Loading...
HomeMy WebLinkAbout061520-R1A1 - General - Contract - Westwood Professional Services, Inc.Docusign Envelope ID: F5770079-044B-4940-9FB8-B5D9C34F5728 City Secretary Contract No. 61520-R1A] FIRST RENEWAL AND AMENDMENT OF CITY SECRETARY CONTRACT NO. 61520, A NON-EXCLUSIVE PROFESSIONAL ENGINEERING SERVICES AGREEMENT BETWEEN THE CITY OF FORT WORTH AND WESTWOOD PROFESSIONAL SERVICES, INC. This FIRST RENEWAL AND AMENDMENT OF CITY SECRETARY CONTRACT NO. 61520 ("First Renewal and Amendment"), is made and entered into by and between the City of Fort Worth, a home-rule municipal corporation of the State of Texas ("City"), acting by and through its duly authorized Assistant City Manager, and Westwood Professional Services, Inc., a Texas corporation ("Engineer"), acting by and through its duly authorized representative. WHEREAS, on June 7, 2024, the City and Engineer entered into a Non-Exclusive Professional Engineering Services Agreement for the City's Small-Scale Infrastructure Program, City Secretary Contract Number 61520 ("Agreement"); and WHEREAS, the Agreement provides for a one-year Initial Term with four optional one- year Renewal Terms; and WHEREAS, Exhibit B to the Agreement provided the Engineer's compensation rates for engineering services for the Term beginning under the Agreement; and WHEREAS, the Agreement provides that the total amount of all Task Orders issued to Engineer and to other engineering services providers participating in the Program shall not exceed Two Million Dollars ($2,000,000.00) for the Initial Term or any Renewal Term; and WHEREAS, the City and Engineer desire to renew and extend the Agreement for the first one-year Renewal Term; and WHEREAS, the City and Engineer desire to adopt a new hourly rate schedule to replace the FEE SCHEDULE FOR PUBLIC INFRASTRUCTURE SERVICES 2024 — South Price Schedule attached as Exhibit B to the Original Agreement; NOW, THEREFORE, in consideration of the mutual covenants and agreements contained herein, City and Engineer do mutually covenant and agree to renew, amend, and extend the Agreement as follows: 1. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 4 FIRST RENEWAL AND AMENDMENT OF CITY SECRETARY CONTRACT NO. 61520, A NON-EXCLUSIVE PROFESSIONAL ENGINEERING SERVICES AGREEMENT BETWEEN THE CITY OF FORT WORTH AND WESTWOOD PROFESSIONAL SERVICES, INS. Docusign Envelope ID: F5770079-044B-4940-9FB8-B5D9C34F5728 City Secretary Contract No. 61520-R1A] City and Engineer agree to renew and extend the Agreement for the first one-year Renewal Term, effective beginning on June 8, 2025 and expiring on June 7, 2026. 2. Exhibit B to the Agreement shall be amended by attaching Exhibit B 1—"FEE SCHEDULE FOR PUBLIC INFRASTRUCTURE SERVICES 2025 — South" ("Exhibit B- 1"), which is attached hereto and which shall be effective throughout this first Renewal Term; 3. a. All terms and conditions of the Agreement that are not expressly amended pursuant to this First Renewal and Amendment shall remain in full force and effect. b. All terms in this First Renewal and Amendment that are capitalized but not defined shall have the meanings assigned to those terms in the Agreement. IN WITNESS WHEREOF, the parties have executed this First Renewal and Amendment to be effective as of June 8, 2025. CITY OF FORT WORTH .� Jesica L. McEachern Assistant City Manager O1/09/2026 Date: Recommended by: ����� Dalton Harrell (Jen 8, 2026162429 CST) D.J. Harrell, Director Development Services Department APPROVED AS TO FORM AND LEGALITY: Stephen Hi�s (Ja� 1023:58 CST) Stephen M. Hines Senior Assistant City Attorney ENGINEER WESTWOOD PROFESSIONAL SERVICES, INC. CSignetl by 71B791D32fiBA455... Brian O'Neill, P.E., CFM Vice President, Public Infrastructure Date: 10/30/2025 Page 2 of 4 FIRST RENEWAL AND AMENDMENT OF CITY SECRETARY CONTRACT NO. 61520, A NON-EXCLUSIVE PROFESSIONAL ENGINEERING SERVICES AGREEMENT BETWEEN THE CITY OF FORT WORTH AND WESTWOOD PROFESSIONAL SERVICES, INS. Docusign Envelope ID: F5770079-044B-4940-9FB8-B5D9C34F5728 City Secretary Contract No. M&C: 24-0187 Form 1295: N/A ATTEST <�z�n,n.c-�e /� � 1 Jannette S. Goodall City Secretary 61520-R1A] 4 ��a�� Contract Compliance Manager: OF F�Rt�pd �� o oo��o� By signing, I acknowledge that I am the person °a�o °_° responsible for the monitoring and administration p���a °°° °°� a� of this contract including ensuring all Ilb�FXA5o4 ' no 0 performance and reporting requirements. �C�eiQJLC� �CLt/L'62 l% Tablisha Taylor Acting Contract Services Administrator �FFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 3 of 4 FIRST RENEWAL AND AMENDMENT OF CITY SECRETARY CONTRACT NO. 61520, A NON-EXCLUSIVE PROFESSIONAL ENGINEERING SERVICES AGREEMENT BETWEEN THE CITY OF FORT WORTH AND WESTWOOD PROFESSIONAL SERVICES, INS. Docusign Envelope ID: F5770079-044B-4940-9FB8-B5D9C34F5728 City Secretary Contract No. EXHIBIT B-1 2025-2026 Labor Category Rate Schedule 61520-R1A] B-1. FEE SCHEDULE FOR PUBLIC INFRASTRUCTURE SERVICES 2025 — South See attached. Page 4 of 4 FIRST RENEWAL AND AMENDMENT OF CITY SECRETARY CONTRACT NO. 61520, A NON-EXCLUSIVE PROFESSIONAL ENGINEERING SERVICES AGREEMENT BETWEEN THE CITY OF FORT WORTH AND WESTWOOD PROFESSIONAL SERVICES, INS. Docusign Envelope ID: F5770079-044B-4940-9FB8-B5D9C34F5728 Westwood FEE SCHEDULE FOR PUBLIC INFRASTRUCTURE SERVICES 2025 — South The following is the fee schedule for all work performed under an hourly agreement. Classification Hourly Rate SurveyTech I .................................................................................................................................. $i3o SurveyTech II ................................................................................................................................. $i45 SurveyTechIII ................................................................................................................................$i65 SurveyTech IV ............................................................................................................................... $i8o SurveyTech V ................................................................................................................................. $200 SurveyTech VI ............................................................................................................................... $220 SurveyField I ................................................................................................................................... $80 SurveyField II .................................................................................................................................. $95 SurveyField III ............................................................................................................................... $ii5 SurveyField N ................................................................................................................................ $i35 SurveyField V .................................................................................................................................$i�o SurveyField VI ................................................................................................................................ $i75 SurveyField VII ..............................................................................................................................$i85 GraduateSurveyor I ....................................................................................................................... $i5o GraduateSurveyor II ......................................................................................................................$i65 GraduateSurveyor III .................................................................................................................... $i8o SurveyorI ....................................................................................................................................... $205 SurveyorII .......................................................................................................................................$2i5 SurveyorIII .................................................................................................................................... $225 SurveyorIV ..................................................................................................................................... $240 SurveyorV ...................................................................................................................................... $255 SurveyorVI ..................................................................................................................................... $2�0 EngineeringTechnician I .............................................................................................................. $i3o EngineeringTechnician II ..............................................................................................................$i45 Engineering Technician III ............................................................................................................ $i55 EngineeringTechnician IV .............................................................................................................$i�o EngineeringTechnician V ..............................................................................................................$i85 EngineeringTechnician VI .............................................................................................................$i95 Engineering Technician VII .......................................................................................................... $2io GraduateEngineer I ....................................................................................................................... $i55 GraduateEngineer II ......................................................................................................................$i�o GraduateEngineer III ....................................................................................................................$i85 GraduateEngineer IV .....................................................................................................................$i95 EngineerI .......................................................................................................................................$200 EngineerII .......................................................................................................................................$2i5 EngineerIII .................................................................................................................................... $225 EngineerN ..................................................................................................................................... $235 EngineerV ...................................................................................................................................... $250 TBPLS Firm No. 10074302 westwoodps.com (888) 937-5150 Docusign Envelope ID: F5770079-044B-4940-9FB8-B5D9C34F5728 EngineerVI ..................................................................................................................................... $265 EngineerVII ................................................................................................................................... $285 Environmental Scientist I .............................................................................................................. $i3o Environmental Scientist II ............................................................................................................ $i4o Environmental Scientist III ........................................................................................................... $i6o Environmental Scientist IV ........................................................................................................... $i8o Environmental Scientist V ............................................................................................................ $i90 Environmental Scientist VI ........................................................................................................... $205 Environmental Scientist VII ......................................................................................................... $225 Environmental Scientist VIII ........................................................................................................ $245 EnvironmentalField I ..................................................................................................................... $go EnvironmentalField II .................................................................................................................. $io5 EnvironmentalField III ................................................................................................................. $ii5 GISI ............................................................................................................................................ $io5 GISII .............................................................................................................................................$i25 GISIII .............................................................................................................................................$i45 GISIV .............................................................................................................................................$i65 GISV ............................................................................................................................................ $i8o GISVI .............................................................................................................................................$i95 GISVII ............................................................................................................................................ $2io GISVIII ................................................................................................................................ $225 Graduate Landscape Architect I ....................................................................................................$i25 Graduate Landscape Architect II .................................................................................................. $i4o Graduate Landscape Architect III ................................................................................................ $i6o LandscapeArchitect I ..................................................................................................................... $i55 LandscapeArchitect II ....................................................................................................................$i65 LandscapeArchitect III ................................................................................................................. $i8o LandscapeArchitect IV .................................................................................................................$200 LandscapeArchitect V ................................................................................................................... $220 LandscapeArchitect VI ................................................................................................................. $240 AdminI ............................................................................................................................................. $90 AdminII ......................................................................................................................................... $ioo AdminIII ......................................................................................................................................... $iio AdminIV ......................................................................................................................................... $i25 AdminV .......................................................................................................................................... $i4o ProjectManager I ......................................................................................................................... $ 205 ProjectManager II ........................................................................................................................ $ 220 ProjectManager III ....................................................................................................................... $ 235 ProjectManager IV ....................................................................................................................... $ 245 ProjectManager V ........................................................................................................................ $ 260 ProjectManager VI ....................................................................................................................... $ 280 ProjectManager VII ..................................................................................................................... $ 305 Westwood CurrentTM (Geospatial Project Management Tool) Setup and Licensing ....... $600.00+ Specialized Geospatial Equipment — Per Day Use ......................................... $200.00 —$3,000.00 Charges for Other Direct Costs, Outside Services, and facilities furnished by Westwood are computed on the basis of actual cost plus i5 percent. westwoodps.com TBPLS Firm No. 10074302 i888) 937-5150 Docusign Envelope ID: F5770079-044B-4940-9FB8-B5D9C34F5728 City of Fort Worth, Texas Mayor and Council Communication DATE: 03/19/24 M&C FILE NUMBER: M&C 24-0187 LOG NAME: 06SSIP ENGINEERING CONTRACTS AND APPROPRIATION SUBJECT (ALL) Authorize Non-Exclusive Agreements with Baird Hampton & Brown, Inc.; Kimley Horn and Associates, Inc.; Westwood Professional Services, Inc. dba Peloton Land Solutions, Inc., a Wesfinrood Company; Shield Engineering Group, PLLC; and Simon Engineering & Consulting, Inc. in a Combined Annual Amount Up to $2,000,000.00 for the Initial Term with Four One-Year Renewal Options for the Development Services Department, Adopt Appropriation Ordinance, and Amend the Fiscal Years 2024-2028 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize non-exclusive agreements with Baird Hampton & Brown, Inc.; Kimley Horn and Associates, Inc.; Westwood Professional Services, Inc. dba Peloton Land Solutions, Inc., a Westwood Company; Shield Engineering Group, PLLC; and Simon Engineering & Consulting, Inc. in a combined annual amount up to $2,000,000.00 with four one-year renewal options for engineering services for the Development Services Department's Small-Scale Infrastructure Program; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the General Capital Projects Fund in the amount up to $14,700,000.00, subject to receipt of funds, for the purpose of funding the Small-Scale Infrastructure Program programmable project (City Project No. P00151); and 3. Amend the Fiscal Years 2024-2028 Capital Improvement Program. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of engineering agreements and appropriate funds necessary to start the Development Services Department's Small-Scale Infrastructure Program (Program). The Program is being created to provide engineering design and construction services for the installation of small-scale or infill developer-led projects, including 800 feet or fewer of water, sewer, storm services, sidewalk and four (4) or fewer pedestrian/streetlight installations. The engineering and construction cost will be funded entirely by Developers. The Development Services Department conducted a Request for Qualifications to establish a standing list of qualified engineering firms which the Development Services Department will use to provide engineering services for projects in the Small-Scale Infrastructure Program. The Request for Qualifications was advertised in the Fort Worth Star-Telegram on September 21, 2022 and September 28, 2022. The City received fourteen (14) responses. An evaluation panel consisting of representatives from the Development Services Department Docusign Envelope ID: F5770079:044B-4940;9FB8-B5D9C34F5728 __f�OWICIg CI'It@I'la: �a� pl'Of2Ct UIICi@1"Stalldlllg (30%); (b) project team and experience (45%); (c) related local projects (15%); and (d) readiness to proceed (10%). The scores are listed in the table below. No guarantee was made that a specific amount of services would be requested. Bidders Evaluation Factors a b c d Total Score Rank Shield Engineering Group, 30 45 15 10 100 1 PLLC Peloton Land Solution, Inc, a 30 45 15 10 100 2 Westwood Company Baird, Hampton & Brown 30 44 15 10 99 3 Kimley Horn 30 42.5 15 10 97.5 4 Simon Engineering & 2g 44 14 10 97 5 Consulting, Inc. LJA Engineering 29 44 14 9.5 96.5 6 Cobb Fendley 29 42.5 13.5 9.5 94.5 7 Mas Consulting Engineering 26 44 14.5 10 94.5 8 & Consulting Inc. Multatech 27.5 42.5 15 9 94 9 Bartlett & West 26 45 10 7.5 88.5 10 James DeOtte Engineering, 30 40 10 7.5 87.5 11 Inc. DEC Engineering Excellence 27.5 40 10 7.5 85 12 Docusign Envelope ID: F5770079-044B-4940-9FB8-B5D9C34F5728 h� � Cu�� �u�, LLC uQ « o� u� ��, 22 5 40 11.5 9 83 13 RLG Consulting Engineers 12.5 45 14.5 9 After evaluation, the panel concluded that Baird Hampton & Brown, Inc.; Kimley Horn and Associates, Inc.; Westwood Professional Services, Inc. dba Peloton Land Solutions, Inc., a Wesfinrood Company; Shield Engineering Group, PLLC; and Simon Engineering & Consulting, Inc are the most qualified engineering firms for the Program. To facilitate the administration of the Small-Scale Infrastructure Program, the attached appropriation ordinance is necessary. The ordinance appropriates the full projected annual amount of up to $14,700,000.00 in the General Capital Projects Fund, subject to receipt of funds, for the purpose of funding the Small-Scale Infrastructure Program programmable project (City Project No. P00151). Having a full year's appropriation authority will support awarding the current design and engineering contracts as well as annual contracts for related construction services, which are currently out for bid. The appropriation is subject to receipt of funds from developers, which will prevent over spending with movement of spending authority to a child project contingent on the actual receipt or availability of funds, ensuring that it is tied to the funds received for each project. The authority granted by the attached ordinance is subject to certain restrictions. Specifically, the total amount of all transfers cannot exceed the annual appropriation for the programmable project, and each transfer is contingent upon the receipt of funds from the developer. Given the mid-year start of the program, it's projected that the actual receipts and appropriations for Fiscal Year 2024 will be in the neighborhood of $7,375,000.00. E:�il 14 Funding for this project was not included in the Fiscal Years 2024-2028 Capital Improvement Program (CIP) because funding for the program had not been determined at the time of its development. The actions in this M&C will amend the Fiscal Years 2024-2028 Capital Improvement Program as approved in connection with Ordinance 26453-09-2023. Fund Name Small-Scale Infrastructure Program - City Project No. P00151 FY 2024 Appropriations �,� �� Budget Change Revised Authority Increase FY2024 Budget This $14,700,000.00 $14,700,000.00 M&C This task order contract will serve current and future capital projects as-needed, and a funds availability verification will be performed by Development Services Contract Compliance Managers prior to task order assignment. FUNDING: The maximum combined annual amount allowed under these engineering and design agreements will be $2,000,000.00; however, the actual amount used will be based on the needs of the department and the available budget. DVIN BE: Small Scale Infrastructure Program received a waiver for the Program as there will not Docusign Envelope ID: F5770079-044B-4940-9FB8-B5D9C34F5728 .�inance, Section 20-368 requirements. �_ � .� ..__�. _..� . �..._.��.._.., .. _--- .._. ...__. _. AGREEMENT TERMS: Upon City Council approval, the agreements shall begin upon execution and expire one year from that date. RENEWAL TERMS: The agreements may be renewed for four additional one-year terms. This action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. Staff intends to go out to bid for the construction contractors in April 2024 and an M&C for the selection of the contractors June 2024. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be deposited into the General Capital Projects Fund as appropriated for the Small-Scale Infrastructure Program programmable project. The Development Services Department (and Financial Management Services) is responsible for the collection and deposit of funds due to the City. Prior to any expense being incurred, the Development Services Department also has the responsibility to validate the availability of funds. Submitted for Citv Manaaer's Office bv: Dana Burghdoff 8018 Oriainatina Business Unit Head: Additional Information Contact: D.J. Harrell 8032 Ty Thompson 2120 Evelyn Roberts 7838 F�RT��RTHo City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: WESTWOOD PROFESSIONAL SERVICES, INC. Subject of the Agreement: FIRST RENEWALAND AMENDMENT OF CITY SECRETARY CONTRACT N0. 61520, A NON-EXCLUSIVE PROFESSIONAL ENGINEERING SERVICES AGREEMENT BETWEEN THE CITY OF FORT WORTH AND WESTWOOD PROFESSIONAL SERVICES, INC M&C Approved by the Council? * Yes ❑✓ No ❑ If �so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑✓ No ❑ CSC# 61520 R1 Al If �so, provide the original contract number and the amendment number. Is the Contract "PermanenY'? *Yes 0 No ❑ If �unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No ❑✓ If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: June 8, 2025 Expiration Date: If different from the approval date. If applicable. Is a 1295 Form required? * Yes ❑ No ❑✓ *If �so, please ensure it is attached to the approving M&C or attached to the contract. Proj ect Number: If applicable. *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes ❑✓ No ❑ Contracts need to be routed for CSO processin� in the followin� order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.