Loading...
HomeMy WebLinkAboutContract 39429-A1Amendment No. 1 STATE OF TEXAS § CITY SECRETARY NO. J iLO-1 '-A, (M&C Needed) COUNTY OF TARRANT § WHEREAS, the City of Fort Worth (City) and CH2M HILL (Engineer) made and entered into City Secretary Contract No. 39429 (the Contract) which was authorized by the City Council by M&C C-23842 on the 27th day of October 2009; and WHEREAS, the Contract involves engineering services for the following project: Integrated Program Management, Phase 3 Project No. 00953 WHEREAS, it has become necessary to execute Amendment No. 1 to said Contract to include an increased scope of work and revised maximum 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 Attachment A - Scope of Work Amendment No. 1, a copy of which is attached hereto and incorporated herein. The cost to City for the additional services to be performed by Engineer total $454,000.00. 2. Article II of the Contract is amended to provide for an increase in the maximum 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 not exceed the sum of $4,853,108.00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL REXORD Contract Amendment No. 1 CITY SECRETARY Page 1 of 2 FT. W,#OFTR� TX Executed on this the 144, Worth, Tarrant County, Texas. APPROVAL RECOMMEN ED: zx . Randle H wo d, Vetor Program Management Office CH2M HILL ENGINEER By: Name: Greaory S. Welch, P.E. Vice President 309 W. 7th Street, Suite 1020 Fort Worth, TX 76102 day of , 2010, in Fort APPROVED AS TO FORM AND LEGALITY: 41L— Amy Rairrisey Assistant City Attorney APPROVED: Fernando Costa Assistant City Manager ATTEST: PMa�rt�yHen�dixO,ityecretary U �yq Contract Autrorizati r:,t0 OFFICIAL RECORD CITY SECRETARY FT. WORTH, Tx Contract Amendment No. 1 Page 2of2 Attachment A Scope of Work Under Agreement between City of Fort Worth and CH2M HILL for Integrated Program Management for Capital Project Delivery, Phase 3 AMENDMENT NO. 1 Objective The goal of this amendment is to extend the level and duration of selected IPM services through approximately April 1, 2011 (beyond the scheduled end of Phase 3 in October 2010). The specific services to be provided under this amendment are described below. Amendment No. 1 Overview Amendment No. 1 provides additional funding for continuing selected services associated with Tasks 1, 2, and 3. Task 1. Management and Communication Subtask 1.1. Program Management and Communication • Description of Work: a) Limited informal reporting b) Monthly streamlined invoice preparation c) Attendance at no more than 1 Executive Team meeting and 1 IPM coordination meeting per month • Key Assumptions: — Comprehensive monthly IPM report will no longer be prepared during the amendment period. — Executive Team Meetings are assumed to occur monthly, with one (1) IPM staff attending on average. — Anticipated end of this activity is on or before April 1, 2011 • Major Deliverables: — Agendas and meeting summaries for Executive Team mtgs. • Subtask Leader: Ken Hall Attachment A: City of Fort Worth Phase 3 IPM Amendment No. 1 A-1 Task 2. IPM and Organizational Development Subtask 2.1. Process and Tool Development • Description of Work: a) Lead issue -specific or organization -specific improvement efforts to address key ongoing issues. b) Support implementation of IPM sustainability strategy c) Provide training as requested by CFW Project Manager • Key Assumptions: - LOE is limited to the proposed budget for this activity - Anticipated end of this activity is on or before April 1, 2011 • Major Deliverables: - Any developed tools, forms, presentations, or training materials. • Subtask Leader: Don DeWolfe Task 3. CIP Delivery Subtask 3.1. IPM Program Controls and Reporting System Improvement • Description of Work a) Support continued operation and potential improvement of CFW internal and external (public -facing) project status dashboards b) Support potential limited improvements of CFW internal and external (public - facing) project status dashboards c) Provide funding for additional improvements to CFW CPMS. Key Assumptions - LOE is limited to the proposed budget for this activity - Anticipated end of this activity is on or before April 1, 2011 - CFW staff are responsible for managing subconsultants working on CPMS, reviewing their invoices, and developing their detailed scopes of work • Major Deliverables - CPMS improvements and documentation - Dashboards and associated documentation • Subtask Leader: Ken Hall Subtask 3.2. IPM Program Controls and Reporting System Maintenance No work on this subtask under Amendment No. 1 Subtask 3.3. IPM Schedule Management and Status Reporting • Description of Work a) Transition processes to CFW project controls staff b) Train CFW project controls staff Attachment A: City of Fort Worth Phase 3 IPM Amendment No. 1 A-2 c) Assist CFW with regular monthly schedule update process with the project manager and contractors/designers. Help check, clean up, and upload updated schedules to the schedule database and integrate into the Master Schedule. d) Provide proactive schedule -based planning and management assistance to CFW PMs, including mentoring on using schedules as a management tool to expedite projects as part of the monthly schedule update process. and various training efforts. e) Assist with schedule database integrity. QC and troubleshoot visualization of data on all levels of dashboards. f) Assist with development of desired reports. Key Assumptions — LOE is limited to the proposed budget for this activity — Anticipated end of this activity is on or before April 1, 2011 — Project scheduling by contractors and consultants will be performed by appropriately trained staff and meet specification requirements. — CFW PMs, as well as consultant designers and contractors, will be available for schedule reviews and updates. — Schedule updates will be performed every month. Major Deliverables — Master schedule organized by an Enterprise Project Structure (EPS) with drill down to a project with WBS level organization. — Updated project schedules every other month. — Bid Advertisement schedule report card (every month). — Upcoming Project list report for posting to City Purchasing web site. Subtask Leader: Darrell Moseley Task 4. Contractor Development No activities under Amendment No. 1. Task 5. Public Involvement and External Communications No activities under Amendment No. 1. Task 6. Additional Services as Requested by City No activities under Amendment No. 1. Attachment A: City of Fort Worth Phase 3 IPM Amendment No. 1 A-3 ATTACHMENT B COMPENSATION Design Services for Integrated Program Management, Phase 3 Amendment 1 City Secretary No. 39429 City Project No. 000953 Time and Materials with Multiplier Project 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: Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by Direct Salaries multiplied by a factor of 3.2. Direct Salaries are the amount of wages or salaries paid ENGINEER's employees for work directly performed on the PROJECT, exclusive of all payroll - related taxes, payments, premiums, and benefits. 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. 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. City of Fort Worth, Texas Attachment B PMO Official Release Date: 5.19.2010 Page 1 of 4 B-1 ATTACHMENT B COMPENSATION 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 Program Management Office monthly progress reports and schedules in the format required by the City. City of Fort Worth, Texas Attachment B PMO Official Release Date: 5.19.2010 Page 2 of 4 B-2 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Prime Consultant CH2M HILL, Inc. Program Mgmt, Project Controls, Process Improvements Proposed M/WBE Sub -Consultants CP&Y, Inc. Project Controls Brunson Technical Project Controls Associates Non-M/WBE Consultants Skire and/or Victory CPMS enhancements Services Critigen Dashboard enhancements Project Number & Name City Secretary No. 39429 — IPM Phase 3, Amendment 1 City M/WBE Goal = 28% City of Fort Worth, Texas Attachment B PMO Official Release Date: 5.19.2010 Page 3 of 4 TOTAL Total Fee $454, 000 Fee Amount I % $180,649 39.8% $161,843 35.6% $41,008 9.0% $50,500 11.1 % $20,000 4.4% $454,000 1 100% M/WBE Fee M/WBE % $202,851 44% Consultant Committed Goal = 39% MR EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of Fort Worth, Texas Attachment B PMO Official Release Date: 5.19.2010 Page 4 of 4 B-4 Professional Services Payment Request Project Manager: Doug Rademaker Summary Project: IPM Phase 3 Amendment 1 City Project M 000953 City Sec Number: 39429 Consultant Instructions: Purchase Order: Fill In green cells including Invoice Number, From and To Dates and the included worksheets. Company Name: CH2M HILL, Inc. When your Invoice is complete, save and close, start Buz saw and Add your invoice to the Consultant folder within Project's folder. Consultant's PM: Ken Hall email: khall@ch2m.com Vendor Invoice #: Office Address 309 West 7th street, suite 1020 Payment Request #: Telephone: 817.313.1576 From Date: Fax: To Date: Invoice Date: Agreement Agreement Amendment Amount to Amount Percent ($) Invoiced Current Sheet FAC and Work Type Description Amount Amount Date Spent Spent Previously Invoice Work Type 1 IPM Transition Support C295 541200 201959990100 $4,399,108.00 $454,000.00 $4,853,108.01] Work Type 2 Work Type 3 Work Type 4 Work Type 5 Work Type 6 Totals This Payment Request $4.399,108.00 $454,000.00 $4,853,108.00 Overall Percentage Spent: Remaining Balance $4,853,108.00 $4.853.108.00 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 9/28/2010 DATE: Tuesday, September 28, 2010 REFERENCE NO.: **C-24481 LOG NAME: 021PM PHASE 3 AMENDMENT Ste: Authorize Amendment No. 1 in the Amount of $454,000.00 to City Secretary Contract No. 39429, a Professional Services Agreement with CH2MHill, for Additional Project Control/Transition Services for Integrated Program Management, Phase 3 It is recommended that the City Council authorize the City Manager to execute Amendment No. 1 in the amount of $454,000.00 to City Secretary Contract No. 39429, a Professional Services Agreement with CH2MHill, for additional Project Control/Transition Services for Integrated Program Management, Phase 3, thereby revising the contract amount to $4,853,108.00. On October 27, 2009, (M&C C-23842) the City Council authorized the execution of a professional services contract in the amount of $4,399,108.00 with CH2MHill for implementation of Phase 3 of the City's ongoing Integrated Program Management (IPM) initiative (City Secretary Contract No. 39429). Phase 3 services to be performed by CH2MHi11 include: 1. The integration of regular project schedule and status updates into standard City processes; 2. The focus of cultural change efforts on ownership of IPM improvements, strategic communications between Program/Project Managers across the City, Project Manager/Construction Inspector roles and responsibilities and Project Manager negotiation skills: 3. The delivery of project dashboard enhancements which improve the methods of viewing project schedule and financial information; 4. The building of project delivery and contractor capacity/participation opportunities; 5. The transfer of ownership of IPM program processes and consultant responsibilities to City staff resulting in sustainable, long term capital project delivery capabilities for the City; and 6. The provision of contract project delivery support services for storm water improvements projects to be constructed by the City's Storm Water Utility. On September 14, 2010, staff and CH2MHi11 representatives provided the Council's Infrastructure and Transportation Committee with an overview of IPM program accomplishments and recommendations for long—term program sustainability. The long—term sustainability of the City's IPM initiative is dependent upon having strong project control processes and trained staff in place prior to the departure of the City's consultant. All project control functions, including project scheduling, database management, dashboard operations and staff training are currently being transitioned from the consultant to the City staff. When the IPM initiative was originally developed, it was anticipated that the program would consist of the following four phases: Phase 1 — Assessment Phase 2 — Development/Implementation Phase 3 — Implementation/Transition Phase 4 — Transition/Ownership It is anticipated that Phase 3 of the project will be completed on or about October 31, 2010. Based upon the program accomplishments to date and the ongoing transition activities and project control staff training efforts that are currently underway, staff believes that a formal Phase 4 will not be necessary and that the remaining program transition work would best be accomplished by amending the current Phase 3 contract to provide additional program control/transition services for approximately 6 months. Elimination of Phase 4 of the program will result in a savings of approximately $500,000.00 to the City. It is staff s recommendation that CH2MHill's Phase 3 contract be amended to provide additional project control/transition services in order to ensure that the City's IPM Initiative is fully transitioned resulting in long—term program sustainability for the City. It is anticipated that the required project control resources will be in place and the City's IPM program will be fully transitioned from CH2MHill to the City by April 1, 2011. CH2MHill, Inc., agrees to maintain its initial M/WBE commitment of 39 percent that it made on the original agreement and extend and maintain that same M/WBE commitment of 39 percent to this first amendment. Therefore CH2MHill, Inc., remains in compliance with the City's M/WBE Ordinance and attest to its commitment by its signature on the Acceptance of Previous M/WBE Commitment form executed by an authorized representative of its company. FISCAL. INFORMATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the 2007 Critical Capital Projects Fund. 141DIRINNE I EIRM In n i r7l I • • %, IV U <i,• 6i . • : I 1. 4 1 1, rll •. 1 1 1 1 .•. I ' � 11 1 ' "'1 11 •• Fernando Costa (6122) Randle Harwood (6101) Douglas Rademaker (6157)