY SECRETARY FT.VJZRTHj TX City of Fort Worth Professional Services Agreement Amendment Template CFW Official Release 9/19/2017 Page 2 of 4 1 � r•V Q 7 C lam�r APPROVED AS TO FORM AND LEGALITY: M&C: C-28803 Date: 8/21/18 Douglas W. Black Assistant City Attorney ATTEST: Ct ?i0•X Maky J. Ka e City Secretary (j T�CPS OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX City of Fort Worth Professional Services Agreement Amendment Template CFW Official Release 9/19/2017 �0� � Sr Page 3 of 4 ���� FUNDING BREAKDOWN SHEET City Secretary No. 49257 Amendment No. 1 Department Fund-Account-Center Amount TPW 34017 - 0200431 - 5330500 - 101016 - 03930 $0 . 00 Total: $0 . 0011 City of Fort Worth Professional Services Agreement Amendment Template CFW Official Release 9/19/2017 Page 1 of 1 Stantec Consulting Services Inc. Sta nteC 2435 N Central Expressway Suite 750, Richardson TX 75080-2793 May 29,2018 File: 2142201 XX Attention: Mr.Mike Weiss, P.E., PMP Transportation and Public Works Department City of Fort Worth 200 Texas Street Fort Worth,Texas 76102 Dear Mr. Weiss, Reference: US 287/Harmon Road/N. Tarrant Parkway Intersection Improvements, City Project No. 101016 Please find the attached Standard Agreement for Engineering Services for the US 287/Harmon Road/N.Tarrant Parkway Intersection Improvements for an hourly amount not-to-exceed amount of$130,000. A scope of services can be found in Attachment A and hourly rates are also provided in Attachment B. The first task order will include a detailed scope and level of effort chart. We are looking forward to the opportunity to collaborate with the City of Fort Worth. If you have any comments or questions, please give me a call at 214-468-8200. Regards, STANTEC CONSULTING SERVICES INC. Carl LaFerney PE, PTOE, M Project Manager Phone: (214)468-8200 Fax: (214) 468-8266 Carl.La Ferney®stantec.com Attachment: Standard Agreement for Engineering Services Attachments A- E pb v:\2142\bu*wst-deve1opment\dty of fort worth\n iaront and heritage\287-hamon cover letter.dom Design with community In mind ATTACHMENT "A" Scope for Design Services for US 287/Harmon Road/N. Tarrant Parkway Intersection Improvements The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. OBJECTIVE The objective of this project is to prepare construction documents for paving and intersection improvements for the intersection of US 287/Harmon Road/N. Tarrant Parkway. The intersection improvements should consider alternative intersection designs to improve traffic flow. The ENGINEER should evaluate a proposed box intersection with roundabouts, a DDI, and a traffic signal operation. The project will include project management services and intersection evaluation services. WORK TO BE PERFORMED ENGINEER hereby agrees to perform intersection improvement studies for the intersection of US 287/Harmon Road/N. Tarrant Parkway on a task order basis as may be requested by the CITY during the term of this AGREEMENT. Work under this AGREEMENT will be performed on a Work Authorization basis. The CITY will request services for each Work Authorization. The ENGINEER shall prepare scope, fee, and schedule as necessary to perform the services requested for each Work Authorization within 10 working days of the CITY's request. Each Work Authorization shall include scope of services as Attachment "A". This scope will outline tasks required to complete the Work Authorization. For each task the scope shall include a detailed description of the task, outline any assumptions, and list the required deliverables. Each Work Authorization shall include Attachment"B" detailing the compensation for the Work Authorization. Compensation will be based upon hours agreed to by the CITY and the ENGINEER for each Work Authorization. Compensation will be based on the Schedule of Rates in Attachment "B" of this agreement. The fee will include an estimate of reimbursable and sub-consultant cost for each Work Authorization. Compensation for each Work Authorization shall be Lump Sum. If the Work Authorization requires a schedule it shall be attached as Attachment "D". City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 1 ATTACHMENT B COMPENSATION Design Services for US 287/Harmon Road/N. Tarrant Parkway Intersection Improvements City Project No. 101016 Time and Materials with Rate Schedule Project I. Compensation A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER's team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category Rate ($/hour) Project Director $221 Project Manager $201 Sr. Project Engineer $178 Project Engineer $152 EIT $122 CADD $105 Administrative $95 ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). iv. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 4 B-1 ATTACHMENT B COMPENSATION If ENGINEER projects, in the course of providing the necessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 4 B-2 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Stantec Consulting Engineering Services $97,500 75% Services Inc. Proposed MBE/SBE Sub-Consultants Hayden Consultants, Engineering Services $30,000 23% Inc. Gram Traffic North Traffic data collection $2,500 2% Texas, Inc. Non-MBE/SBE Consultants TOTAL $ $130,000 100% Project Number& Name Total Fee MBE/SBE Fee MBE/SBE `fo $ $130,000 $ $32,500 25% % City MBE/SBE Goal = 25 % Consultant Committed Goal = 25 % City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 4 B-3 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) To be included with each Task Order. City of fort Worth,Texas Attachment B PMO Official Release Date.8.09.2012 Page 4 of 4 B-4 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for US 287/1-larmon Road/N. Tarrant Parkway Intersection Improvements City Project No. 101016 The following changes were made to the standard agreement and approved by the CITY. • The words "or material change" were deleted from insurance item 2e. • The words "in excess of$25,000" were changed to "up to $25,000" in insurance item 2g. • Insurance item 2i referring to the CITY requesting ENGINEER's insurance policies was removed. City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page 1 of 1 Consulting Contract Schedule Specifications FORT WORTH City of Fort Worth Capital Improvement Program Attachment D-Project Schedule This PROTECT requires a Tier 3 schedule as defined herein and in the CitL's Schedule Guidance Document. Dl. CONSULTING SERVICES SCHEDULE DEVELOPMENT: The CONSULTANT shall prepare schedules for consulting services that meet the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Agreement. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: - Primavera (Version 6.1 or later or approved by CITY) - Primavera Contractor(Version 6.1 or later or approved by CITY) - Microsoft Project(Version 2003/2007 or later or approved by CITY)(PHASING OUT) D2. BASELINE CONSULTING SERVICES SCHEDULE: Following notice-to-proceed, the CONSULTANT shall develop, submit and review the draft detailed baseline consulting services schedule with the CITY to demonstrate the CONSULTANT's understanding of the Agreement requirements and approach for performing the work. The CONSULTANT will prepare the final detailed baseline consulting services schedule based on CITY comments, if any, and submit to the CITY no later than the submittal of the first project invoice. The following guidelines shall be adhered to in preparing the baseline schedule, and as described in further detail in the CITY's Schedule Guidance Document. a. The scope shall be subdivided by work breakdown structure (WBS) representing the tasks,subtasks,and activities associated with delivering the work. b. The schedule shall accurately describe the major work activities, key milestones, and dependencies/relationships as appropriate to the work. c. The schedule should include appropriate meetings, review periods, critical decision points,including third party utility dependencies and reviewing agencies. D3. PROGRESS CONSULTING SERVICES SCHEDULE: The CONSULTANT shall prepare and submit monthly to the CITY for approval the updated schedule in accordance with D1 and D2 and the CITY's Schedule Guidance Document inclusive. As the Work progresses, the CONSULTANT shall enter into the schedule and record actual progress as described in the CITY's Schedule Guidance Document. The updated schedule submittal shall also include a concise schedule narrative that highlights the following, if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the CITY should be aware of or can assist with, City of Fort Worth,Texas Attachment D PMO Release Date:02.15.2011 Page 1 of 2 • Other schedule-related issues that the CONSULTANT wishes to communicate to the CITY. D4. PERFORMANCE AND CONSULTING SERVICES SCHEDULE: If the work accomplished falls behind that scheduled due to factors within the CONSULTANT's control, the CONSULTANT shall take such action as necessary to improve the progress of the Work. In addition, the CITY may require the CONSULTANT to submit a revised schedule demonstrating the proposed plan to make up the delay in schedule progress and to ensure completion of the Work within the allotted Agreement time. D5. SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule tier for this project is stated at the top of this document. CONSULTANT shall submit each schedule relying on the CITY's current Schedule Guidance Document. D6. SCHEDULE SUBMITTAL AND PAYMENT: As stated in III.A.(1). of the Agreement, CONSULTANT shall provide the information required by Attachment D. CONSULTANT's monthly invoices will not be accepted and processed for payment without monthly schedule updates that are submitted in the time and manner required by Attachment D and the CITY's current Schedule Guidance Document. City of Fort Worth,Texas Attachment D PMO Release Date:02.15.2011 Page 2 of 2 Attachment E US 287 at Harmon Road/ North Tarrant Parkway Intersection Analysis City Project No. 10 10 16 Study } ` Area 5 h M1 L • f r Study Area Study Area .• k _ v Project Location US 287 at Harmon Road/ North Tarrant Parkway Intersection Analysis '^�.•P'w•,far � e Ad City Project No. 10 10 16 Official site of the City of Fort Worth, CITY COUNCIL AGENDA Fu-RTORTII COUNCIL ACTION: Approved on 8/2112018 REFERENCE LOG 20NORTH TARRANT PKWY/HARMON DATE: 8/21/2018 NO.: **C-28803 NAME: ROAD/US 287 DESIGN AMENDMENT 1 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of Amendment No.1 to an Engineering Services Agreement, City Secretary Contract No. 49257 with Stantec Consulting Services, Inc., to Add the Intersection of North Tarrant Parkway/Harmon Road/US 287 (COUNCIL DISTRICTS 2 and 7) RECOMMENDATION: It is recommended that the City Council authorize execution of Amendment No.1 to the Engineering Services Agreement, City Secretary Contract No. 49257 with Stantec Consulting Services, Inc. to add to the scope of services a traffic/alignment study for the intersection of North Tarrant Parkway/Harmon Road/US 287. DISCUSSION: On June 20, 2017, M&C C-28288, City Council authorized the execution of an on call engineering and design services agreement with Stantec Consulting Services, Inc., in an amount of $400,000.00 for the design of intersection improvements at Crowley Road and Sycamore School Road. This Amendment will add to the scope of services a traffic/alignment study for the intersection of North Tarrant Parkway/Harmon Road/US 287. This Amendment does not increase the agreement amount and no additional appropriations will be made. M/WBE Office-Stantec Consulting Services, Inc. is in compliance with the City's BIDE Ordinance by committing to 25% SBE participation on this Amendment No. 1. The City's goal on this Amendment is 25%. Amendment No. 1 is located in COUNCIL DISTRICTS 2 and 7. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that the above recommendation has no impact on City funding. LQ Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference# Amount ID I ID I (Chartfield 2) Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Mike Weiss (8485) ATTACHMENTS Form 1295 Harmon.pdf Man N. Tarrant Pkwy .pdf MAYOR AND COUNCIL COMMUNICATION MAP NORTH TARRANT PARKWAY AT US 287 INTERSECTION .shay Study Area shrdy Area Project Location US 28T of Hcwthon Roddy North Tarrant Parkway lntersodfion ------------- Analysts. Farb' { City Pro-ect No. 10101.6. � f This product Is for Informational purposes and may not have been prepared for or be suitable for legal, engineering,or surveying purposes.it does not represent an on-the-ground survey and repmsenls only the approximate relative location of properly boundaries. The City of Fort Worth assumes no responsibility for the accuracy of said data. C CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 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 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2018-360426 Stantec Consulting Services Inc. Richardson,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party tot the contract for which the form is 05/29/2018 being filed. City of Fort Worth Date Acknow�TAt� 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. 101016 Engineering Services 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Fleck,Steve Vancouver British Columbia X Murray,Scott Lexington,KY United States X DiManno,Tino Calgary Alberta Canada X Lafaivre, Dan Edmonton Alberta Canada X Johnston,Gord Edmonton Alberta Canada X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is Jennifer Butcher and my date of birth is 08'2411979 My address is 2435 N. Central Expressway, Suite 750 Richardson TX 75080 USA (street) (city) (state) (zip code) (country) declare under penalty of perjury that the foregoing is true and correct. Executed in Tarrant County, State of Texas on the 29th day ofMaw,.20 18 (month) (year) Signa re of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.5523