Loading...
HomeMy WebLinkAboutContract 37547-A4 (3)AMENDMENT IN 4 STATE OF TEXAS § CITY SECRETARY CONTRACT NO. �1. j _ LA M&C 76 COUNTY OF TARRANT § WHEREAS, the City of Fort Worth (City) and Alan Plummer Associates, Inc. (Engineer) made and entered into City Secretary Contract No. 37547 (the Contract) which was authorized by the City Council by M&C C-22998 on the 26th day of August, 2008; and WHEREAS, the Contract involves engineering services for the following project: Village Creek Reclaimed Water Deliver�System Design WHEREAS, it has become necessary to execute Amendment No. 4 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 M&C C-22998, adopted on the 26th day of August, 2008, and further amplified in a proposal letter dated October 19, 2010, a copy of which is attached hereto and incorporated herein. The cost to City for the additional services to be performed by Engineer total $91,940.00. 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 $3,008,899.00. 3. All other provisions of the contract, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX OFFICIAL RECORD CITY SECRETARY EXECUTED on this the Worth, Tarrant County, Texas. ATTEST: City Secretary Contract. Authorization Date APROVED AS TO FORM AND LEGALITY Assistant City Attorney OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX -, - -I I I j- day of �uru�r , 201j, in Fort CITY OF FORT WORTH Fernando Costa Assistant City Manager APPROVED S. Frank Crumb, P.E. Director, Water Department ALAN PLUMMER ASSOCIATES, INC. Engineer By: President OFFICIAL RECORD CITY SECRETARY FTT, WORTH, TX CONTRACT AMENDMENT NO.4 CITY OF FORT WORTH VILLAGE CREEK RECLAIMED WATER DELIVERY PROJECT BIDDING AND CONSTRUCTION SERVICES SCOPE OF SERVICES October 19, 2010 The following is a clarification of the tasks that the ENGINEER will provide for bid and construction phase services and Reclaimed Water Program Operations Assistance. The UV system design was originally intended to be constructed in part by a change order to an existing contractor on -site, in part by a pre -purchase equipment bid, and in part by plant electrical contracts. The procurement concept is now changed to be combined into one advertised and bid project. This change will require additional detailed work on the contract documents and review work during construction administration and construction management. Upon receipt of Notice to Proceed to the Contractor, the ENGINEER will perform the following tasks: A. SCOPE AND FEE SUMMARY FOR LTV SYSTEM BID PACKAGE CHANGES 1. Provide additional mechanical drawings and details necessary for bidding the pipeline, valves, meters, and pump station portion of the UV system. 2. Provide Division 11, 15 and 17 specifications necessary for bidding the pipeline, valves, meters, and pump station portion of the UV system. 3. Changes to pre -purchase drawings to incorporate them into the overall Bid Set. B. ADDITIONAL ADVERTISEMENT PHASE SERVICES 1. Provide bid phase services related to the pipeline, pumps and valves. C. ADDITIONAL CONSTRUCTION ADMINISTRATION FOR UV SYSTEM PROJECT l . Review submittals and RFIs related to the pipeline, valves and meters. D. ADDITIONAL CONSTRUCTION ADMINISTRATION FOR PIPELINE CONTRACTS PART I AND IV, II AND III 1. Additional Construction Administration and Construction Management for Pipeline Contracts, Parts I and IV, II and III, specifically, additional shop drawings, additional involvement in PCMs, Change Orders, and Response to questions and administration. E. ADDITIONAL PUMP STATION AND UV SYSTEM CONSTRUCTION MANAGEMENT SERVICES Additional construction management services and inspection site visits in accordance with the following revised scope and billing procedures. This fee is based on completion of the UV project OFFICIAL RECORD CITY SECRETARY ontract Amendment�Amendment_4_Scope.doc Al -1 The scope of services and billing procedures for the Construction Management Services for the Pump Station and UV System are amended as follows. 1. Delete the Construction Management Services for the Pump Station in Amendment 1. 2. Delete the Construction Management Services in Amendment 3 3. Add the following Construction Management Services for the Pump Station and UV System. CONSTRUCTION MANAGEMENT SERVICES 1. The ENGINEER will provide project. management activities based on the construction of the project being performed as part of the following construction contracts. a. Reclaimed Water Pump Station and b. Reclaimed Water UV System 2. Project management activities for each construction contract will consist of the following: a. Monthly Invoices b. Quality Assurance/Quality Control c. Review Contractor Pay Requests d. Shop Drawing: Verify submittal w/field installation and maintain log e. Monthly Progress Report f. RFIs — Review and transmit and maintain log g. Change Orders — Review for substance and maintain log h. Construction Kick -Off Meeting/Mobilization Coordination i. Construction Coordination Meetings 3. The Construction Manager assigned by the ENGINEER will request necessary interpretations and clarifications of Contract Documents in form of RFIs. The Construction Manager will: a. Review change order requests and requests necessary clarifications to evaluate and determine the reasonability of cost. b. Transmit RFIs. c. Maintain RFI and Change Order logs. d. Make recommendations to the CITY as to acceptability of the work. 4. Construction Inspection will consist of activities related to the observation of construction progress. Inspection activities will be performed by the ENGINEER to assist the CITY in determining that construction is processing in accordance with the Contract Documents. Construction observation will be on a part-time basis involving a pre -determined maximum number of site trips, with observations according during specific construction phases or after specific portions of the work are compete. 5. Regular site visits will be performed for the following: a. Monitor progress of the work, b. Observe testing and startup procedures, c. Perform Davis -Bacon interviews, d. Inspection of Site Work E-- vection of Foundations and Structures OFFICIAL RECORD CITY SECRETARY F:flne k" 0wiec Amendment�Amendment_4_S c ope. doc £ Inspection of Mechanical, Electrical and Plumbing g. Inspection of Demolition h. Project Startup Inspection of the underground pipeline downstream of the reclaimed water pump station is excluded from these services. A maximum number of 161 site visits are included in this contract. A monthly summary of the number of site visits will be included with each invoice. Each site visit is considered 4 hours. If a site visit requires more than 5 hours, two site visits will be charged for that day. Site visits will be performed in accordance with the Contractors schedule or at the City's request. 6. Construction management services will be invoiced on a monthly based on the following table. Number of months and trips will be shown on invoice. Services Unit Cost Units Quantity Total Tasks 2 and 3 for the Reclaimed Water Pump Station $6,195 MO 12 $745340 Tasks 2 and 3 for the Reclaimed Water LTV System $5,985 MO 7 $413895 Task 4 and 5 Site Visits $509.25 Trips 161 $815989025 Adnunistration of Tasks $298,23 MO 12 $35578075 Total for Tasks 2, 3, 4, 5 $201,803 Following is the calculation for detei7iuning the additional fees required in Ammendment 4 for the Constriction Management Services. Total Fee Less Amendment 1 Less Amendment 3 Amendment 4 (Part E) $201,803 <$112,130> <$ 44,709> F. RECLAIMED WATER PROGRAM OPERATIONS ASSISTANCE 1. Prepare for and facilitate up to four meetings with City of Fort Worth staff to assist the City in defining tasks and responsibilities within the reclaimed water program in preparation for startup of the system. Prepare minutes of each meeting. 2. Prepare a summary document that lays out the organizational structure of the reclaimed water program and defines staff responsibilities for operation and maintenance of the system. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX F:\projects\0318\042-01\ProjectMgmt\ContractAmendment\P.mendment 4_Scope.doc FEE SUMMARY Desen' tion APAI Job No. Amount Type A. UV System Bid Changes 0318-042-30 $121625 Lump Sum B. Advertisement Changes 0318-042-31 $35000 Time and Materials C. Construction Admin for UV System 0318-042-32 $51000 Time and Materials D. Pipeline Construction Administration 0318-042-33 $13,176 Time and Materials E. UV System Construction Management 0318-042-34 $44,964 Lump Sum per Unit Month F. Reclaimed Program Operation Assistance 0318-042-35 $13,175 Time and Materials TOTAL $91,940 OFFICIAL RECORD CITY SECRETARY ET. WORTH, TX F:\projects\0318\042-01\ProjectMgmt\Contract Amendment\Amendment_4_Scope.doc Al-4 EXHIBIT B ALAN PLUMMER ASSOCIATES, INC. HOURLY FEE SCHEDULE 2010 Staff Description Admin Staff Senior Admin Staff Designer/Technician Senior Designer/Technician Engineer-in-Training/Scientist-in-Training Project Engineer/Scientist Senior Project Engineer/Scientist Project Manager Senior Project Manager Principal Staff Cocle Range of Billing Rates Al-A3 $ 50.00 - $ 70.00 A4 $ 65.00 - $ 95.00 C 1-C2 $ 50.00 - $ 90.00 C3-C4 $ 85.00 - $ 120.00 ESO-ES3 $ 80.00 - $110000 ES4 $ 100.00 - $125.00 ES5 $115000 - $150600 ES6 $125.00 - $175400 ES7 $165.00 - $225.00 ES8-ES9 $180.00 - $265000 Billing rates are based on "salary cost" times a multiplier of 2.3. Salary cost is based on direct payroll costs times 1.43. Salary cost includes direct payroll costs, payroll taxes, vacation, holiday, sick leave, employee insurance, and other fringe. Range of billing rates shown may be adjusted by up to 4 percent annually (at the beginning of each calendar year) during the term of this agreement. The multipliers shown will not be adjusted. A multiplier of 1.05 will be applied to all direct expenses. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX October 29, 2010 CITY OF FORT WORTH VILLAGE CREEK RECLAIMED WATER DELIVERY SYSTEM CONTRACT AMENDMENT MWBE BREAKDOWN COST SUMMARY Consulting Firm Scope of Services Fee Percent M/WBE Subconsultants Chiang Patel & Yerby, Inc. Prime Consultant Total OFFICIAL RECORD CITY SECRETARY ET. WORTH, TX Design, Bid &Construction Administration $59,609 65% 32,331 35% $913940 100% f:\projects\0318\042-01\projectmgmt\contracts\contract amendment mwbe breakdown oct 29 2010.doc Page 1 of 2 COUNCIL ACTION: Approved on 1/4/2011 �, _..W.�- ,.,�.,n,:.�� x,;,,..>�;^x:,^s_v,,..uam��..�;�:.w.,.�a-��,,:..,�.�Q,.aee�„_..,._ ..z:._�,..,r �;v�..�.,aa�,n�.,t,�u.Mrsr,.., �„ .�:u� �.,M .�.�...u, �, �_._.,.� ..�;:,,�-;.a..,,... ,,, •: DATE: Tuesday, January 04, 2011 REFERENCE NO.: **C-24676 LOG NAME: 60VC RECLAIM AMEND4 - ADDITIONAL ENG SERVICES SUBJECT: Authorize Amendment No. 4 in the Amount of $91,940.00 to City Secretary Contract No. 37547 with Alan Plummer Associates, Inc., for the Design of the Village Creek Reclaimed Water Delivery System (COUNCIL DISTRICT 5) 1:7XiTi7Pl�il��l7_r�[i7tta It is recommended that the City Council authorize the City Manager to execute Amendment No. 4 in the amount of $91,940.00 to City Secretary Contract No. 37547 with Alan Plummer Associates, Inc., for the design of the Village Creek Reclaimed Water Delivery System thereby increasing the Contract cost to $3,008,899.00. DISCUSSION: On August 26, 2008, (M&C C-22998) the City Council authorized the execution of an Engineering Agreement in the amount of $1,805,486.00 with Alan Plummer Associates, Inc., for the design of the Village Creek Reclaimed V'Vater Delivery System consisting of a reclaimed water pump station at the Village Creek Wastewater Treatment Plant (VCWWTP) and a reclaimed water main from the VCWWTP site to the DFW Airport and a connecting reclaimed water main to the City of Arlington. Also included was assistance in easement preparation and acquisition and preparation of a reclaimed water rate analysis to establish reclaimed water rates, assist in development of a Reclaimed Water Contract and assist in permitting and regulatory compliance. Amendment No.1, (M&C C-24046) approved on January 26, 2010 in the amount of $570,000.00, included redesign work for required realignments, an addition of a surge tank at the pump station, assistance in the Texas Water Development Board (TWDB) Drinking Water State Revolving Fund -American Reinvestment and Recovery Act (DWSRF/ARRA) of 2009 application process, and construction phase services including technical support for all four construction projects (Reclaim Pump Station, Water Distribution Main Parts 1 and 4, Part 2 and Part 3) and construction administration with part-time resident inspection for the pump station project. Amendment No. 2, (M&C C-24218) approved on May 11, 2010 in the amount of $188,873.00, includes additional submittal review for all four construction projects, and a full time field administrative technician to provide support for preparation and maintaining of TWDB DWSRF/ARRA documentation and certification (needed for the Davis -Bacon Act and the Buy American requirements of ARRA). Amendment No. 3, (M&C C-24365) approved on July 27, 2010, in the amount of $352,600.00, includes the design modification of the in -plant water system pump station, an addition of above ground in -channel type ultraviolet (UV) disinfection .system, piping from the modified pump station to the ultraviolet disinfection system, piping from the UV system to the reclaimed water pump station, modification of the reclaimed water pump station and a high turbidity water diversion pipeline. This Amendment No. 4 wily cover the additional design engineering and construction administration and management services related to all five contracts, which includes three pipelines, one pump station, and one new water quality Improvements (UV system) contracts. Specifically, it includes the services related to the scope/fee changes for UV system bid package, additional bid phase with construction http://apps.cfwnet.org/ecouncil/printmc.asp?id=14483&print=true&DocType=Print 1/5/2011 Page 2 of 2 administration and management services related to UV system contract; additional construction administration for pipeline contracts (Part I and IV, II and III) and Reclaimed water program operation assistance. Alan Plummer Associates, Inc., agrees to maintain its initial M/WBE commitment of 38 percent that it made on the original agreement and extend and maintain that same M/WBE commitment of 38 percent to all prior amendments up to and inclusive of this Amendment. No. 4. Therefore, Alan Plummer Associates, Inc., remains in compliance with the City's M/WBE Ordinance and attests to its commitment by its signature on the Acceptance of Previous M/WBE Commitment form executed by an authorized representative of its company. This project serves the eastern and northern parts of the City and is located in COUNCIL DISTRICT 5. FISCAL INFORMATION /CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Sewer Capital Project Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers P275 531200 701300021330 $91,940.00 CERTIFICATIONS: Submitted for City Manager's Office bv: Fernando Costa (6122) Originating Department Head: S. Frank Crumb (8207) Additional Information Contact: Farida Goderya (8214) •! `- s �• � http://apps. cfwnet. org/ecouncil/printmc. asp?id=14483 &print=true&DocType=Print 1 /5/2011