Loading...
HomeMy WebLinkAboutContract 49326-A2 CITY SECRETARY AMENDMENT No.2 CONTRACT NO. cF��G100 TO CITY SECRETARY CONTRACT No. 49326 NV WiEREAS, the City of Fort Worth (CITY) and Brown and Gay Engineers, Inc. , (CONSULTANT) made and entered into City Secretary Contract No. 49326 (the CONTRACT) , which was authorized by M&C C-28291 on the 20th day of June, 2017 in the amount of $1, 500, 00 . 00; and WHEREAS, the CONTRACT was subsequently revised by: Amendment Number 1 in the amount of $0 . 00 which was administratively authorized on the 8th day of May, 2018; and WHEREAS, the CONTRACT involves professional services for the following project : Full-Time Program/Project Management Staff Extension; and WHEREAS, it has become necessary to execute Amendment No. 2 to the CONTRACT to include an increased scope of work and revised fee; NOW THEREFORE, CITY and CONSULTANT, 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 engineering services specified in a proposal dated 10th day of December, 2018 ("Proposal"") , 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 $375, 000. 00. 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 $1, 875, 000. 00. 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. City of Fort Worth OFFICIAL RECORD Professional Services Agreement Amendment Template CFW Official Release 9/19/2017(Revised for specific terms 4.24.18) CITY SECRETARY Page 1 of 2 FT. WORTH,TX EXECUTED and EFFECTIVE as of the date subscribed by the City' s designated Assistant City Manager, below. APPROVED: City of Fort Worth CONSULTANT Brown and Gay Engineers, Inc. susan Alanis Carl J. Krognes Assistant Citii_y Manager Vice President DATE: ' aAV 1 DATE: A Iql IR AP ROV L RECO E DED: StevEl Cooke, -ii� Interim Director, Transportation and 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 . Ricardo-Matute Capital Projects Officer, Transportation and Public Works Department APPROVED AS TO FORM AND LEGALITY: M&C: G— 2-JOL Z 995� Date: LlS//� Douglas W. Black �qS ��c9� k3z fl+ Assistant City Attorney ATTEST: "� ®F•Fo T . C C) Mary J. Ka s r City Secretary City of Fort Worth OFFICIAL RECORD Professional Services Agreement Amendment Template CFW Official Release 9/19/2017(Revised for specific terms 4.24.18) CITY SECRETARY Page 2 of 2 FT. WORTH,TX ": P= December 10,2018 Ricardo Matute Capital Delivery Programs Leader,Transportation&Public Works City of Fort Worth 200 Texas St. Fort Worth, TX 76102 RE:Amendment No.2 to City Secretary Contract No.49326—TPW Full-Time Program/Project Management Staff Extension Dear Mr. Matute: BGE,Inc. is pleased to offer increased staff services to the City of Fort Worth under the existing contract for Full-Time Program/Project Management Staff Extension. As requested by City Staff, the additional staff services include managing approximately 15-20 transportation and public works capital improvement projects. BGE plans to provide a Senior Project Manager and a Project Manager to perform these services. BGE, Inc.proposes to increase the contract amount by $375,000. The new total contract amount will be$1,875,000. We look forward to continuing to serve the City in its delivery of the Capital Program. Sincerely, A41. Carl J.Krogness Vice President Serving. Leading.Solving." BGE,Inc.•500 West 7th Street,Suite 1800•Fort Worth,Texas 76102•817-887-6130•www.bgeinc.com ATTACHMENT B COMPENSATION Full-Time Program\Project Management Staff Extension Services Time and Materials with Rate Schedule Project I. Compensation A. The CONSULTANT 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 CONSULTANT'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. Field Rates summarized below apply for CONSULTANT staff providing full-time staff extension services for full-time engagements with a committed duration of over 12 months. Office Rates apply for all other staff engagements. Contract Rate Contract Rate Contract Rate Labor/Staff Classification 2017 2018 2019 Field Office Field Office Field Office Program Manager $210.00 $280.00 $217.00 $289.00 $224.00 $298.00 Deputy Program Manager $200.00 $245.00 $206.00 $253.00 $213.00 $261.00 Sr. Project Manager $200.00 $245.00 $206.00 $253.00 $213.00 $261.00 Project Manager $165.00 $215.00 $170.00 $222.00 $176.00 $229.00 Senior Engineer $165.00 $215.00 $170.00 $222.00 $176.00 $229.00 Project Engineer $150.00 $185.00 $155.00 $191.00 $160.00 $197.00 Design Engineer $135.00 $165.00 $140.00 $170.00 $145.00 $176.00 Engineer-In-Training $95.00 $115.00 $98.00 $119.00 $101.00 $123.00 ROW Coordinator $110.00 $135.00 $114.00 $140.00 $118.00 $145.00 Senior Engineer Tech $110.00 $140.00 $114.00 $145.00 $118.00 $150.00 Engineer Tech $95.00 $115.00 $98.00 $119.00 $101.00 $123.00 Senior Environmental Manager $175.00 $215.00 $181.00 $222.00 $187.00 $229.00 Senior Environmental/Planner $145.00 $180.00 $150.00 $186.00 $155.00 $192.00 Environmental/Planner IV $120.00 $150.00 $124.00 $155.00 $128.00 $160.00 Environmental Planner $95.00 $115.00 $98.00 $119.00 $101.00 $123.00 City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 5 B-1 ATTACHMENT B COMPENSATION Contract Rate Contract Rate Contract Rate Labor/Staff Classification 2017 2018 2019 Field Office Field Office Field Office Graphic Designer $80.00 $100.00 $83.00 $103.00 $86.00 $107.00 Senior Public Involvement Specialist $130.00 $165.00 $134.00 $170.00 $139.00 $176.00 Public Involvement Specialist $95.00 $115.00 $98.00 $119.00 $101.00 $123.00 Project Controls Manager $130.00 $160.00 $134.00 $165.00 $139.00 $170.00 Senior Project Controls $100.00 $125.00 $103.00 $129.00 $107.00 $133.00 Senior Document Controls Specialist $115.00 $145.00 $119.00 $150.00 $123.00 $155.00 Document Controls Specialist $75.00 $95.00 $78.00 $98.00 $81.00 $101.00 Senior Scheduler $175.00 $215.00 $181.00 $222.00 $187.00 $229.00 Scheduler IV $130.00 $165.00 $134.00 $170.00 $139.00 $176.00 Senior Project Analyst $80.00 $100.00 $83.00 $103.00 $86.00 $107.00 Project Analyst $70.00 $85.00 $73.00 $88.00 $76.00 $91.00 Senior Network Engineer $90.00 $115.00 $93.00 $119.00 $96.00 $123.00 Network Engineer $75.00 $95.00 $78.00 $98.00 $81.00 $101.00 Admin/Clerical 11 $70.00 $85.00 $73.00 $88.00 $76.00 $91.00 Admin/Clerical1 $55.00 $70.00 $57.00 $73.00 $59.00 $76.00 Senior GIS Analyst $95.00 $120.00 $98.00 $124.00 $101.00 $128.00 GIS Analyst $75.00 $95.00 $78.00 $98.00 $81.00 $101.00 3-D Visualization Manager $95.00 $120.00 $98.00 $124.00 $101.00 $128.00 3-D Visualization Specialist $85.00 $100.00 $88.00 $103.00 $91.00 $107.00 Senior Utility Coordinator $110.00 $135.00 $114.00 $140.00 $118.00 $145.00 Utility Coordinator $90.00 $110.00 $93.00 $114.00 $96.00 $118.00 SUE Field Manager $85.00 $105.00 $88.00 $109.00 $91.00 $113.00 Senior Resident Engineer $170.00 $210.00 $176.00 $217.00 $182.00 $224.00 Resident Engineer $145.00 $180.00 $150.00 $186.00 $155.00 $192.00 Senior Field Rep $100.00 $125.00 $103.00 $129.00 $107.00 $133.00 Field Rep $85.00 $105.00 $88.00 $109.00 $91.00 $113.00 Environmental Inspector $80.00 $100.00 $83.00 $103.00 $86.00 $107.00 ROW Coordinator $120.00 $150.00 $124.00 $155.00 $128.00 $160.00 Senior RPLS $145.00 $180.00 $150.00 $186.00 $155.00 $192.00 RPLS $125.00 $155.00 $129.00 $160.00 $133.00 $165.00 Mobility Coordinator $120.00 $150.00 $124.00 $155.00 $128.00 $160.00 Contract Administrator $100.00 $125.00 $103.00 $129.00 $107.00 $133.00 ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 5 B-2 ATTACHMENT B COMPENSATION 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 CONSULTANT plus a markup of ten percent (10%). iv. Budgets. CONSULTANT 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. CONSULTANT is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay CONSULTANT beyond these limits. If CONSULTANT 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 CONSULTANT 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, CONSULTANTS'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 CONSULTANT shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. The CONSULTANT 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 CONSULTANT, based on the actual hours and costs expended by the CONSULTANT 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 CONSULTANT. C. CONSULTANT 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. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 5 B-3 ATTACHMENT B COMPENSATION Ill. Progress Reports A. The CONSULTANT 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. IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount 1 Prime Consultant BGE, Inc. Program/Project Management $1,875,000 100 TOTAL $1,875,000 100% Project Number & Name Total Fee MBE/SBE Fee MBE/SBE Full-Time Program/Project Management $1,875,000 $0 0% Staff Extension Services City MBE/SBE Goal = 0% Consultant Committed Goal = 0% City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 4 of 5 B-4 EXHIBIT "B-1" CONSULTANT INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across desired work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 5 of 5 B-5 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 2/5/2019 DATE: Tuesday, February 5, 2019 REFERENCE NO.: "C-29022 LOG NAME: 20BGE AMENDMENT CS NO.49326 SUBJECT: Authorize Execution of Amendment No. 2 to City Secretary Contract No.49326, a Professional Services Agreement with Brown &Gay Engineers, Inc., in an Amount Not to Exceed $375,000.00 for Staff Extension Services in Managing Transportation and Public Works Capital Projects(ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the execution of Amendment No. 2 to City Secretary Contract No. 49326, a Professional Services Agreement with Brown&Gay Engineers, Inc., in an amount not to exceed $375,000.00,for staff extension services in managing Transportation and Public Works Capital Projects. DISCUSSION: On June 20, 2017, Mayor and Council Communication (M&C C-28291)the City Council approved a Professional Services Agreement with Brown&Gay Engineers, Inc., (BGE), in an amount not to exceed $1,500,000.00 to provide full-time project management staff extension services. This M&C will authorize an amendment of the contract due to increased project management staffing needs for project management services on 2018 identified capital projects. BGE proposes to provide these services in an amount not to exceed$375,000.00. The total contract amount after this amendment will be $1,875,000.00.This contract was administratively amended on May 8, 2018 to provide additional staffing and updated labor rates. M/WBE Office-A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Department and approved by the M/WBE Office, in accordance with the BDE Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. The project is located in ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funding will be available in various capital projects utilizing the Professional Staffing Services Agreements from various capital funds on a project by project basis. It is the participating Department's responsibility to verify the availability of funds prior to the use of these services or the expenditure of funds. FUND IDENTIFIERS (FIDs).: TO Fund Department ccounj Project Program ctivi Budget Reference# moun ID ID Year Chartfield 2 FROM Fund Departmentccoun Project Program ctivil Budget I Reference# moun ID 1A ID Year (Chartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by_ Susan Alanis (8180) Originating Department Head: Steve Cooke (5134) Ricardo Matute (5498) Additional Information Contact: Lissette Acevedo (2722) ATTACHMENTS 1. Form 1295 BGE 2018-432537 Redacted.pdf (Public) 2. MWBE Waiver Form BGE.pdf (CFW Internal) City of Fort Worth Departmental Request for Waiver of MSE/SBE Subcontracting/Supplier Goal TPW $375,000.00 12/10/2018 DEPARTMENT NAME: ESTIMATED COST / PROPOSAL DATE (Please check the appropriate box below) ORFP ORFQ ORFI OCISV Other State Cooperative Program OReverse Auction NOTE;Aif support documentation needs to be attached to this request. Full-Time Program/Project Management Staff Extension N/A NAME OF OJ /BI DOE/PROJECT NO. W + ' 2722 12//2018 SIGNATURE OF PROJECT MANAGER EXTENSION DATE NIGP CODE Prior to advertisement, the contracting/managing department shall determine whether the bid/RFP is one which MBE/SBE requirements should riot be applied. MBE/SBE requirements may be waived upon written approval of the hMBE Manager. If one of the conditions listed below exists,the contracting/managing department shall notify the Manager via this form,stating the specific reason(s)for requesting a waiver. If the contracting/managing department and the Manager are in conflict over the granting of a waiver, either may appeal to the City Manager, or designee,whose.decision is final. Please Check Applicable Reason: A. MWBE Office: A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Department and approved by the MWBE Office, in accordance with the MWBE or BDE Ordinance, because the public or administrative emergency exists which requires the goods or services to be provided with unusual immediacy; or B. MWBE Office: A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Department and approved by the MWBE Office,in accordance with the'.MWBE or BDE Ordinance,because the purchase.of goods or services is from sources where subcontracting or supplier opportunities are negligible;or C. MWBE Office: A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Department and approved by the MWBE Office,in accordance with the MWBE or DBE Ordinance,because the application of the provisions of this ordinance will impose an economic risk on the City or unduly delay acquisition of the goods or services; or D. MWBE Office: A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Department and approved by the MWBE Office,in accordance with the MWBE or DBE Ordinance,because the MWBE Waiver is based on the sole source information provided to the MWBE Office by the managing department's project manager. E. OTHER: Justify Commodity or Service Waiver Request: This waiver Is requested for staff extension services not to exceed 24 months. Please use addition sheets if needed M/WBE FICE USE ONLY: �QOJB Approved Signature of M/WBE Authorized Personnel Da r Not Approved Signature of M/WBE Authorized Personnel Date Rev.2-2/-18