Loading...
HomeMy WebLinkAboutContract 52516-A1 CSC No.52516-A1 AMENDMENT No. 1 TO CITY SECRETARY CONTRACT V'�IffEA REAS, the City of Fort Worth (CITY) and Gupta & Associates, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 52516 (the CONTRACT) which was authorized by M&C C-29135 on June 25, 2019 in the amount of $741,777 . 00; and WHEREAS, the CONTRACT involves engineering services for the following project: Village Creek Water Reclamation Facility Phase II Electrical Improvements; and WHEREAS, it has become necessary to execute Amendment No. 1 to the CONTRACT to include an increased scope of work and revised fee. NOWIME EiFOIE, 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 the proposal attached hereto and incorporated herein. The cost to City for the additional professional services to be performed by Engineer totals $235,325 . 00 . 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 $977, 102 . 00 . OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page -1- 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: ENGINEER City of Fort Worth Gupta Associates, Inc. Dana a"i-i aft Dana Burghdoff(5ep29,202017:36CDT) Dana Burghdoff Puneet Gupta, P.E. Assistant City Manager Vice-President Sep 29,2020 DATE: DATE: September 25,2020 APPROVAL RECOMMENDED: amri6l s�- f4oder Christopher Harder(Sep 28,202008:09CDT) Christopher Harder, P.E. Director, Water Department Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performanceand reporting requirements. - -� 1 09/24/2020 Farida Goderya, P.E. M&C: 20--0699 Senior Project Manager Date: September 22, 2020 1295 #: 2020-654371 APPROVED AS TO FORM AND LEGALITY: DBlack(Sep 29,202017:34 CDTI Douglas W. Black Senior Assistant City Attorney 444ppn nQ QO�FORT000 v g9dd ATTEST: ~° Pvoo =d �0��D`1GI iy C70`lZv/IL2J °°Q* . � 'for Ro na Id P.G onza les(Se p 30,2020 08:42 C DT) aa�n@Xp5o4o Mary J. Kayser OFFICIAL RECORD City Secretary CITY SECRETARY Page -2- FT. WORTH, TX GAGupta&Associates, Inc 13717 Neutron Road CONSULTING ENGINEERING Dallas,Texas 75244 TBPE#F-2593 972-490-7661 August 06, 2020 Fort Worth Water Department 200 Texas St. Fort Worth,TX 76102 Attn: Ms. Farida Goderya, P.E. Re: Village Creek Water Reclamation Facility Phase II Electrical Improvements Amendment 1:Construction Phase Scope Thank you for the opportunity to continue to work on the Phase II Electrical Improvements. FWWD has requested GAI to provide construction phase engineering services for the project. The original contract was approved by Council on 6/25/2019. GAI has provided a detailed scope of services for the additional construction phase servcies in Attachment A dated 08/03/2020. The following is a summary of the fees: Current Contract Amount: $741,777.00 Additional Services Request: $235,325.00 Total Fee: $977,102.00 Sincerely, Puneet Gupta, P.E. Gupta and Associates, Inc. ATTACHMENT A-AMENDMENT#2 CONSTRUCTION PHASE SERVICES FOR VCWRF PHASE II ELECTRICAL IMPROVEMENTS CITY PROJECT NO.:02648-II ATTACHMENT A - AMENDMENT #2 CONSTRUCTION PHASE SERVICES FOR VILLAGE CREEK WATER RECLAMATION FACILITY PHASE II ELECTRICAL IMPROVEMENTS PROJECT CITY PROJECT NO.: 02648-II 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 PHASE II ELECTRICAL IMPROVEMENTS Attachment A-Amendment#2 08/03/2020 Page 1 of 3 ATTACHMENT A DESIGN SERVICES FOR VCWRF PHASE II ELECTRICAL IMPROVEMENTS CITY PROJECT NO.:02648•II 1. Monthly invoices 2. Monthly progress reports 3. MMBE 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 21 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: 6) 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. The ENGINEER shall attend the "Final" project walk through and assist with preparation of final punch list. 4. 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 ii. Red-Line Markups from Contractor iii. Red-Line Markups from City Inspector City of Fort Worth,Texas Attachment A—Amendment#2 08/03/2020 Page 2 of 3 ATTACHMENT A DESIGN SERVICES FOR VCWRF PHASE II ELECTRICAL IMPROVEMENTS CITY PROJECT NO.:02648•II 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 06/03/2020 Page 3 of 3 '2/2\.9a222\ \ © §m2§2322�� � /" j � 7 ®-® -----®------ & - G . � . . . . . . . . . . . . . _ . , . . . .;¥ . . . . . 1 , . . ( . . . . . .; , ��; . . . . . . 2 '§;■#!!E;! " - `! ;§ . N. R§ . . . . . . . . . . . . . . } N " � | ui t! �s |!t ~� }§)(J ` ;m |`) )§\!k55})}); \fa( L. ©�/2) !aAlM.52e a§§ i) 3}c! N City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, September 22, 2020 REFERENCE NO.: **M&C 20-0699 LOG NAME: 60VCWRF PH ELECTRICAL—GUPTA AND WINSTONELEC SUBJECT: (CD 5) Authorize Execution of Amendment No. 1 in the Amount of$235,325.00 to an Engineering Agreement with Gupta and Associates, Inc. for Village Creek Water Reclamation Facility Phase II Electrical Improvements, Authorize Execution of a Contract with Winston Electric Inc. dba ACME Electric in the Amount of$8,647,846.00 for Village Creek Water Reclamation Facility Phase II Electrical Improvements, Provide for Project Costs for a Project Total Amount of$9,780,894.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of Amendment No. 1 to City Secretary Contract No. 52516, an engineering agreement with Gupta and Associates, Inc., in the amount of$235,325.00 for construction support services for the Village Creek Water Reclamation Facility Phase II Electrical Improvements project for a revised contract amount of$977,102.00; 2. Authorize execution of a contract with Winston Electric Inc. dba ACME Electric in the amount of $8,647,846.00 for the Village Creek Reclamation Facility Phase II Electrical Improvements; 3. Adopt the attached Resolution expressing official intent to reimburse expenditures with proceeds from future debt for the Village Creek Reclamation Facility Phase II Electrical Improvements; and 4. Adopt the attached Appropriation Ordinance adjusting appropriations in the Water and Sewer Commercial Paper fund by increasing appropriations in the amount of$9,545,569.00 for the Village Creek Reclamation Facility Phase II Electrical Improvements project (City Project No. CO2648) and decreasing appropriations in the Unspecified Project (City Project No. UNSPEC) by the same amount. DISCUSSION: The City of Fort Worth owns and operates the Village Creek Water Reclamation Facility (VCWRF), a 166 million gallons per day (MGD) plant, comprised of primary, secondary and tertiary treatment, anaerobic digestion, chlorine disinfection and de-chlorination. The VCWRF was originally constructed in the 1950's as a 5 million gallon per day (MGD) plant and expanded in incremental steps over time to its present rating of 166 MGD. Electrical equipment and components have been installed over many years as the plant has expanded, with some equipment close to 40 years in age. On June 25, 2019 (M&C C-29185), the City Council authorized an engineering agreement with Gupta and Associates, Inc. (City Secretary Contract No. 52516), in the amount of$741,777.00, for the design of Phase II Electrical Improvements at VCWRF. As part of Amendment No. 1, the engineer will perform basic construction support services including shop drawings and submittals reviews, change order review, record drawings and update plant operational preparation. Construction of the project was advertised for bid on June 18 and 25, 2020 in the Fort Worth Star Telegram. On July 30, 2020 the following bids were received: Bidder Base Bid + Alternates Contract Time Al and A2 Clark Electric, Inc.* $6,448,267.00 11 Winston Electric Inc. dba $864784600 655 Calendar ACME Electric** , , . Days Facility Solutions Group, $9,200,600.00 Inc. *Clark Electric, Inc. was determined to be non-responsive to the contract documents due to failure to comply with the contract specifications. **Staff recommends award of contract to Winston Electric, Inc. dba ACME Electric. In addition to the contract cost, $446,202.00 is required for project management and inspection and $216,196.00 is provided for project contingency. This project will have no impact on the Water Department operating budget when complete. Funding for VCWRF Phase II Electrical Improvements is depicted below: Fund Existing Additional Project Total* Appropriations Appropriations Water & Sewer Bonds 2016 - $612,800.00 $0.00 $612,800.00 Fund 56005 W&S Capital Project 2018 - $11,475,000.00 $0.00 $11,475,000.00 Fund 56014 WS Capital Project 2019 - $941,777.00 $0.00 $941,777.00 Fund 56016 W&S Commercial Paper - Fund $0.00 $9,545,569.00 $9,545,569.00 56019 Project Total $13,029,577.00 $9,545,569.00 $22,575,146.00 *Numbers rounded for presentation purposes. This project is anticipated to be included in a future revenue bond issue for the Water & Sewer fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) 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& Sewer fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately 2.3 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 approved the Water Department's Fiscal Year 2020-2024 Five-Year Capital Improvement Plan on September 17, 2019. This City Council approved 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. M/WBE OFFICE: Winston Electric Inc. dba ACME Electrical Contractors is in compliance with the City's BIDE Ordinance by committing to five percent MBE participation on this project. The City's MBE goal on this project is five percent. M/WBE OFFICE: Gupta &Associates, Inc. is in compliance with the City's BIDE Ordinance by committing to 21 percent SBE participation on this amendment. The City's SBE goal on this Amendment No. 1 is 20 percent. Additionally, Gupta &Associates, Inc. is a certified M/WBE firm. The project is located in COUNCIL DISTRICT 5 and serves all COUNCIL DISTRICTS. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Commercial Paper fund for the VCWRF Phase II Electrical Improvements project. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department Accoun Project Program ctivity Budget Reference# moun ID ID Year (Chartfield 2) FROM Fund Department ccount Project ProgramActivity Budget Reference # IAmoun ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Farida Goderya (8214) ATTACHMENTS 1. 60VCWRF PII ELECTRICAL GUPTA AND WINSTONELEC 56019 A020(R4).docx (Public) 2. 60VCWRF PII ELECTRICAL—GUPTA AND WINSTONELEC funds avail.docx (CFW Internal) 3. 60VCWRF PIIELECTRICAL - GUPTAANDWINSTONELEC FID Table (NN 08.11.20).xlsx (CFW Internal) 4. 60VCWRF PIIELECTRICAL -GUPTAANDWINSTONELEC Reimb Resolution (NN 08.25.20).docx (Public) 5. Compliance Memo for ACME.pdf (CFW Internal) 6. Compliance Memo for Gupta.pdf (CFW Internal) 7. Form 1295 Gupta.pdf (CFW Internal) 8. Form 1295 Acme.pdf (CFW Internal) 9. Gupta SAM.pdf (CFW Internal) 10. M & C Map -60VCWRF PII ELECTRICAL GUPTA AND WINSTON ELEC.pdf (Public) 11. Winston SAM.pdf (CFW Internal) 8 - uj L. s . F g x I, /0/ / � LA § ]§ § - \ © ` ` �l k \ j = %ZA e LH \k{ z 2= ; \${ \ 0 - \}tf � , \\0 cc /\w e /82 §*\ » {\{ / & §$\ � - . `* L m d{{ f \ Cu \ �u/ o § � ))\ S E c \ c.. \) ] : { f ! - �/ ; d ° - /k] 2 ^ ] \ , {¥® ,- . j Et- 01 oc - e / u \ o\ �� ) ]» , o \!S 617, 46 « e{ ,z » � ®0- fj ) io w { \ r ` E ° e % iz 0 r : %