Loading...
HomeMy WebLinkAboutContract 53103-R1 CSC No. 53103-R1 CITY OF FORT WORTH CONTRACT RENEWAL NOTICE November 19, 2021 KIMLEY-HORN ASSOCIATES,INC. Attn: MISTY CHRISTIAN, P.E., CFM 801 CHERRY STREET UNIT 11, SUITE 1300 FORT WORTH, TX 76102 Re: Contract Renewal Notice—1st Renewal Engineering Services for Drainage and Floodplain Review Contract CSC No. 53103 Original Contract Amount: $500,000.00 The above referenced contract with the City of Fort Worth expires with the expenditure of funds. The original funds for the contract have been programmed. This letter is to inform you that the City has appropriated funding and is exercising its right to renew the contract for an amount up to$500,000.00,which will be effective immediately upon execution by the designated Assistant City Manager. The hourly billing rates in Attachment B has been revised as agreed upon by all parties.All other terms and conditions of the contract,remain unchanged. Please sign the second page of this letter and return both pages, along with a copy of your current insurance certificate,to the undersigned. Please log onto PeopleSoft Purchasing at http://fortworthtexas.gov/purchasing to ensure that your company information is correct and up-to-date. If you have any questions concerning this Contract Renewal Notice, please contact me at the telephone number listed below. Sincerely, Frank Steven Mason, P.E., CFM (817) 392-2027 OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX Contract Renewal CSC No. 53103 Page 1 of 2 CSC No. ACCEPTED AND AGREED: CITY OF FORT WORTH CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration Dana 94aLdOff of this contract,including ensuring all By: Dana Burghdoff ov 29,202111:27 CST) performance and reporting requirements. Name: Dana Burghdoff Title: Assistant City Manager Date: Nov 29, 2021 By: �244a �'tulgmlAl.^ H' Name: Frank Steven Mason,P.E., CFM APPROVAL RECOMMENDED: Title: Production Manager,Sr.Professional Engineer APPROVED AS TO FORM AND LEGALITY: BY: Wj(Nov 29,202 07:06 CST) - Name: William M.Johnson WA Title: Director, Transportation & Public Works By: Mack(Nov 23,202113:39C77 Department Name: Douglas. W.Black Title: Sr.Assistant City Attorney ATTEST: AUTHORIZATION: M&C: 19-0303 By: om Date Approved: 11/12/19 Name: Ronald P. Gonzales a444n�n�� Form 1295 Certification No.: 2019-548295 FORA �a Title: Acting City Secretary ga o0000000 o0 00.0ad 0 F,�o _� Pvo o p=� 0 o° d CONTRACTOR: ��Q oo�EXp 0 By: J!'q Name: Scott R.Arnold Title: Vice President Date: November 18, 2021 OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX Contract Renewal CSC No. 53103 Page 2 of 2 ATTACHMENT B COMPENSATION Drainage Review Assistance Services City Project No. 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 Hourly Rate Project Director $265 Senior Professional Engineer $245 Senior Project Manager $235 Project Manager $190 Project Engineer IV $175 EIT III $155 EIT II $145 EIT I $140 CADD Operator $120 CADD Designer $165 Project Accountant $170 Administrative $105 Intern $90 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%). City of Fort Worth,Texas Attachment B Page 1 of 5 B-1 ATTACHMENT B COMPENSATION 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. 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 Page 2 of 5 B-2 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Kimley - Horn and Project Management $ 425,500 85% Associates, Inc. Drainage Review Assistance Prepare materials for land Development Consultant Training Conduct Land Development Consultant Training M/WBE Consultants Carrillo Engineering, Drainage Review Assistance $75,000 15% LLC Non-MNVBE Consultants None TOTAL $ 500,000 100% Project Number & Name Total Fee (MBE)(SBE) (MBE)(SBE)% Fee Drainage Review Assistance $ 500,000 $ 75,000 15% City M/WBE Goal = 15% Consultant Committed Goal = 15 % City of Fort Worth,Texas Attachment B Page 3 of 5 B-3 EXHIBIT "B-1" ENGINEER 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 Page 4 of 5 B-4 Kimley-Horn and Associates,Inc. Invoice-T&PW 801 Cherry Street Unit 11,Suite 1300 Proj.Invoice No. Fort Worth,TX 76102 Invoice date: Tel:214-585-1326 Period (From-To) Fax. xxx-xxx-xxxx DOE No. email:misty.christian@kimley-hom.com T&PW Proj No. City Secy.Cont. No. 53103 COFW Project Manager Steve Mason, P.E.,CFM Consultant's Project Manager. Misty Christian, P.E.,CFM Name of Project: DRAINAGE REVIEW ASSISTANCE Work Phase STORM DRAINAGE Revised Amt. Orig.Amount incl.Amendment TF03 Year 1 Drainage Review Assistance $ 500,000.00 $ CONTRACT AMOUNT $ 500,000.00 $ TOTAL CONTRACT AMOUNT $ 500,000.00 TOTAL CONTRACT AMOUNT TO DATE(including amendments) $ 500,000.00 STORM DRAINAGE DRAINAGE TOTAL CONTRACT REVIEW DESCRIPTION OF WORK THIS INVOICE PREVIOUS AMT. NUMBER INVOICES REMAINING ER01 Drainage Review No. 1 Name $ $ $ ER02 Drainage Review No.2 Name $ $ $ ER03 Drainage Review No.3 Name $ $ $ ER04 Drainage Review No.4 Name $ $ $ ER05 Drainage Review No.5 Name $ $ $ ER06 Drainage Review No.6 Name $ $ $ ER07 Drainage Review No.7 Name $ $ $ ER08 Drainage Review No.8 Name $ $ $ ER09 Drainage Review No.9 Name $ $ $ ER10 Drainage Review No. 10 Name $ $ $ ER11 Drainage Review No. 11 Name $ $ $ Erxx Drainage Review No.xx Name $ $ $ $ $ $ $ List all amendments to date Do not invoice for additional work until the related amendment has been executed by the city City Secy. Date Amendment No. Description Contract No. Executed by Total Amount for the City amendment 1 2 $ 3 $ 4 $ TOTALS $ TOTAL THIS INVOICE $0.00 Make all checks payable to: Kimley-Horn and Associates, Inc. Submitted by: Misty Christian, P.E.,CFM Project Manager Kimley-Horn and Associates, Inc. 801 Cherry Street Unit 11,Suite 1300 Fort Worth,TX 76102 City of Fort Worth,Texas Attachment B Page 5 of 5 B-5 City of Fort Worth,Texas Attachment B Page 6 of 5 B-6 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA F°RT WO I' DATE: 11/12/2019 REFERENCE**M&C 19- LOG 20KH PROFESSIONAL SERVICES FOR NO.: 0303 NAME: STORMWATER AND FLOODPLAIN REVI CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT. Authorize Execution of a Professional Services Agreement with Kimley-Horn, Inc. in the Amount not to Exceed $500,000.00 for Drainage and Floodplain Review Services for Fiscal Year 2020 (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize execution of a Professional Services Agreement with Kimley-Horn, Inc. in the amount not to exceed $500,000.00 for Drainage and Floodplain review services for Fiscal Year 2020 with two renewal options. DISCUSSION: The Professional Services Agreement recommended by this Mayor and Council Communication is for drainage and floodplain review services associated with private development projects. Kimley-Horn, Inc. will augment staff to reduce the review time of the drainage and floodplain design component of private development projects. In June 2018, the Transportation and Public Works Department, Stormwater Management Division, published a Request for Qualifications (RFQ)for various technical services associated with drainage engineering, including services to review private development projects for compliance with the City's drainage and floodplain design standards. Kimley-Horn, Inc. was selected as one of the qualified engineering consultants for this service. Kimley-Horn, Inc. proposes to perform this work on an on-call, time and materials basis for a fee not to exceed $500,000.00. This contract is expected to provide 200 to 275 reviews over approximately 12 months, depending on the level of development activity. Upon completion of this contract, there is no anticipated annual operation cost to the Transportation and Public Works (TPW) Stormwater Management Division. This Agreement may be renewed for two additional terms. M/WBE Office -Kimley-Horn, Inc. is in compliance with the City's BDE Ordinance by committing to 15 percent SBE participation on this project. The City's SBE goal on this project is 15 percent. The project is located in ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendation and award of the contract, funds are available in the current operating budget, as appropriated, in the Stormwater Utility Fund. Prior to any expenditure being incurred, the Transportation & Public Works Department has the responsibility to validate the availability of funds. TO 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 ID Year Chartfield 2 Submitted for City Manager's Office by_ Dana Burghdoff(8018) Originating Department Head: William Johnson (7801) Additional Information Contact: Monte Hall (8662) ATTACHMENTS