Loading...
HomeMy WebLinkAboutOrdinance 21804-07-2015 Ordinance No. 21804-07-2015 AN ORDINANCE INCREASING APPROPRIATIONS IN THE STORMWATER UTILITY FUND IN THE AMOUNT OF $9,800,000.00, AND DECREASING NET POSITION BALANCE BY THE SAME AMOUNT, FOR THE PURPOSE OF FUNDING CONSTRUCTION AND MATERIALS TESTING OF THE FIELD OPERATIONS SERVICES FACILITY; PROVIDING FOR A SEVERABILITY CLAUSE; MAKING THIS ORDINANCE CUMULATIVE OF PRIOR ORDINANCES; REPEALING ALL ORDINANCES IN CONFLICT HEREWITH;AND PROVIDING AN EFFECTIVE DATE. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF FORT WORTH, TEXAS: SECTION 1. That in addition to those amounts allocated to the various City departments for Fiscal Year 2014-2015 in the Budget of the City Manager, there shall also be increased appropriations in the Stormwater Utility Fund in the amount of$9,800,000.00, and decreasing net position by the same amount, for the purpose of funding construction and materials testing of the Field Operations Services Facility. SECTION 2. That should any portion, section or part of a section of this ordinance be declared invalid, inoperative or void for any reason by a court of competent jurisdiction, such decision, opinion or judgment shall in no way impair the remaining portions, sections, or parts of sections of this ordinance, which said remaining provisions shall be and remain in full force and effect. SECTION 3. That this ordinance shall be cumulative of Ordinance No. 21457-09-2014 and all other ordinances and appropriations amending the same except in those instances where the provisions of this ordinance are in direct conflict with such other ordinances and appropriations, in which instance said conflicting provisions of said prior ordinances and appropriations are hereby expressly repealed. SECTION 4. This ordinance shall take effect upon adoption. APPROVED AS TO FORM AND LEGALITY: CITY SEC TARY Assistant City Attoey, Grant Jordan ary J. y r s fi' ADOPTED AND EFFECTIVE: July 21, 2015 City of Fort Worth, Texas Mayor and Council Communication ...... COUNCIL ACTION: Approved on 7121/2015 -Ordinance No 21802-07-2015, 21803-07-2015 & 21804-07-2015 DATE: Tuesday, July 21, 2015 REFERENCE NO.: C-273€34 LOG NAME: 21 NORTH SERVICE CENTER PHASES 1 AND SUBJECT: Authorize Execution of a Construction Manager-at-Risk Contract with The Ridgemont Company d/b/a Ridgemont Commercial Construction in n Amount Not to Exceed $25,462,396.00, Authorize Execution of Contract Amendment No. 2 with Mas-Tek Engineering and Associates, Inc., for Materials Testing Services in an Amount Not to Exceed $150,000.00for the North Service Center, Phases I and II, Field Operations Services Facility and Adopt Appropriation and Supplemental Appropriation Ordinances (2014 BOND PROGRAM) (COUNCIL DISTRICT ) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached supplemental appropriation ordinance increasing appropriations in the Stormwater Utility Fund in the amount of$9,600,000.00 and decreasing net position by the same amount', 2. Adopt the attached supplemental appropriation ordinance increasing appropriations in the Solid Waste Fund in the amount of$4,963,617.00 and decreasing the unassigned net position by the same amount; 3. Authorize the transfer of$9,600,000.00 from the Storm Water Utility Fund and $4,963,617.00 from the Solid'Waste Fund to the Specially Funded Capital Projects Fund, 4. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Specially Funded Capital Projects Fund in the amount of$14,763,617..00 from available funds; 5. Authorize the execution of a Construction Manager-At-Risk contract with The Ridgemont Company d/b/a Ridgemont Commercial Construction in the amount of not to exceed $25,462,396.00 for the North Service Center, Phases I and 11, Field Operations Services Center, and 6. Authorize Amendment No. 2 to a Materials Testing Agreement with Mas-Tek Engineering and Associates, Inc., in the amount not to exceed $150,000.00 for the North Service Center, Phases I and II, Field Operations Services Center. DISCUSSION: The North Service Center is a multi-phased capital project established to provide City services to the City's northern area in a more efficient and cost effective manner. Phase I of the North Service Center will provide a Solid Waste Citizen Drop-Off Station, an Animal Control Holding facility, Storm Water administration and maintenance facilities including space for Code Officers, a Fleet fueling center and limited materials laydown areas. Phase II will provide Street Services administration and maintenance facilities, expanded materials laydown areas and Fleet limited maintenance facilities. Phases I and II are fully funded from a combination of funding from Solid Waste, Storm Water and the 2014 Bond Program. I..o name: 1NOR:rI1 SERVICE CENTER PHASES I AND 2 Page I of 5 _......._ Phase III is proposed as a future and project. Phase III is planned to provide a full service Fleet maintenance facility and additional Transportation and Public Works facilities. On May 7, 2013, (M&C C-26239)the City Council authorized the City Manager to execute a Design and Construction Services Agreement with Quorum Architects, Inc., in the amount$1,150,065.00 plus up to $20,000.00 in reimbursable expenses for the North Service Center, Phase I (Field Operations Services Facility). Amendment No. I in the amount of$7,400,,00 was administratively executed for the design of temporary facilities on the project site. On November 18, 2014, (M&C C-27080)the City Council authorized the City Manager to execute Amendment No. 2 to the Architectural Design and Construction Administration Services Agreement with Quorum Architects, Inc., in the amount of$884,360.00 plus up to $10,000.00 in reimbursable expenses for the Phase 11 design, resulting in a total Agreement amount of$2,041,825.00 plus up to $30,000.00 of reimbursable expenses for the North Service Center, Phases I and 11 (Field Operations Services Facility), The project was advertised in the Fort Worth Star-IgLelEarn on October 16, 2014 and October 23, 2014. On November 23, 2014, seven offerors submitted proposals. The proposals were based on a construction budget determined by the City and the offerors submitted their expense line items for overhead, bonds, insurance, contingency and fees. On December 15, 2014, the selection committee met to shortlist the firms and ranked the fi rms as follows: Ridgernont Commercial Construction (94.41 points); Byrne/Source, A Joint Venture (89.10 points); Haydon Building (79.00); Steele Freeman/Howard, a Joint Venture (75.60); SpawGlass Contractors (75.32), Sedalco Construction (74.61), and Speed Fab-Crete (73.66). The seven firms were evaluated and ranked as follows.- Speed Steele Evaluation Byrne/Source Haydon Ridgernont�Sedallco SpawGiass Fab- Freeman/ Criteria iv Building Crete R D Howard Proposed ed Fee -, 1 52.10 55.10 53.41 49.61 52.32 53.66 52.60 � 3 MBE ("0-10) 7 5 7 5 3 5 Propsed 0 Schedule 0 0 0 0 0 0 (0) Reputation & 20 14 24 12 15 10 15 Experience (0-25) Past Relationship W/ 10 5 10 8 5 5 5 CoFW (0- 10) T&AL 89-10 �6.00 94.41 74.61 75.32 73.66 75.60 6 7 4 2 3 On January 12, 2015, the selection committee interviewed the two top ranked fi rms and ranked the firms Logname: 1NORTH SERVICE CENTER PHASES I AND 2 Page 2 of 5 as follows: Ridgemont Commercial Construction (148.41)and Byrne/Source, A Joint Venture (139.10). Ridgemont Commercial Construction was determined to offer the best value for the City. it Construction Manager at Risk (CM R) management fee is 2.85 percent. The two firms interviewed were evaluated and ranked as follows.- Evaluation Criteria Byrne/Source JV Ridgernont .................... ............ �Proj. Manager& Superintendent (0-30) 23 25 In-House Staff Experience (0-10) 10 10 ............... '- "'"­_- Subcontractors Qualification (0-15) 15 15 ity's iSWM Experience/Knowledge (0-10) 9 10 BE Plan fo-Meet­G'­ o'a-'1--(-'0­---1 0.,)- Proposed Fee & Expenses for Short List 52.10 53.41 .. ................ TOTAL 139.10 148.41 RANK -2- , The Best Value Selection Committee members for the shortlist and interview sessions were the same. The committee members included representatives from the Equipment Services Department, Code Compliance Department, M/WBE Office, and Transportation and Public Works Department. The overall project cost is expected to be: Design and Construction Administration 1,395,100.00 $15,679,898.00 �construction Utilities, Materials Testing, ITS, FF&E, Staff, Contingency $1,885,420.00 $18,960,418.00 ... ......... BASE II Design and Construction Administration $ 894,360.00 Construction $9,782,500.00 Utilities, Materials Testing, ITS, FF&E, Staff, Contingency $ 1,581,092.00 ... ......................... Total $12,257,95,...2790 .......... T&A L'SUMMA-2Y--' PHASE I ® I I AIMOUNK $ Design and Construction Admnistration 2,289,460.00 Construction $25,462,398.00, Utilities, Materials Testing, ITS, FF&E, Staff, $ 3,466,512.00' Contingency � Total Project Budget to date $311,2118,370.00 The construction contract in an amount not to exceed $25,462,398.00 is based on the City's construction budget and an allowance for use by the City only. Any allowance remaining at the end of construction will be retained by the City. Logname- 21NORTH SERV.'CE CENTER P14ASES I AND 2 Page 3 of 5 M/WBE OFFICE - Ridgemont Commercial Construction is in compliance with the City's Business Diversity Enterprise (BDE) Ordinance by committing to 30 percent MBE participation on Phases I and 11 of this CMAR project. The City's MBE goal on this CMAR project is 30 percent. A waiver of the goal for MBE/SBE subcontracting requirements was requested for materials testing by the Transportation and Public Works Department and approved by the M/WBE Office, in accordance with the BDE Ordinance, because the purchase of goods or services is from source(s)where subcontractor or supplier opportunities are negligible. Additionally, Mas-Tek Engineering and Associates, Inc., is a certified M/WBE firm. Upon completion, the North Service Center, Phases 1 and 11, will add 35,950 square feet of facilities, a fueling station and materials laydown areas to the City's facility inventory and add approximately $15,000.00 per year in facility maintenance and repair requirements. The total operating impact is $815,000.00 per year. This includes seven additional staff for operating the drop-off station, as well as maintenance and utility costs for the entire service center. Transportation and Public Works Department and Property Management Department will move existing staff to this facility from other locations for more efficient operation, so no staffing increase is required for those departments. The proposed schedule for the project is as follows: i. Phase I design complete— 15 May 2015 ii. M&C approval —21 July 2015 iii. Phase I construction start— August 2015 iv. Phase II design start— August 2015 v. Phase II construction start— March 2016 vi. Construction complete— May 2017 vii. Install FF&E, Move In, Facility Opens—July 2017 This project is included in the 2014 Bond Program. Available resources within the General Fund will be used to provide interim financing for these expenses until debt is issued. Once debt associated with this project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election —Ordinance No. 21241-05-2014. The project is physically located in COUNCIL DISTRICT 7, but will serve Fort Worth residents in ALL COUNCIL DISTRICTS. FISCAL INFORMATION I CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance and supplemental appropriation ordinances, funds will be available in the current capital budget, as appropriated, of the Specially Funded Capital Projects Fund; and certifies that funds are included in the Fiscal Year adopted Budget of the 2014 bond Program per Ordinance No. 21457-09-2014 and funds are available in the General Fund to pay for expenses which will be incurred on this contract until reimbursement can occur from the issuance of public securities. ri Projected,Description; FYI_ .. App ra p .ations Total o j .ted Remaining Approprlation I this M84C 1 Budget to Enc/Expend Balance to Date Date Stormvvater ?$ 850,453.00 $ 9,800,000.00 $10,650,453.005 9,397,507.30$1,252,945.70 Utility Fund Solid Waste $1,6001,000.00 !$ 4,963,617M $ 6,563,617.00$ 5,927,826.02!$ 635,790.98' 1 Logname: 21NORTH SERVICE CENTER PHASES I AND 2 Page 4 of 5 Fund 2014 Bond ,$7,950,000000 $ 0.00 ,$14,004,300.00 12,4309508.00;$1,573,792.00 !Program T®tal $10,400,453.00 4,7'6'3' ,61'7'.00 ',1$' '31,'2' ,763,617®00 131,218,370.00,$27,755,841.32,$3,462,528,681 ;Funding FUND CENTERS: TO Funs!/Account/Centem FROM Fund/Account/Centers �� 1��69 538a7a a2a9205 Is 500 000.00 1 & 3) 1E69 53570 a2a92a5 9.800.000.00 2� I'F 53807x 02399x1 6930617,00 2 1 F�E64 535x70 02,399x1 .963,617.00 3) &4)C291 472069 207070210550 g&Q2 000M 5 C291 541200 237070210550 $5.431.237,50 31_x_4) C291 472064 237070210550 ®_,,963.617.00 5 1 291 .541200 207070210550 J5,495t012.50 41 C291 541200 207070210550 $9,5Q ,000.00 5) C210 541200 207070210550 111,536.145.00 41 C291 541200 237070210550 $40363.617.00 150 000M CERTIFICATION'S: Submitted for City Manager's Office �y: Fernando Costa (61 22) Orininatina Department Head: Wayne Corum ( 1 ) Additional Information Contact: Wayne Corum (511 8) Lo nom : 21NORTH SERVICE CENTER PHASES 1 AND 2 Pag 5 of 5