Loading...
HomeMy WebLinkAboutContract 40121-A3STATE OF TEXAS 8 COUNTY OF TARRANT 8 AMENDMENT NO. 3 ---- CITY SECRETARY CONTRACT NO. 4 0 I ol. \ -ttt\ 3 (M&C Not Required) WHEREAS, the City of Fort Worth (City) and RJN Group, Inc. , (Engineer) made and entered into City Secretary Contract No. 40121, (the Contract) which was authorized by the City Council by M&C C-23914 on the 17th day of November, 2009 and subsequently revised by two previous amendments ; and WHEREAS, the Contract involves engineering services for the following project: Clear Fork Drainage Basin M-210 Sanitary Sewer Improvements. WHEREAS, it has become necessary to execute Amendment No .3 to said Contract to include an increased scope of work and revised maximum fee; NOW THEREFORE, City and Engineer, acting through their duly authorized representatives, following agreement which amends the Contract: herein by enter into and the 1. Article I, of the Contract is amended to include the additional engineering services specified in a proposal letter date~ September 15 , 2011, a copy of which is attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer total $23,388.50. 2. Articl e II of the Contract is amended to provi de for an i ncrease i n the maximum fee to be p a i d to En g i neer f or all work and s ervic es performed under the Con t r a c t, a s ame nded , so that the total fee paid by the City for all work and services shall not exceed the sum o f $569,393 .50. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX l L 10-14-11 All:27 IN 3. Al1 other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. EXECUTED on this the ���^ day of (��plp�� Tarrant County, Texas . ���.�,� a�� Fc P_TT'��T : �� o�00000 �/ a° i Y��, ��'�'� �Cyo � Marty Hendrix, ity Secretary o �� a_ APPROVED : I NO M�cC ��QUIRIiD � r ..' � i � -n , r�� 4 ��vr' ` ...� �' { C `S . Frank Cruaab , P . E . Director, Water Department RJN GROUP, INC. ENGINEER By : I � /� Name:H�h . Relso, Principal 12160 Abrams Road Suite 400 Dallas, TX 75243 APPROVED AS TO F9�M AND LEC=ALITY: Assistant City Attorney , 2011, in Fort Worth, Ta�a� 000����d 70� � � � � �°��c ,cr'� ���c �'.L� Fernando Costa Assistant City Manager AFFICIAL RECORD —2 CITY SECRETARY I FT. WORTH, TX Ex c ellen c e th ro ugh O wn e r sh ip ATTN: Mr. David Cooper, P.E . Fort Worth Water Department City of Fort Worth I 000 Throckmorton Street Fort Worth, Texas 76102 RE: Contract Amendment No. 3 September 15 , 2011 Clear Fork Drainage Basin -M-210 Sanitary Sewer Improvements City Project No. 0 l 0222 , City Secretary No. 40121 RJN Group File No. 18242500 Mr. Cooper: www.rj n .com Please find attached, Contract Amendment No. 3 to the M-210 Sanitary Sewer Relocation Project. This third amendment request specifically addresses the City of Fort Worth Water Depa1tment request to conduct emergency geotechnical bores to assist the tunneling contractor with the construction of the M-210 Trinity River Siphon under Part 1 of the project. These additional bores are needed to document the exact depths of the limes tone bedrock that will be tunneled since our original bore pit for the river crossing was shifted more than 50 feet to south to avoid any potential damage to a large pecan tree in the City Park at the request of the City. During the initial excavation of the bore pit, the depth of the bedrock was determined to be deeper than expected based on the original bore location along the river bank. These supplemental bores will determine if the s iphon depth will need to be lowered to insure that the tunnel will be co n structed completely in bedrock under the river. Additionally, we have added two additional bore location s in this ame ndment req ue st along the west s ide of the City Park adjacent to the existing 54-inch storm sewer alignment. These bores will be collected now si nce the City has previously requested RJN to desi g n a lowered storm sewer outfall into the Trinity River to avoid a n e levation conflict between the existing 54-inch storm sewer and the new M-210 Sewer Interc eptor. The actual design and permitting of the proposed storm sewer will be addressed under another contract amendment to be iss ued . RJN Group , Inc retained Gorrondona & Associates, Inc . (GA I) to provide supplemental geotechnical consulting services in support of the City of Fort W o rth 's Sewer Main M-210 Sewer Improvements -Part 1 Project to address the emergency soi l boring co llection needed to facilitate the Trinity River siphon tunnel construction . GAi is a certified M/WBE firm that is qualified to provide these se rvices in ad dition to the topographic surveying serv ices that they have already provided to RJN for this project. The a ddition of GAT for geotechnical services was required afte r learning from the City's M/WBE office in April 2011 that Addula Consu ltin g Enginee rs , Inc., our original SU BCONSUL TANT for g eotechnical se rvices , had lost his minority certification status in Fort Worth and no additional work will be allowed to be assigned to him under this project. { . 6701 Brentwood Stair Road, Suite 100W • Fort Worth : TX 76112-3363 • 817.451.3500 •fax 817.451.3506 '>' : , .. : : -. www.rjn .c om Excellence through Owners h i p Gorrondona & Associates, Inc. will perform the following services: 1. Drill five (5) three inch diameter soil bores at various locations identified in Forest Park. These soil bores will be drilled from depths of 35-ft to 55-ft and bore logs prepared. 2. The bore locations will be surveyed to sub-centimeter accuracy for inclusion in design plans. The soil samples will be collected and sent to a laboratory for standard materials testing. 3. GAi will evaluate the sampled geotechnical data to denote soil and groundwater conditions encountered at each bore location , make recommendations for structural designs and provide earthwork recommendations regarding compaction and other construction considerations based on the soils identified and groundwater conditions at the borings . 4. GAi will provide copies of the drillers log to RJN to allow for the evaluation of the depth of limestone bedrock along the proposed sewer siphon alignment for 3 bore locations in order to facilitate the tunneling work associated with the river crossing. A formal geotechnical report for all bore locations will be produced and submitted. The field work and engineering services associated with the effort are anticipated to take up to 2 weeks to complete; however, the preliminary drilling logs are anticipated to be received within 24 hours of completing the 3 new soil bores located along the eastern edge of the City Park parallel to the proposed sewer main. GAi 's labor and expenses for the services noted above will be billed both on a time and material and unit price basis not to exceed , $10 ,560.00, without prior written approval. Since the City directed RJN to immediately address this bedrock issue, RJN staff has been actively engaged in the planning and coordination of these services . As such , in addition to the 10% subcontractor mark-up for general administrative costs associated with s ubcontracting, RJN has incurred other labor and expenses associated with this matter, including costs for the selection , negotiation , preparation of a subcontracting agreement, and coordination with GAi , plus the production of a bore log exhibit to s how the depth of the bedrock at the propo sed River cro ssing. Engineering services also included the hydraulic analys es of modifying the s iphon des ign as directed by City Staff to deepen the river cross ing by 5 feet at the request of the Contractor. Several de s ign a ltern a tives were evaluated . Additionally, RJN is see kin g und e r this am endm e nt the a nti c ip at ed la bor a nd ex pe nse s assoc ia ted w ith the re vi s io ns to exist ing M-2 10 Sewer Improv em e nts Pa rt I p la n s heets as necessary to ad dress the impacts of the d e e pe n ing of the sewer s ipho n crossi n g by 5 fee t as re q uested by the Contrac to r a nd a pproved by t he C ity . T hi s in c lud es e ffo rt s to su bmit revised p la n s heets to the Tarra nt Regiona l Wa ter D is trict (TRWD) a nd th e U .S. A rmy Corp s of Eng in eers (USACE) as a permit revi s ion a nd to re-iss ue pl a n sheet s and co pi es to t h e City an d C o ntracto r(s) a s directed . '~, 6701 Brentwood St~ir Road, Suite 100W • Fort Worth ; TX 76112-3363 • 817.451.3500 ~ fax 817.451.3506 1 ·· '·: -:~ ' . ,. . . ,_ www .rj n .co m Exc e llence th ro ug h Owne r sh i p T he re for e , RJN is seekin g fund s to recove r a ll o f th e costs assoc ia te d w ith th e id e nt ifi ed e ng in eerin g services describ ed a bove as we ll as fundin g fo r GA i 's cont rac t a dmini st ra ti o n in th e a mo un t of a te n ( I 0%) pe rc e nt s ubc o nt rac tin g m a rk -up . Co ntract A m e ndm e nt No. 3 costs a re as s ho wn in the ta ble be low: Amendment Item Description Quantities Unit Prices Total Cost (Avg.) l. Geotechnical Services by GAI for 5 soil bore locations 2. RJN Subcontractor 10% mark-up: 3. RJN costs associated with new Geotechnical Services conducted and Alternative Siphon Design Hydraulic Analyses: labor costs : P D P M 2.5 Hr s 15 Hr s P E 15 Hr s C T 5 Hrs S ubtotal RJN labor Hrs I Ex p ens es I To tal Cos ts: 3 7.5 Hrs 4. RJN costs associated with Siphon Design Plans Re v isions to accommodate a deepened siphon crossing authorized by the City, including s ubmissions to the City, TRWD and U SACE (permit): l abor c osts : PD 1 Hr s PM 16 Hr s PE 12 Hrs CT 20 Hrs $205/hr $ 175/hr $ 105/hr $ 95/hr $ 70.00 $205/hr $175/hr $ 105/hr $ 95/hr Subtotal RJN labor Hrs I Ex p ens es I Total C osts : 49 Hrs $ 350.00 Total Amendment No. 3 Fee Request: T herefore , a s ummary breakdown of A m e ndm e nt No. 3 co mpe ns at io n is as fo ll ows : Labor Expen s es RJ N Gro up , Inc .: $12 ,40 8 .50 $420 .0 0 GA L (Certifie d M/W BE): A mendment N o. 3 Tota l: TOTA L $12,82 8.50 $10,5 6 0.0 0 $23 ,388.50 $ 10,560.00 $ 1,056.00 $ 5,257.50 $ 5 12.50 $ 2,625.00 $ 1,5 75.00 $ 4 75.00 $ 525 7.50 $6 ,515.00 $ 205.00 $ 2,8 00.00 $ 1,260.00 $ 1,900.00 $ 6,5 15.00 $23,388.50 The $10,560 .0 0 in M/WBE services represents approximately a forty-five perc e nt (4 5.15 %) participation level in the proj e ct a ssoc iated with Am e ndment No . 3 . Overall , Amendm e nt N o . 3 re pre sents ov er a 4 percent ( 4. 11 % ) incre a se in the to tal cont ra ct va lue to d ate . Fo r your conv e ni e nce , a s umm a ry o f the to tal proj ect fees a re as fo ll ows: ~: • ' • ' ' ~ t ~, w ' • " ~· ~-~· . 6701 Brentwood Stair Road, Suite 100W • Fort Worth ; TX 76112.:.3353;. 817.451.3500 .•fax817.451.3506 : · . ~/ · ·~~ • C f ' • Excellence through Ow n ersh ip Contract Item Original Contract Amount Amendment No. l Amendment No. 2 Amendment No. 3 A mended Contract Value $ $ $ $ $ www.rjn .com Fee 432 ,396.00 92,009.00 21,600.00 23,388.50 569,393.50 Please do not hesitate to contact us s hould you have questions or need any background information concerning thi s matter. Thank you for your time and consideration. Sincerely, Chris Brooks, P.E., Senior Project Manager ATTACHMENTS CC: Tony Sholo la, P.E ., FWWD, City of Fort Worth Hugh Kelso, Regional Manager-Vice President, RJN Group Peter Lai , Vice Pre s ident, RJN Group J~ 6701 Brentwood Stair Road, Suite 100W• Fort Worth, TX 76112-3363 • 817.451 .. 3500 •fax817.451.3506 . .;