Loading...
HomeMy WebLinkAboutContract 52581-A2 CSC No.52581-A2 AMENDMENT No. 2 TO CITY SECRETARY CONTRACT WHEREAS, the City of Fort Worth (CITY) and JQ Infrastructure, LLC, (ENGINEER) made and entered into City Secretary Contract No. 52581 , (the CONTRACT) which was authorized by M&C C-29154 on the 18th day of June, 2019 in the amount of $175, 976 . 00; and WHEREAS , the CONTRACT was subsequently revised by Amendment No. 1 in the amount of $193, 699 . 00 which was authorized by M&C 20- 0544 on August 11 , 2020; and WHEREAS, the CONTRACT involves engineering services for the following project: Rolling Hills Water Treatment Plant Flow Meter Replacement; and 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 letter attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $149,509 . 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 $519, 184 . 00 . 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL RECORD Page CITY SECRETARY -1- FT. WORTH, TX EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth ENGINEER JQ Infrastructure, LLC bay Dana Bur�d T 2, 1:38 CSC " lt'�f(" Dana Burghdoff Murali Kariyarveedu Assistant City Manager President Feb 25,2021 02/12/2021 DATE: DATE: APPROVAL RECOMMENDED: a %pl4 aL16L 11w- o,- Christopher H rder(Feb 25,202109:41 CST) Chris 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 performance and reporting requirements . Scott Tay or, P.E. Project Manager APPROVED AS TO FORM AND LEGALITY: M&C: 21-0098 y�l Mack(Feb 25,202110:45 CST) Date: February 2 , 2021 Douglas W. Black Senior Assistant City Attorney ATTEST: �oo4�un� ,n/ V P� 9��o°°000000� � ' Y ° oO o d o° OFFICIAL RECORD Mary J. Kayser ���*o° oo*I 101 City Secretary �d 00000000 CITY SECRETARY a��ExaSa� FT. WORTH, TX Page -2- built envifonmmt ■[ ■■ ■■ ■■ ■■ 14-1 3017WFST 7TH STREET SMITE 400 FORT WORTH,TEXAS 76107 817 516.7200 PHONE JQIENG.(01.1 01.04.2021 Mr.Scott Taylor, PE Project Manager City of Fort Worth Water Department 200 Texas Street Fort Worth,Texas 76102 Re: Rolling Hills Water Treatment Plant Flow Meter Replacement City Project No. 102056,CSC No.52581 Amendment No.2(Additional Construction Support Services) Dear Mr.Taylor, JCL Infrastructure, LLC(JQ) at your request is providing professional engineering services for the above referenced Project and offer the following proposal for your consideration. SCOPE OF ADDITIONAL SERVICES Fort Worth Water Department(FWWD) has requested additional Construction Support Services for the Rolling Hill Water Treatment Plant Flow Meter Replacement project. The Project is currently out for Bids with a scheduled bid opening date of Thursday December 17,2020. It is anticipated the bid will be awarded and the selected Contractor given Notice to Proceed in February 2021. The project consists of the construction of six(6)meter vaults and one(1)isolation valve vault. Due to constraints on shutting down plant water lines,it is necessary that vaults be constructed in sequence where lines are typically shut down only one at a time. This necessitates an extended construction time frame and will require multiple site visits as vaults are constructed one by one. Contract construction duration is 60 weeks,or 14 months. In addition to shop drawing submittal review(40 assumed),the current Engineering Services under contract include a pre-construction meeting, a final site visit to produce a punch list,six(6) progress meetings for Civil PM, one (1) progress meeting for structural,and four(4)progress meetings for Electrical/Instrumentation&Control. Per FWWD request, progress meetings will be held bi-weekly during busier portions of the project,and monthly during slower months. We are estimating eight(8)months of bi-weekly progress meetings and six(6)months of monthly meetings for a total of 22 progress meetings. Additional progress meetings to those already under contract are estimated as follows: Civil PM sixteen(16),Structural seven(7),Electrical/Instrumentation and Control eight(8). Observation site visits will be done to determine if the work observed is being performed in general accordance with the design documents. An observation report of the visit shall be completed and posted on the City's BIM360 project site and a pdf copy emailed to appropriate FWWD staff. Report will include relevant photographs as needed. Observation visits will be done at intervals appropriate to the state of the Contractor's operations and work progress. It is anticipated visits will generally be done twice a week and reports completed weekly in summary. Estimated number of visits are as follows:Civil PM 100 visits, Structural 60 visits, Electrical/ Instrumentation and Control 50 j visits. SERVICES EXCLUDED FROM ADDITIONAL CONSTRUCTION SUPPORT SERVICES 1. Any scope of work not specifically stated above. 2. Exhaustive or continuous on-site inspections. STRUCTURAL I CIVIL I SURVEYING AUSTIN I DALLAS I FORTWORTH I SA14ANTONIO Rolling Hill Water Treatment Plant Flow Meter Replacement—Additional Construction Support Services City Project No.102056,CSC No.52581 City of Fort Worth Water Department 1.4.21 Page 2 of 2 3. Special Inspections as shown on Sheet S3. 4. Geotechnical and Material Testing. SCHEDULE As described above FEES We propose to provide additional construction support services at the hourly rates shown below to a maximum fee of$149,509. Partner $260.00/hour Principal $225.00/hour Senior Project Manager $185.00/hour Project Manager $160.00/hour Senior Project Engineer $145.00/hour Project Engineer $130.00/hour REIMBURSABLE EXPENSES Reimbursable expenses will be invoiced at 1.10 times net cost to JQ. Reimbursable expenses include: • Travel expenses including mileage at$0.50 per mile. • Reprographic and photographic services. • Delivery service charges. • Authorized sub-consultant fees. PAYMENT SCHEDULE Invoices for progress payments of the additional construction support services fee will be billed each month for services performed during the prior month. PROJECT FEE SUMMARY Original Contract Amount $175,976.00 Amendment No. 1 Amount $193,699.00 Amendment No.2 Amount(Additional Construction Support) $149,509.00(not to exceed) Revised Contract Amount $519,184.00 Gupta & Associates (GAI) will remain as SBE sub-consultant for Amendment No.2 additional support services pertaining to Electrical/Instrumentation&Control construction. GAI fee amount for Amendment No.2 is$42,060.00 for a total revised GAI contract amount of$155,171.00, We appreciate your consideration and look forward to working with you. Sincerely, JQ INFRASTRUCTURE, LLC 6/'�oe Louis B Hund III, PE Associate/Senior Project Manager Exhibit—Level of Effort Spreadsheet STRUCTURAL I CIVIL I SURVEYING AUSTIN I DALLAS I FORTWORTH I SANANTONIO 0 0 0 0 0 0 0 0 0 0 0 0 o m m r m o o n o 0 0 0 0 0 0 0 o 0 m e9<9 w ev f9 r9<»t9 v>e9 av vt �» o � m m e9 o m m E9 e9 e9 e» e9 v3 e9 u3 0 ~O N O m m m m M aj Vm m M M N � E9 N Y fA N 10 H 0 0 O O O 0 0 0 O O O O O m 0 m r m 0 0 0 O O O 0 0 O O 0 0 m 10 a N V w V3 Om') 7 X J A A M w a o ° F U c o 0 0 0 0 0 0 0 0 0 o w w r9 t9 w e9 e9 e9 r9 e9 J J a O a a 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 e9 U) kR M tR (r0 m r M 00 C) i0 kA f9 fA tr- G) EA 9 N qr > fA fA E9 M a m c ~ a x o 0 0 0 0 0 0 0 0 0 ��+ w w w w w w r9 e9 w w f9 r9 C m � c � E c o U uJ z �p c 0 0 0 0 0 0 0 (D 0 0 0 0 0 Q U fA fA 1A to e9 N N O f9 tR b4 N N J W c O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 00 O O O O O O t9 f9 fA w fA to fA fA t9 EA fA M E9 M V m EA 690 O f9 69(9 M w (9 E9 Vi(9 0 Lo .O N m M L M N 3 N J N O 6N9 V M O Q In N CO) f9 U3 V) +, Z.L L LL O o F- O O V Z m QW u N I— u N m Q O Q X W = r N O O O O O O O O O O W O = 0 0 = . ca Z 1 C0 c .0 r o °o U J � U m o Eao af6iL �0 o 'I LL o _ _ 0 a L t0 U fC a` c a 7 W � C o 0 0 0 0 N m� v Q 0 o 0 0 a s a a U LL U a M th a a LL LL a N N N N T > 0 O d N 00 2 j O 0 c� LL LL ti O m a a O N N O O O O O O O O O J J a s Q) L� <C fV ll a V_ fA a � n a w Q m U !0 i6 v v K p a m N C a C N C N a � c'C) U o E c � a a m a3 m m a s �! CO N a a N y E a C d C Q fl_E Q _ U_ O — N (0 Ur N w l a In Z o o a a N >o v m > m m v ❑ r a v z z w a E E �_ a E ❑ 4) C C a N N T N -O 2 a N N N 2 y Q) L)1 N y (0 a 0 N a a a Z d a r C E C m C y Z N a a o a3i a Ol �. O i i c0 m o i i D O F a UJ 1.2 c a w u t y '� u m ❑ r '0 2 a° o «oa m m o ` LL �aUin W coQU (n W in O 2 •� o C ;O 2. LL O 7 N M �O N LO Z U Q F N L Y m m m m m m N j �cj �(=j O O O m m O r O m O m N F-' N th �() m 1� m m City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, February 2, 2021 REFERENCE NO.: **M&C 21-0098 LOG NAME: 60RHWTPFLOWMR-CRESCENT-JQI SUBJECT: (CD 8) Authorize Execution of Amendment No. 2 in the Amount of$149,509.00 to an Engineering Agreement with JQ Infrastructure, LLC for Rolling Hills Water Treatment Plant Flow Meter Replacement, Authorize Execution of a Contract with Crescent Constructors, Inc., in the Amount of$6,317,000.00 for Rolling Hills Water Treatment Plant Flow Meter Replacement, and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of Amendment No. 2 to City Secretary Contract No. 52581, an engineering agreement with JQ Infrastructure, LLC, in the amount of$149,509.00 for construction support services for the Rolling Hills Water Treatment Plant Flow Meter Replacement Improvements project for a revised contract amount of$519,184.00; 2. Authorize the execution of a contract with Crescent Constructors, Inc., in the amount of $6,317,000.00 for the Rolling Hills Water Treatment Plant Flow Meter Replacement project; and 3. Adopt the attached appropriation ordinance increasing receipts and appropriations in the amount of $7,075,435.00, from available funds in the Water and Sewer Gas Lease Capital Project Fund, for the Rolling Hills Water Treatment Plant Flow Meter Replacement project (City Project No. 102056). DISCUSSION: On June 18, 2019, Mayor and Council Communication (M&C C-29154), the City Council authorized an engineering agreement with JQ Infrastructure, LLC (City Secretary No. 52581), in the amount of $175,976.00 for the design of Rolling Hills Water Treatment Plant Flow Meter Replacement project. The agreement was subsequently revised by Amendment No. 1 in the amount of$193,699.00 authorized August 11, 2020 (M&C 20-0544) that provided design for two additional meter replacements and one additional valve. As part of Amendment No. 2, the engineer will perform construction support services including site observation visits for structural, electrical, and instrumentation/control progress reports. This project provides for the construction of six-meter vaults and one isolation valve vault. The project was advertised for bid on November 5 and November 12, 2020, in the Fort Worth Star- Telegram. On December 1, 2020, the following bids were received. Bidder Amount Time of Completion Crescent Constructors, Inc. $6,317,000.00 480 Calendar Days Dake Construction, Co. $6,436,083.00 In addition to the contract cost, $419,416.00 is required for project management, inspection and material testing and $189,510.00 is provided for project contingency. Appropriations for the Rolling Hills Water Treatment Plant Flow Meter Replacement project are as depicted below. Fund Existing Additional Project Total* Appropriations Appropriations Water and Sewer Capital Projects $235,976.00 $0.00 $235,976.00 Fund 56002 Water Capital - $193,699.00 $0.00 $193,699.00 Fund 59601 Water and Sewer Gas Lease Cap $0.00 $7,075,435.00 $7,075,435.00 Project - Fund 53004 Project Total $429,675.00 $7,075,435.00 $7,505,110.00 *Numbers rounded for presentation. This project will have no impact on the Water Department's operating budget when completed. M/WBE OFFICE: Crescent Constructors, Inc. is in compliance with the City's BDE Ordinance by committing to eight percent MBE participation on this project. The City's MBE goal on this project is eight percent. M/WBE OFFICE: JQ Infrastructure, LLC is in compliance with the City's BDE Ordinance by committing to 28 percent SBE participation on this amendment. The City's SBE goal on this amendment is nine percent. The project is located in COUNCIL DISTRICT 8. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are currently available in the Unspecified project within the Water/Sewer Gas Lease Cap Proj Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Water/Sewer Gas Lease Cap Proj Fund for the Meter Replacements at RHWTP to support the approval of the above recommendations and execution of the amendment to the engineering agreement. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FID, TO Fund Department Accoun Project Program ctivity Budget Reference # moun ID ID Year (Chartfield 2) FROM Fund Department Accoun Project �Prog ram Activity Budget Reference # mount 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: Scott Taylor (7240) ATTACHMENTS 1. 60RHWTPFLOWMR-CRESCENT-JQI JQI 1295 Form.pdf (CFW Internal) 2. 60RHWTPFLOWMR-CRESCENT-JQI FID table - Reyised.xlsx (CFW Internal) 3. 60RHWTPFLOWMR-CRESCENT-JQI Funds Available.docx (CFW Internal) 4. 60RHWTPFLOWMR-CRESCENT-JQI Map.pdf (Public) 5. 60RHWTPFLOWMR-CRESCENT-JQI 53004 AO21.docx (Public) 6. 60RHWTPFLOWMR-CRESCENT-JQI FID table - REVISED2.0.xlsx (CFW Internal) 7. Compliance Crescent.pdf (CFW Internal) 8. Compliance JQI.pdf (CFW Internal) 9. Crescent SAM.pdf (CFW Internal) 10. Form 1295 Certificate Crescent.pdf (CFW Internal) 11. JQI SAM.pdf (CFW Internal) c 0 N w w w w w N w w w w wF w w w w w w w w w w w w w 0 0 0 0 0 0 0 0 0 0 0 0 o O 0 0 0 0 0 0 0 0 0 0 0 0 0 A A A A A A A A A A A A A O O 0 0 0 0 00 0 O O O O 'A O O O O O O O O O O O 0 0 (] 0 0 0 0 0 0 0 0 0 0 0 0 o m A A A A A A A A A A A A A z W W W W W W W W W W W W W -1 O O 0 0 0 0 0 0 0 O O O O A �n to to v� to to to to to A A A A W W A A O 0 0 O O O O O W W W W lA W W 0 O o O F� O O O _ O lA O O O O O CD0 0 Q O O O F-` 0 0 N N N N N F+ N N N F+ C N C 0 0 0 0 0 0 0 0 0 o z o z 0 0 0 0 0 0 0 0 0 0 o N m m m m m m m m a m m m m rn m m m m m m n m n o O O o 0 0 0 0 0 o c 0 o O o 0 0 0 0 o z A 0 w ? A O O 0 o O O O O 1p lD lD tD l0 lD 1p lD lD l0 l0 N N l0 lD lD l0 l0 l0 l0 lD lD lD t0 O O 1p 1p 1p l� l0 lD l0 lD lD l0 l0 N N l0 1p lD 1p l0 lD l0 lD 1D l0 l0 F� F-� VT to V1 lA {/f lR O O O O O w O ONl l�fl W ol JlJl� lJn lJft 1V11 IVJt O O n41 lD O p lJ� O O O p lfl lwfl VWi O o o O O O 00 o O O O O 'O 'E z z 3