Loading...
HomeMy WebLinkAboutContract 47875-A2 (3) CITY SECRETARY 4787,542 AMENDMENT No.2 CONTRACT NO. TO CITY SECRETARY CONTRACT No- 4-TR-75' nTHEREX .S, the City of Fort Worth (CITY) and Gupta & Associates, Inc. , INFER) made and entered into City Secretary Contract No. IrT 47f", (the CONTRACT) which was authorized by M&C C-27720 on the 17 day of May, 2016 in the amount of $ 517, 782; and WHEREAS, the CONTRACT was subsequently revised by: Amendment Number 1 in the amount of $82, 943 which was administratively authorized on 02/08/2017: and WHEREAS, the CONTRACT involves engineering services for the following project: N Village Creek Water Reclamation Facility Miscellaneous Switchgear N Replacement Project; and oC 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 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 a proposal dated 10/20/2017, 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 $165, 744 . 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 $766, 469. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. City of Fort Worth Professional Services Agreement Amendment Template OFFICIAL RECORD CFW Official Release 9/19/2017 Page 1 of 3 61TY SECRETARY FT.WORTH,TX EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth ENGINEER Gupta & Associates, Inc. Jesus J Chapa Puneet Gupta, PE Assistant City Manager Vice President DATE: p� ���� DATE: 7- APPROVAL APPROVAL RECOMMENDED: Kenn th Morgan Dire tor, Water Depa t ent 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 . Farida Goderya, PE Senior Project Manager APPROVED AS TO FORM AND LEGALITY: M&C: 2 c6 S 3) IQ Date: I b 9 1 1�l Douglas W. Black Assistant City Attorney ATTEST. OF FRT Mary J. K er City Secre ryAS City of Fort Worth OFFICIAL RECORD Professional Services Agreement Amendment Template CFW Official Release 9/19/2017 CITY SEC RETARY Page 2 of 3 FT.ilYOR'fiH,TX ATTACHMENT A-AMENDMENT#2 CONSTRUCTION PHASE SERVICES FOR VCWRF MISCELLANEOUS SWITCHGEAR REPLACEMENT PROJECT CITY PROJECT NO.:02648 ATTACHMENT A - AMENDMENT #2 CONSTRUCTION PHASE SERVICES FOR VILLAGE CREEK WATER RECLAMATION FACILITY MISCELLANEOUS SWITCHGEAR REPLACEMENT PROJECT CITY PROJECT NO.: 02648 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. WORK TO BE PERFORMED Task 1, Project Management/Administration Task 2. Construction Phase TASK 1. PROJECT MANAGEMENT/ADMINISTRATION ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER shall manage change, • communicate effectively, • coordinate internally and externally as needed, and • proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1 Managing the Team a. Lead, manage and direct design team activities b. Ensure quality control is practiced in performance of the work c. Communicate internally among team members d. Task and allocate team resources 2. Communications and Reporting a. Prepare invoices and submit monthly in the format requested by the CITY. b. Complete M/WBE Report Form and Final Summary Payment Report Form at the end of the project c. Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. Assumptions 1. MWBE reports will be prepared Deliverables VCWRF MISCELLANEOUS SWITCHGEAR REPLACEMENT PROJECT Attachment A-Amendment#2 10/20/2017 Page 1 of 3 ATTACHMENT A DESIGN:'SER-CES FOR VCWRF MISCELLANEOUS SWITCHGEAR REPLACEMENT PROJECT CITY PROJECT NO.:02848 1. Monthly invoices 2. Monthly progress reports 3. M/WBE Report Form and Final Summary Payment Report Form TASK 2. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 1. Construction Support a. The ENGINEER shall attend the preconstruction conference. b. The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. Anticipate attendance for up to 18 half day total monthly construction progress meetings or site visits to the construction site to observe progress of the work or consult with the Owner and the Contractor concerning problems and progress of the work. c. Construction Shop drawing review, samples and other submittals submitted by the contractor. d. As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. e. Review and respond to the following: i. Request for Information (Assumed Quantity: 30) ii. Shop drawing and O&M submittals (Assumed Quantity: 100— including resubmittals) iii. Proposed contract modifications or design changes (Assumed Quantity: 5) 2. GAI will participate in field startup and commissioning during the construction phase. Participation in the field startup is assumed for up to two people for up to three (4) half day sites visits, 4-hours a day. 3. GAI will participate in factory witness testing of the S&C Pad Mounted Switches at the Manufacturer's facility. Participation in the Factory Witness Test for up to two persons for three 8-hour days at the Manufacturer's facility. 4. The ENGINEER shall attend the"Final" project walk through and assist with preparation of final punch list. 5. Record Drawings a. The ENGINEER shall prepare Record Drawings from information provided by the CITY/Contractor depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: i. As-Built Survey City of Fort Worth,Texas Attachment A—Amendment#2 10/20/2017 Page 2 of 3 ATTACHMENT A DESIGN SERXES FOR VCWRF MISCELLANEOUS SWITCHGEAR REPLACEMENT PROJECT CITY PROJECT NO.:02648 ii. Red-Line Markups from Contractor iii. Red-Line Markups from City Inspector iv. Copies of Approved Change Orders v. Approved Substitutions b. The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. c. The following disclaimer shall be included with the Record Drawing stamp: i. These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. d. The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings for record storage. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red-lined drawings shall be returned to the CITY. I. Record Drawings shall also be submitted in both Adobe Acrobat PDF format(version 6.0 or higher)format and DWG format. ii. Both PDF and DWG files shall be uploaded to the project's Record Drawings folder in Buzzsaw. ASSUMPTIONS 1. Only digital PDF and DWG files will be delivered to the CITY. DELIVERABLES 1 Response to Contractor's Request for Information 2. Review of Change Orders 3. Review of Shop Drawings 4. Review of O&M Manuals 5. Final Punch List items 6. Record Drawings City of Fort Worth,Texas Attachment A—Amendment#2 10/20/2017 Page 3 of 3 City of Fort Worihl Village Creek WRF Pdnolpel Prnfeol Menyer E Iner-senor._...Engineer Out peer oeaaner sensor wepner rAn Tas•srn er CAD Txn Aamin 5lartnp _20TAL i160 Bab:111) Fe0.: Mb:1125 M0.:iet Reh:Spb Rab:fE3 Rab:f4B Su6mkal UU-ia Q/Associates inn. --- ASK SUMMARY-BASIC SERVICES 1.0 Proxl ManagementlAdminislrolim _ 0 18 18 0 0 0 0 0 0 18 54 $ 6946 $139 $0 10 )08) Pre'ec[Mana emenOAtlmmis _ 18 S 3186 E64 $0 So$ 3250 ce PrOcessin 36 E 1162 EIS EO 3837 3 $0 EO 2.0 C 0 0 540 ]68.05 106219 §2106 §18889 §2 M1 188 8) ns Conformed DI—g. 139.6 $ 3010 $60 $2302 5$ 5487 6110 Drawin and 0-Review 610 40 180 $606 $5 998 4)81 RFI Review 156 15184 310 11595 2)969 _ ConOect Chen eProcesain 80 )040 157 $1199 11355 Addifi—I SBe Visas 96 $ 12000 $240 $35)0 15989 Final Acca—Walk-Th—tt and Pun W 16.06 $ 2 OOfi $40 $1,02 19si$ 311] _ R—d DnW ]4.25 $ 5643 $113 $103) az$ 9785 Mon Pr0'ect Pro real Mee$n COnstruc8an 100 $ 11,556 231 9168 S 21.413 FeclO Acce b ce Teatin $ ]500 15D $- o$ ]650 JO-ConaWc[ien Services 5 $0 $8200 Sc$ 8610 dd9 $OOAd 0 11$A6 0 Is 10969 11 tp e,-a25, ,� � CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 0f 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-280494 Gupta&Associates Inc Dallas,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 11/06/2017 being filed. City of Fort Worth Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. CO2648 VCWRF Miscellaneous Switchgear Improvements,Amendment No.2 for Construction Services Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Gupta,Verinder Dallas,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. EeC,Omm. ERIC K. EGGINS NoE PublicSTATE 6F TEXAS �l o Exp.Aug.24,2019 Signature of aut o contracting business entity AFFIX NOTARY STAMP!SEAL ABOVE Sworn to and subscribed before me,by the said C, w lir. this the S day of 201!;'_,to certify which,witness my hand and seal of office. Signature officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 1/9/2018 - Ordinance No. 23062-01-2018 & Resolution No. 4892-01-2018 DATE: Tuesday, January 9, 2018 REFERENCE NO.: **C-28531 LOG NAME: 60VCWRF PH1 PRIMARY AREA SWITCHGEAR - GUPTA AMENDMENT NO2 SUBJECT: Authorize Execution of Amendment No. 2 to the City Secretary Contract No. 47875, an Engineering Agreement with Gupta and Associates, Inc., in the Amount of$195,000.00 for Engineering Services During Construction for the Improvements of the Primary Area Miscellaneous Switchgear at the Village Creek Water Reclamation Facility, Increasing the Total Contract Cost to $795,725.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinance (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds of future debt for the Improvements of Primary Area Miscellaneous Switchgear at Village Creek Water Reclamation Facility; 2. Adopt the attached appropriation ordinance increasing estimated appropriations in the Water/Sewer CP Fund in the amount of$275,000.00 and reducing the overall CP authority; and 3. Authorize execution of Amendment No. 2 to City Secretary Contract No 47875, an Engineering Agreement with Gupta and Associates, Inc., in the amount of$195,000.00, for Engineering Services during Construction for the Improvements of Primary Area Miscellaneous Switchgear at the Village Creek Water Reclamation Facility; DISCUSSION: On May 17, 2016, (M&C C-27720) the City Council awarded the execution of an Engineering Agreement with Gupta and Associates, Inc., in the amount of$517,782.00 (City Secretary Contract No. 47875), for the Design of the Replacement, Removal and/or Modification of the Primary Area Switchgear at the Village Creek Water Reclamation Facility (VCWRF). Subsequently, an administrative Amendment No. 1 (City Secretary Contract No. 47875-A1) was executed, for the amount of$82,943.00. This Amendment No. 2 will provide for the engineering services during construction. These services will include project administration and coordination; maintenance of electronic filing systems; pre-construction conference; monthly progress meetings and site visits; coordination with City, contractor and Inspector as necessary; review of shop drawings, pay estimates, record data, operational and maintenance manuals and other submittals; project closeout and completion activities; and preparation of Record Drawings from Redlines markups. Gupta and Associates, Inc., are proposing to provide the necessary services for a fee in the amount of Logname: 60VCWRF PHI PRIMARY AREA SWITCHGEAR - GUPTA AMENDMENT NO2 Page 1 of 3 $195,000.00. The Staff considers this fee to be fair and reasonable for the additional scope of services as proposed. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Commercial Paper (CP) program will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one-percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short-term financing source, another funding source will be required, which could mean issuance of securities under the CP program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. The City Council adopted the Water Department's Fiscal Year 2017-2021 Five-Year Capital Improvement Plan on January 24, 2017 (M&C G-18927). This City Council adopted plan includes this specific project, with funding identified through the CP program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statements, Staff anticipates presenting revenue- supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through other budgetary methods. Adoption of this Resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. These engineering services are anticipated to commence in January 2018, with a contract time of 24 months, it is estimated to be completed by December 2019. M/WBE OFFICE: Gupta and Associates is in compliance with the City's BDE Ordinance by committing to 25 percent SBE participation on this Amendment No. 2. The City's goal on this Amendment is 18 percent. Additionally, Gupta and Associates is a certified M/WBE firm. In addition to the contract amount, $50,000.00 is required for project contingency allowance and $30,000.00 is required for project management and associated Staff time for the Water Department. This project serves the entire City and is located in COUNCIL DISTRICT 5. 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 available in the Water/Sewer CP Fund for the Improvements of Primary Area Miscellaneous Switchgear at Village Creek Water Reclamation Facility Project. . The Water and Sewer CP Fund includes authority of$150,000,000.00 for the purpose of providing interim funding for Water and Sewer Capital Projects. After this transfer, the balance will be $76,025,529.00. Logname: 60VCWRF PHI PRIMARY AREA SWITCHGEAR - GUPTA AMENDMENT NO2 Page 2 of 3 Funding for this project is depicted in the table below. Fund Existing Additional Project Appropriations Appropriations Total* 2016 Water �� F and Sewer $612,800.00 $0 $612,800.00 Bond Fund 56005 Water and Y Sewer CP $0 $275,000.00 $275,000.00 Fund 56014 Project Total F $612,800.00 F $275,000.00 1$887,800.00 * Numbers rounded for presentation purposes. FUND IDENTIFIERS (FIDs): TO Fund Department Account Project ProgramActivity Budget Reference # Amount ID I ID I Year (Chartfield 2 FROM Fund Departmentccoun Project Program ctivity Budget Reference # Amount ID ID Year Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Kara Shuror (8819) Additional Information Contact: Farida Goderya (8214) Logname: 60VCWRF PHI PRIMARY AREA SWITCHGEAR - GUPTA AMENDMENT NO2 Page 3 of 3