Loading...
HomeMy WebLinkAboutContract 49257-A2 "ITY SECRETARY AMENDMENT No. NO. � 05 vv TO CITY SECRETARY CONTRACT No. 49257 WHEREAS, the City of Fort Worth (CITY) and Stantec Consulting Services Inc. , (CONSULTANT) 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, 00 . 00; and WHEREAS, the CONTRACT involves professional services for the following project : Crowley at Sycamore School Intersection Improvements; and a WHEREAS, it has become necessary to execute Amendment No. --I' to the CONTRACT to include a reduced 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 the reduction of scope for certain engineering design services specified in a proposal dated 28th day of June, 2019 ("Proposal') , a copy of which is attached hereto and incorporated herein. The cost reduction to City for the reduced design services to be performed by Engineer totals $ 70, 000. 00. 2 . Article II of the CONTRACT is amended to provide for a reduction 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 $330, 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 OF EICIAL 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 Stantec Consulting Services Inc. frat" OO.A_k Dana Burghdo ri Ward Assistant Ci Manager Senior Associate DATE: L� DATE: OV , II�I PR VAL RECOMMENDED: Le Coo e 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 perfo mance and reporting requirements . Lissette A evedo Engineering Manager, Transportation and Public Works Department APPROVED AS TO FORM AND LEGALITY: M&C: Date: Douglas W. Black Assistant City Attorney f o k` ,s� ATTEST: Q►, 0� Al A ary �.�ay/er / City SecretarjTr` _��f City of Fort Worth OFFICIAL RECORD Professional Services Agreement Amendment Template CITY SECRETARY Official Release 9/19/2017(Revised for specific terms 4.24.18) Page 2 of 2 FT. WORTHO T Stantec Consulting Services Inc. ® Stantec 12222 Merit Drive,Suite 400,Dallas TX 75080-2793 July 16,2019 File: Attention: Ms.Lissette Acevedo Transportation and Public Works Department City of Fort Worth 200 Texas Street Fort Worth,TX 76102 Dear Ms. Acevedo, Reference: City Project No. 101016 Crowley at Sycamore School Intersection Improvements Attached please find the Amendment for reduced design services to City Project No. 101016 for the Crowley at Sycamore School Intersection Improvements. The maximum amount payable under this contract is decreased by$70,000 from $400,000 to$330,000. The signatures below represent acceptance and agreement of this task order and acts as a notice to proceed. If you have any questions, please feel free to contact me. Our team is excited to assist the City in creating a better community. Regards, Stantec Consulting Services Inc. City of Fort Worth,Texas Kam: "izekKari Ward P.E. ENV SP , Senior Associate Lissetfe Acevedo, P.E., PATOE, PMP Engineering Manager Phone: (817)203-0832 Transportation &Public Works Department Kari.Ward@stantec.com Attachment: Attachment A-Scope of Services Attachment B-Compensation C. Design with community in mind ATTACHMENT "A" Scope for Design Services for Crowley at Sycamore School 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 striping and traffic signal improvements for the intersection of Crowley Road at Sycamore School Road to improve traffic flow. The engineer should evaluate the traffic flow at adjacent intersections that could impact the study intersection, including Everman Parkway at Sycamore School Road. The project will include project management services, traffic studies, operational analysis, design phase services, and topographic survey. WORK TO BE PERFORMED ENGINEER hereby agrees to perform intersection improvement studies and design for the intersection of Crowley Road at Sycamore School Road on a Task Order basis as may be requested by the CITY during the term of this AGREEMENT. All work under this AGREEMENT will be performed on a Task Order basis. The CITY will request services for each Task Order individually and independently. The ENGINEER shall prepare scope, fee, and schedule as necessary to perform the services requested for each Task Order within 10 working days of the CITY's request. Each Task Order shall include scope of services as Attachment "A". This scope of services will outline tasks required to complete the Task Order. For each task the scope shall include a detailed description of the task, outline any assumptions, and list the required deliverables. Each Task Order shall include Attachment "B" detailing the compensation for the Task Order. Compensation will be based upon hours and labor costs agreed upon by the CITY and the ENGINEER for each Task Order. 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 Task Order. Compensation for each Task Order shall be based upon the agreed upon not-to-exceed fee and paid via invoices amount. If the Task Order 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 Crowley at Sycamore School 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 for an amount not to exceed $330,000.00 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 $247,500 75% Services Inc. Proposed MBE/SBE Sub-Consultants Hayden Consultants, Engineering, Survey/SUE $80,886.50 24.5% Inc. Gram Traffic North Traffic data collection $1,613.50 0.5% Texas, Inc. Non-MBE/SBE Consultants TOTAL Jaig 000 100% Project Number& Name Total Fee MBE/SBE Fee MBE/SBE 101016 Crowley at Sycamore School $330,000 $82,500 25% Intersection Improvements 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