HomeMy WebLinkAboutContract 40121-A4CITY SECRETARY
CONTRACT NO. 4 o \:} \ -A 4-
AMENDMENT No . 4
TO CITY SECRETARY CONTRACT
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 M&C C-24176 on the 13th day of April ,
2010 in the amount of $432,396.00 ; and
WHEREAS, the CONTRACT was subsequently revised by: Amendment
Number 1 in the amount of $92,009 .00 which was authorized by M&C C-24999
on July 12, 2011, Amendment Number 2 in the amount of $21,600.00 which
was administratively authorized on August 30 , 2011 and Amendment No . 3 in
the amount of $23,388.50 which administratively approved on October 14,
2011 ; and
WHEREAS, the CONTRACT involves engineering services for the
following project:
Clear Fork Drainage Basin M-210 Sanitary Sewer Improvements; and
WHEREAS, it has become necessary to execute Amendment No. 4 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 dated November 8 , 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
totals $237,678.50.
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 $807 ,072.00.
r
::-c2 -12 Pc:.i :~o I' Page -1-
OPFHJIAL. . I ORD
CITY I CRETARY
FT, WORTH, TX
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:
City of Fort Worth
Fernando Costa
Assistant City Manager
DATE:
S. Frank Crumb, P.E.
Director, Water Department
LEGALITY:
Douglas W. Black
Assistant City Attorney
ATTEST:
Page -2-
ENGINEER
RJN Group, Inc.
Hugi: Kelso
Principal
DATE:
M&C : (' -2. '7 '{ 3 J
Date : 2--/ L( · ( 2-
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
·M&CReview Page 1 of 2
Official site of the City of Fort Worth , Texas
CITY COUNCI L GENOA Fo RTWORTH
DATE:
CODE:
2/14/2012
C
COUNCIL ACTION: Approved on 2/14/2012
REFERENCE NO.: **C-25433
TYPE: CONSENT
LOG NAME:
PUBLIC
HEARING:
60M21 OA4-RJN
NO
SUBJECT: Authorize Execution of Amendment No. 4 to Engineering Agreement with RJN Group, Inc.,
in the Amount of $237,678 .50 to City Secretary Contract No. 40121 for a Total Contract
Amount of $807,072 .00 for the Clear Fork Drainage Basin M-210 Sanitary Sewer
Improvements on Mockingbird Lane, Country Club Circle, Colonial Parkway and Rogers
Road (COUNCIL DISTRICTS 3 and 9)
RECOMMENDATION:
It is recommended that the City Council authorize the execution of Amendment No. 4 to Engineering
Agreement with RJN Group, Inc., in the amount of $237,678 .50 to City Secretary Contract No. 40121
for a total contract amount of $807,072.00 for the Clear Fork Drainage Basin M-210 Sanitary Sewer
Improvements on Mockingbird Lane, Country Club Circle, Colonial Parkway and Rogers Road.
DISCUSSION:
On April 13, 2010, City Council authorized the execution of an Engineering Agreement with RJN
Group, Inc., (M&C C-24176) in the amount of $432,396.00 to prepare plans and specifications for
Clear Fork Drainage Basin M-210 Sanitary Sewer Improvements. The Agreement was subsequently
revised by three Amendments totaling $136,997 .50 that are further described as follows:
Amendment No. 1 (M&C C-24999) approved July, 12, 2011 in the amount of $92,009.00.
Amendment No. 2 in the amount of $21,600.00 administratively approved by the City Manager on
August 30, 2011.
Amendment No. 3 in the amount of $23,388.50 administratively approved by the City Manager on
October 14, 2011.
Amendment No. 4 will provide compensation for the additional services on the Project required for the
following:
Plan revisions during and after bidding to accommodate additional United States Army Corps of
Engineers, Tarrant Regional Water District and Parks and Community Services (PACS)
requirements.
Drainage study, permitting and design for lowering an existing 54 -inch stormwater in Forest Park
that conflicts with the proposed sanitary sewer.
Design of water serv ice from Forest Park to Log Cabin Village for irrigation of the park as requested
by Parks and Community Services.
Revisions to plans and specifications required to downsize the original project to fit within the short
end construction window available prior to the 2012 Colonial Golf Tournament.
Coordination with the engineeri ng consultant hired by the Colon ial Country Club for review of plans
for realignment of private service lines.
http ://apps .cfwnet.org/council_packet/mc_review .asp?ID=l6324&councildate=2/14/20l2
~
2/15/2012
'M&CReview
Additional costs associated with changing the construction schedule from three to five years,
including additional project management costs, reporting and scheduling and bidding and
construction phase services.
RJN Group, Inc., proposes to provide the additional requested services for a lump sum fee of
$237,678.50. City Staff considers this fee to be fair and reasonable for the scope of services
provided.
RJN Group, Inc., is in compliance with the City's M/WBE Ordinance by committing to an additional 13
percent M/WBE participation on this Amendment No. 4 .
The project is located in COUNCIL DISTRICTS 3 and 9.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds will be available in the current
capital budget, as appropriated of the Sewer Capital Project Fund .
TO Fund/Account/Centers
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
M-210 Amend 4 MC Location Map Revised .pdf
FROM Fund/Account/Centers
P275 531200 703170102232 $237,678.50
Fernando Costa (6122)
S. Frank Crumb (8207)
David L. Cooper (8252)
http:/iapps .cfwnet.org/council _packet/mc_review.asp?ID=l6324&councildate=2/14/2012
Page 2 of 2
2/15/2012
Excellence through Own ershi p
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. 4
November 8, 2011
Clear Fork Drainage Basin -M-210 Sanitary Sewer Relocation
City Project No. 010222, City Secretary No. 40121
RJN Group File No. 18242500
Mr. Cooper:
www .rjn .com
Please find attached , Final Contract Amendment No. 4 to the M-210 Sanitary Sewer Relocation
Project. This amendment seeks to recover the compensation of labor and expenses for extra work
performed from December 20 IO through September 2011 during the production of preliminary,
final plans, plus the advertisement, bidding and award of the M-210 Sewer Interceptor Part I
plans. It also addresses newly authorized future design services for the replacement and lowering
of the existing 54-inch storm sewer into the Trinity River to avoid the grade conflict with M-210.
Lastly, this amendment will cover typical scope of work activities such as design management,
utility clearance, construction cost estimates, bid support, mylar drawings, services during
construction, and special services to address adding 2 more bid packages to the overall project
that will need to be done in the future. Each of these amendment cost centers will be discussed in
greater detail in the amendment summaries shown below.
M-210 PART} -PRELIMINARY AND FJNAL DESIGN SERVICES-EXTRA WORK
Previously Performed Design Services on Part 1 from December 2010 through July 2011:
During that time, numerous design revisions were provided on the M-210 Part I project during
the Trinity River Siphon Crossing permitting and Parks Conversion processes. Additionally we
had to address the Transportation and Public Works Department 's (TPWD) objections to the 54-
inch storm sewer conflict resolution plan , the reduction of the M-210 design footage and the
inclusion of a 2-inch irrigation water line extension into the final M-210 Part I plans preparation .
RJN also addressed Contractor requested (and City approved) river crossing modifications to the
bid documents which are described further below . More s pecifically, these amendment item
efforts included:
I. Multiple Sewer Alignment Revisions: Multiple M-210 realignment designs were made o n
this proj ec t. Re asons included Tarrant Regi onal Water Di s trict (TRWD) and the U.S. Army
Corps of Engineers (USACE) o bjections to encroaching the 100-foot w ide Building
Restriction Easement a nd Fort Worth Parks and Community Service Department's (PACSD)
requirements to avoid disturbing the critical root zones of the ancient Pecan trees in Forest
Park . Refinin g the sewer alignment through the Park re su lt ed in the addition of numerous
construction notes on the plans and integration of s pecification revisions to addres s PA CSD
Exc ellence through Own ersh i p
Mr. David Cooper, P .E.
Page 2 of8
November 8, 20 I I
www .rjn.com
concerns. These design revisions affected the geometric configuration of the siphon crossing
of the Trinity River which required repeated hydraulic modeling to confirm the feasibility of
extending the length of the siphon to avoid the critical root zone of a Pecan tree near the river
bank. In addition, the terminal point of the project was changed by FWWD staff to avoid
major traffic disruption on University Dr. These plan changes required the re -submission of
previously submitted plans to the USACE for the Minor Section 408 permitting process
underway at that time. (Note that this USACE permitting process also included addressing
National Environmental Protection Act (NEPA) requirements which had not been previously
required on most nation-wide general permit applications to the USACE. Although
eventually the USACE performed most of the work to satisfy NEPA related to this project,
RJN incurred labor and expenses to coordinate their efforts through numerous phone calls
and meetings, the provision of specific documents and exhibits to them, the submission of an
application packet to the Texas Historic Commission and ongoing coordination and follow-
up efforts until the permit was issued.)
Lastly, RJN addressed a series of last minute design revisions and additional design elements
right before and after the project was bid. These included adding extra manhole openings,
modifications to the proposed passive odor control system on siphon box I and then
requesting a similar system to be added to siphon box 2. All of these changes were made and
submitted to the USACE and the Contractor during this process.
A summary of RJN's staff hours, labor and expense costs incurred to perform the redesign
efforts and construction document rev isions are shown in the table below:
Task Description Hours Labor($) Expenses Total Costs
No. ($) ($)
2.IA Hydraulic Analyses (siphon) 64 $ 7,860.00 $ 40 .00 $ 7,900.00
3.18 Prelim. Design 374 $41,140.00 $ 142.00 $ 41,281.50
4.28 Final Design 118 $ 12,630.00 $ 140.00 $ 12,770.00
9.18 NEPA 66 $ 6,860.00 $ 100.00 $ 6,960.00
TOTALS: 622 $68,490.00 $ 422.00 $ 68,911.50
(Represents an average billing rate of $110.11 /hr)
2. 54-inch Storm Sewer Conflict Issues: Because the original sewer interceptor outfall
location at just east of Rogers Rd. was determined to be not feasible , the new M-210 river
crossing location moved east through Forest Park and was determined to be in direct grade
conflict with the existing 54-inch storm se wer that runs north through the park and discharges
into the Trinity River, just east of the Rogers Rd. bridge. Due to the limited grade available
for the design of the M-210 interceptor, there was no way to avoid the utility conflict between
M-210 a nd the 54-inch storm sewer. RJN conducted a preliminary study of this drainage
system to evaluate the hydraulic grade impacts caused by the conflict box . RJN produced a
storm sewer conflict box design to address this problem. When this solution was presented to
Storm Water Utilities, they requested that we meet current drainage criteria ( I 00 yr design
storm) and lower the 54-inch storm drain to eliminate t he conflict with the proposed san itary
it, . 6701 Brentwood Stair Road, Suite 100W • Fort Worth, TX 76112-3363 • 817.451 .3500 •fax817.451.3506 i ·<·~
Excellence th rough Ownership
Mr. David Cooper, P.E.
Pa ge 3 of8
November 8, 2011
www .rjn .com
sewe r. RJN proceeded to update the prior drainage analyses and conducted a more detailed
drainage study of this sub-drainage sys tem. A temporary so lution was developed for
implementation ( conflict box) to maintain drainage during construction of M-210 Part I
while formal storm water designs and permits are prepared for the new outfall. This effort
included coordinating and conducting a meeting with TPWD and the USACE to discuss
makin g the s torm sewe r project separate from M-210 (which was agreed to by the USACE)
a nd to identify permitting issues.
A summary of RJN's staff hours , labor and expense costs incurred to perform the items noted
above are shown in the table below :
Task \: Description ,. Hours ·Labor($) -Expenses Total Costs
No. . ($) ($) " 2.18 Drainage Study & Hydraulic 125 -$ 15 ,0 85 .00 $ 60 .00 $ 15 ,145.00
Analyses
3.IE Design & Coordination with 29 $ 4,005.00 $ 115 .00 $ 4,120 .00
TPWD
4.IE Final Design 25 $ 2,785.00 $ 0 .00 $ 2,785.00
TOTALS: 179 $21,875.00 $ 175.00 $ 22,050.00
(Represents an average billing rate of $122.2 1/hr)
3 . Design of 2-inch Irrigation Water Line Extension: During the Parks Conversion proce ss,
the PACSD reque sted a water se rvice and meter for Forest Park as part of their miti gation
requirements of the M-210 project impac ts to the City Park . The FWWD directed RJN to
design a 1,030 LF 2-inch irrigation water line from the Roge rs Ave and Co lonial Parkway
intersection next to the Log Cabin Village road to the Park near its parking lot.
A summary of RJN 's staff hours , la bor and expense costs incurred to perform thi s task, are
shown in the table below :
Task ;i~ Description :;, flours Labor($) Expenses Total Costs
No. ,~ ($) ($)
3 . !C Preliminary De s ig n 24 $ 2,463.00 $ 0 .0 0 $ 2,463 .00
4 .2C Final Des ign 8 $ 1,240.00 $ 0.00 $ 1,24 0 .00
TOTALS: 32 $ 3,703.00 $ 0.00 $ 3,703.00
(Represents an average billing rate of $115. 72/hr)
4 . M-2 10 Part 1 -Final Plan Modifications:· Since Part l was reduced from Sta. 32+00 to
20+0 0 , a number of plan sheet modifications were required , including changes to the Traffic
Control and Storm W ater (SW3P) Plans, Cover Sheet and Location Map , plus revisions to the
Part 8 Proposal. These were corrected prior to bidding Part l . Additionally, RJN was
directed by the Fort Worth TPWD to conduct formal traffic study to justify a lane closure on
University Dr. to facilitate the se wer main construction through Forest Park which was
performed.
t · 6701 Brentwood Stair Road ; Su~e 100W • Fort Worth , TX 76112-3363 •817.45.1.3500 •fax817.451 ~3506 ~· · ·
www.rjn .com
Excellence through Ownership
Mr. David Cooper, P.E.
Page 4 of8
November 8, 2011
A summary of RJN 's staff hours, labor and expense costs incurred to perform the tasks noted
above are s hown in the tab le be low:
Task ' Description . Hours Labor($) Expenses Total Costs
No. ' ($) ($)
3.6A Traffic Study 8 $ 1,415 .00 $ 818.00 $ 2,233.00
4.2F Final Contract Documents 16 $ 2,020.00 $ 100.00 $ 2,120.00
TOTALS: 24 $ 3,435.00 $ 918.00 $ 4,353.0 0
(Represents an average billing rate o/$143.13/hr)
5. Contractor Requested Rive r Cross ing Plan Mod ificat ions and Othe r Misce ll aneous
Authorized P lan Cha nges: After awarding the contract, the Contractor, S.J. Louis,
requested a modification of the river crossing from two (2) "bores" to a s ingle tunneled
crossing using 72-inch tunnel liner plate . The FWWD approved the concept and RJN
proceeded to evaluate the Contractor's p lan, coordinated revisions, integrated these design
changes into our construction plans, issued "conformed" construction plans and submitted the
revised river crossing plans to the USACE for permit consideration. Additionally, RJN was
directed to add a second odor control structure and additional manhole covers to junction
s tructures to the plans that were a lso issued with the other conformed documents noted above.
A summary of RJN 's staff hours, labor and expense costs incurred to perform the tasks noted
above are shown in the table below:
Task ····, Description Hours Labo r($) Expenses Total Costs
No. ($) ($)
6 .IA Revi sed Contractor River 112 $ 13 ,7 00 .0 0 $ 250.00 $ 13 ,950 .00
Crossing Plan -Eva luation ,
Coordination a nd Plan
Modifications
9.10 Final Plan Rev is ions 23 $ 2,855.00 $ 0 .0 0 $ 2,855.00
9.IC USACE/TRWD 4 $ 700.00 $ 35 .00 $ 735.00
Coordination & Submittal of
Revi sed Pl a ns
TOTALS: 139 $17,255.00 $ 285.00 $ 17,540.00
(Represents an average billing rate of $12 4.141hr)
Therefore the total amount requested under this grouping of a mendment items of
previously completed design services work is $116,557.5 0.
COORDINATION AND PRODUCTION OF NEW DESIGN AND PERMITTING
SERVICES
I . New 54-inch Storm Sewer Outfall Design and Permitting: At the direction of TPWD, the
FWWD authorized RJN to design up to 500 LF of 54-inch ( o r larger) storm sewer system
lt· 6701 Brentwood Stair Road, Suite 100W • Fort Worth, TX 76112-3363 • 817.451.3500 • fax 817.451.3506 .-
~ ..
Exce ll ence t hrough Ownersh i p
Mr. David Cooper , P.E.
Page 5 of8
November 8, 2011
www .rjn .com
adjustments and a lowered outfall into the Trinity River to avoid the grade conflict with the
existing 54-inch storm sewer and the proposed 42-inch sewer interceptor in Forest Park. Due
to new federal regulations, this project effort requires the design of an outlet control structure
which captures tloatables (trash) and sediment before releasing discharges into the River.
This project will also require extensive USACE permitting efforts. It was determined during
the preliminary project scoping that occurred during M-210 sewer interceptor permitting
discussions, that a minor Section 408 would be required and subject to full NEPA compliance
during the permitting process. This means that a complete EA will be required for this
project. Additionally , we have included subcontracting costs to assist us with the EA and
other environmental permitting efforts, including the monitoring of the storm water
improvements construction by an archeologist which was based on prior discussions with the
archeologist hired (Blanton and Associates) by RJN to conduct construction observations
during the excavation of the Part I bore pit. RJN intends on using Blanton and Associates,
Inc. (BAI) for Section 408 permitting, NEPA Compliance assistance and Cultural Resources
monitoring obligations to the Texas Historic Commission .
A summary of RJN's anticipated staff hours, labor and expenses, plus subcontracting costs
that will be incurred to perform the items noted above are shown in the table below :
Task Description Hours Labor($) Expenses ($) Total Costs
No. ($) .
3.ID Hydraulic Analysis I 20 $ 2,690 .00 $ 100 .00 $ 2,790.00
Modeling of Storm
Sewer & Pollution
Control Box
9 .IE Project Permitting with 60 $ 7 ,700 .00 *$ 35 ,4 00 .00 $ 43,100.00
Subcontracting Costs
(includes I 0% mark-up)
4.2D Preliminary and Final 136 $ 15,900.00 $ 150 .00 $16,050.00
Designs & Construction
Cost Estimate
TOTALS: 216 $26,290.00 $ 35,650.00 $61,940.00
(R epresents an average billing rate of $121. 711hr)
Note*: Includes $3 1,500 of MIWBE Participation by Blanton & Associates , Inc . (BAJ)
2 . Private Sewer Service Plan Coordination and Miscellaneous Design Services:
The Colonial Country Club hired a local consultant (Lee Head) to review the proposed
private sewer se rvice plan alternatives for re-plumbing the Colonial Country Club property
once flow has been diverted to the new Main 210 interceptor. Lee Head contacted us for the
collection of background data, including area project exhibit maps which were provided to
him . Several coordination sess ions have taken place and a planning meeting held so far,
including the production of a revised private service plan based on our meeting. This item
includes costs to cover additional meetings and efforts a nticipated to finalize a private sewer
l:-'. . 6701 Brentwood Stair Road ; Suite 10CM/ • Fort Worth, TX 76112-3363; 817.451 .3500 • fax 817.451.3506 '
Exc ellen c e t hrough Ownersh i p
Mr . Davi d Cooper , P.E .
Page 6 of 8
November 8, 20 I I
www.rjn .com
service plan for the Country C lub . This item also includes the production of up to an
additional 6 temporary rights-of entry (TROE) to address service reconnections for some of
the minor sewer extensions in Mockingbird (M-180) and the Simondale St. sewer extension
from the Mockingbird/Colonial Parkway intersection.
A s ummary of RJN's actua l and anticipated staff hours, labor and expenses that will be
incurred to perform all of the items noted above a re shown in the table below:
Task '· Description Hours ··Labor($) Expenses ($) Total Costs
No. ($)
7 .2 Supplemental TROE 's 11 $ 1,125 .00 $ 30.00 $ 1,155.00
2.2 Private Sewer Service 19 $ 2,775.00 $ 140.00 $ 2,915.00
Plan Coordination
TOTALS: 30 $ 3,900.00 $ 170.00 $ 4,070.00
(Represen ts an average billing rate o/$130.00/hr)
Therefore the total amount requested under this grouping of amendment items consisting of
primarily new design services work is $66,010.000.
NEW FEES ASSOCIATED WITH EXPANSION OF STANDARD TASKS DUE TO
CREATING TWO (2) MORE PROJECT PARTS
I. Summary of Basic Design Tasks Requiring Additional Funds: Based on the reduction in
construction footage for Part 1 and the annual time restrictions caused by the Colonial Golf
Tournament, we have determined that two more project parts have been added to the overall
M-210 Sewer Interceptor Project scope of work. As such, we as see king supplemental
funding associated with the various service tasks s ummarized under the authorized scope of
work expansion which include s the following Basic Services:
Task 1:
Task 3:
Task 4:
Task 5:
Task 6:
Design Management (Item 1.1 -Team Management and Item 1.2 -
Communications)
Preliminary Design (Item 3.5 -Utility Clearance)
Final Design (Item 4.3A -Construction Cost Estimate)
Bid Phase Services (Item 5.1 -Bid Support and Item 5.2 -Mylar Drawings)
Construction Phase Services (Item 6.1 -Construction Support -SOC)
Plus the following Special Services:
Item 1.2 -Monthly Progress Reports
Item 1.3 -Quarterly Meetings
Item 3.4 -Public Meetings
Item 3.6 -Traffic Control Plans, and
Item 3.7 -Storm Water Pollution Prevention Plans (SW3P)
t~> · ' 6701 Brentwood Stair Road ; Suite 100W • Fort Worth ; TX 76112-3363 :•817.451'.3500 •fax817.451.3506 · -' ·
Ex ce l lence t hro ugh Ownersh i p
Mr . David Cooper, P.E.
Page 7 of 8
November 8, 2011
www .rjn .com
A summary of RJN's anticipated staff hours , labor and expenses that are anticipated for the
work items noted above are shown in the table below:
Task No. Description Hours Labor.($) Expenses Total Costs
($) ($)
BASIC SER VICES:
l. l Team Management 15 $ 2 ,075 .00 $ 0.00 $ 2,075 .00
1.2 Communications 40 $ 7,000.00 $ 100.00 $ 7,100.00
3.5 Utility Clearance 4 $ 700.00 $ 0.00 $ 700.00
4.3A Construction Cost Est. 12 $ 1,490.00 $ 0 .00 $ 1,490 .00
5 .1 Bid Support 60 $ 8,280 .00 $ 100 .00 $ 8,380 .00
5 .2 Mylar Drawings 10 $ 1,060.00 $ 516.00 $ 1,576.00
6.1 Construction Support 74 $ 10 ,955.00 $ 100 .00 $ 11 ,055.00
Subtotals: 215 $31,560.00 $ 816.00 $ 32,376 .00
SPECIAL SER VICES:
1.2 Progress Reports 37 $ 4,825.00 $ 15.00 $ 4,840.00
1.3 Quarterly Meetings 16 $ 2,800.00 $ 65.00 $ 2,865.00
3.4 Public Meetings 18 $ 2,110.00 $ 120.00 $ 2,230.00
3.6 Traffic Control Plans 70 $ 8,110.00 $ 50.00 $ 6,510 .00
3.7 SW3P Plans 40 $ 4 ,540.00 $ 100 .00 $ 3,935 .00
Subtotals: 181 $22,385.00 $ 350.00 $ 22,735 .00
TOTALS: 396 $53,945.00 $ 1,166.00 $ 55,111.00
(Represents an average billing rate of $136.22/hr)
For your convenience we have summarized the groupings of amendment items of additional
project work that warrants the requested compensation of Contract Amendment No. 4 in the
table below:
Amendment Item Description Tota/Cost ]
PREVIOUSLY PERFORMED DESIGN & PERMITTING SERVICES: $ 116,557.50
I. Multiple Part l Sewer Alignment Revisions: $ 68 ,911 .50
2. 54-inch Storm Sewer Conflict Issues: $ 22 ,050 .00
3 . Design of2-inch Irrigation Water Line Extension : $ 3,703 .00
4 . M-2 l O Part I -Fin a l Pl an Modifications : $ 4 ,353 .00
5 . Contractor Reque s ted River Crossing Pl an Modification s & Other Plan Ch anges : $ 17 ,540.00
NEW DESIGN AND PERMITTING SERVICES: $ 66,010.00
I . New 54-inch Storm Sewer Outfall Des ign and Permitting : $ 61 ,940 .00
2 . Pri va te Sewer Se rv ice Pl an Co ordination and Mi scellaneous De s ign Serv ices : $ 4 ,070 .00
NEW FEES DUE TO EXP ANSI ON OF 2 MORE PROJECT PARTS: $ 55,111.00
I . Supplem ental Basic Se rv ices : $ 32 ,376 .00
2 . Supplemental Special Services $ 22 ,735 .00
Total Amendment No. 4 Fee Request: $237,678.50
r;'l' 6701 Brentwood Stair Road , Suite 100W • Fort Worth, TX 76112-3363 • 817.451 .3500 • fax 817.451.3506 : ,
",
Exce llen ce t h r ou g h Owne rsh ip
Mr. David Cooper, P.E .
Pa ge 8 of 8
November 8, 20 I I
www .rjn.com
Therefore, we are reque sting Contract Amendment No. 4 to the M-210 Sanitary Sewer Relief
Main Agreement in the amount of $237,678 .50, $31 ,500.00 of which will be performed by the
following certified M/WBE firm Blanton & As soc iates , Inc . (BAI):
Task
EA/Section 4 08 & Cultural Services BAI
Amouflt
$31 ,500 .00
Perceflt (%)
13.25%
The $31,500.00 in M/WBE services represents thirteen and one-quarter percent ( 13 .2 5%)
commitment level to the project associated with Amendment No. 4. Amendment No. 4
represents approximately a forty-two percent ( 41. 74%) increase in the total contract value.
For your convenience, a s ummary of the total project fees are as follows:
Contract Item Fee
Original Contract Amount $ 432,396.00
Amendment No. 1 $ 92,009.00
Amendment No. 2 $ 21 ,600.00
Amendment No. 3 $ 23,388.50
Amendment No . 4 $ 237,678.50
Amended Contract Value $ 807,072.00
Please do not he si tate to contact us s hould yo u have que stions or need any background
information concerning this matter. Thank you for your time and co nsideration .
Sincerely,
C hri s Brooks, P .E.,
Senior Project Manager
A TI ACHMENTS
C C: Tony Sholola, P .E ., F WWD, C ity of Fort Worth
Hugh Kel so, Re gional Manager-V ice President, RJN Group
Pe ter Lai , Vice Pres ident, RJN Group
~-· 6701 Brentwood Stair Road ; Suite '10ow • FortWorth:TX,76112-3363 :a17:.451.3500"°.fax817.451.3506 {.