HomeMy WebLinkAboutContract 40121-A5..
.AMENDMENT No. 5
TO CITY SECRETARY CONTRACT
CITY SECRETARY / 1 CONTRACTNO. '101Z//45
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 No . 1
in the amount of $92,009.00 which was authorized by M&C C-24999 on July
12, 2011, Amendment No . 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 was administratively authorized on October 14,
2011 and Amendment No.4 in the amount of $237,678.50 which was authorized
by M&C C-25433 on February 14, 2012.
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 . 5 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 i s amended to include the addition al
engineering services specified in a proposal dat ed Janua ry 24 , 2013, a
copy of which is attached hereto and i nco rporated herein. The cost to
City for the additional d esign s e r v ices to b e p e r formed by Engineer
t o t a ls $45 ,7 50 .0 0 .
2.
Article II of the CONTRACT is amended to provide for an increase in
the fee to be p a i d to Engineer for all work and services performed under
t he Contract, a s amende d, so that the total fee paid by the City fo r all
work a nd s ervic es s hal l b e a n amount of $852,822.00 .
RECEIVED APR -9 2013 Page -1-
OFFICIAL RECORD
CITY SECRETARY
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: ~,3
S. Frank Crumb, P.E.
Director, Water Department
APPROVED AS TO FORM AND LEGALITY:
Douglas W. Black
Assistant City Attorney
ATTEST:
Page -2-
ENGINEER
RJN !)::<:·
Peter Lai, P.E.
Vice President
DATE:
M&C:
Date:
N/A
N/A
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
,.
E,c.c ellence thro ugh Ownersh ip
ATTN: Mr. Robert Sauceda, PM
Fort Wo rth Water Department
City o f Fort W orth
I 000 Throckmorton Street
Fort Worth , Texas 76102
RE: Contract Amendment No. SR
January 24, 20 13
Clear Fo rk Drainage Bas in -M-2 10 Sanitary Sewer Rel ocati o n
City Project No . 0 I 0222, City Secretary No. 40 I 2 I
RJN Group File N o. 18242 500 '
Mr. Sauceda:
www.rjn .com
Per your direction , please find attached the revised Contract Amendment No. SR request to the
M-210 Sanitary Sewer Re locati o n Proj ect. This revise d a me ndment requ est represent s the
previously agreed to amendment items s ubmitted to the prior project manager in September 2012.
That prior s ubmissi o n addressed s ignificant extra serv ices during construction phase work
performed from June 2011 to March 2012 during the construction of the M-210 Part I project.
This revised amendment request now also seeks to recover labor a nd expenses associated with the
additional bid phase and construction services provided for M-210 P art 2 project to modify the
sto rm sewe r outfall plans and specifications after they were previously approved and accepted by
the Water Department and to address field storm sewer conflicts discovered during construction.
Each of the se amendment cost centers will be discusse d in greater detail in the amendment
s ummaries s hown bel ow.
M-210 PARTS I and 2-CONSTRUCTION PHASE SERVICES-EXTRA WORK
Previously Performed Construction Phase Services on Part 1 from June 2011 through
March 2012: During this period, RJN produced and iss ued conform e d Part I con struction
documents; RJN conducted several proj ec t s ite v isits at the request of the City and T RWD ; RJN
addre ssed extensive Contractor 's RFI and s hop drawing s ubmittal s; RJN conducted numerous
hydraulic ana lyses and assess me nts during Part I construction to verify the functionality of the
proposed si ph o n through the numerou s and exte nsive field ch a nges made by th e Contractor; RJN
was a lso asked to run a comprehensive hy draulic ana lysis reflecting al l of the fie ld changes to
verify s iph o n performance . RJN was as ked to produce large diameter manhole details for Part I;
a nd la tly, due to t he last minute requested storm outfa ll design changes, RJN produced an d
iss ued conformed documents for M-210, Part 2.
Mo re specifically , these amendment item efforts included:
I . M-210 Part 2, Production of PAC S D Requested Significant Storm Sewer Des ign
Mo difications (Tas k 5.3): During the bid phase of the project, t he PACSD
reque ste d t he re-design of the propo sed storm improvements in Rogers Rd . ove r
concern s a bo ut potential damage to a 38-inc h Pecan tree in the Roge rs Rd . parkway
,-
www .rjn .com
Excellence throu gh Own e r sh i p
adjace nt to Fo rest Pa rk . T he s torm sewer c h anges required a rev ised st orm sewe r
hydra uli c ana lysis to assess the impacts of the proposed changes to the overa ll storm
sewer syste m flood r is ks i n th is area, five (5) plan s heet revision s, modification s to
th e contrac t docum e n ts a nd s peci fi cati o n s, t he re-des ig n of t he s torm water baffle box
a nd t he p ro du c ti o n a n d re lease of t wo (2) ad de ndu m s fo r thi s p roject . RJ N's staff
h o urs, la bo r an d ex pe n se cost s in c u rred to perform t hi s it e m a re s hown in t h e
sum m ary cost tab le be low.
2 . M-210 Part 1 S upplemental S ite Vi s it s and Weekly Field Mee tings (Ta s k 6.1):
Du e to sch e dul e de lays, num ero u s fie ld c h a nges m ade a nd co nst ru c ti on prac ti ces
u se d by th e Cont rac tor, a la rge numbe r o f u nb udgeted s ite v is its were made. RJN is
on ly see king co mp e n sat ion for a t ota l of three (3) s it e v isits/fie ld m eetings t h at were
conduc te d at th e req uest of th e T RW D ( I /24/ 12 a nd 3/9/12) a nd th e C ity ( I /13/12).
RJ N 's staff h o urs, la b o r a nd ex pe nse cost s in c urre d t o pe rfo rm t hi s it e m a re s h own in
th e s um mary cost tab le below.
3. M-210 Part 1 Conformed Documents (Ta s k 6.18): Du e t o t h e la rge project
Adde ndum iss ue d fo r Pa rt I an d th a t t he Cont ract or req ueste d th e evalu ati o n of a n ew
rive r crossi ng p la n (a si ng le 72-in c h tunne l), RJN was direc ted to prod uce con fo rm ed
con struc ti o n doc um e n ts fo r c o n tracto r execut io n w hi c h was d o ne and n ew pl a ns and
s pec ifi cati o n s we re issue d to th e C ity in Jun e 20 11. RJN 's s t aff h o urs, labor a n d
expen se cost s in c ur re d to pe rfo rm thi s ite m a re s h own in th e s umm ary cost ta bl e
be low.
4 . M-210 Part 1 Excess ive RFI and Shop Drawing Reviews (Task 6.lCl):
S ig nificant ext ra tim e and effo rt s we re re quire d to address proj ect RF I 's and s h o p
draw in gs s ubmitte d by th e cont rac t o r, S .J . L o ui s , fo r rev iew a nd comm e nt. Du e to
t he ir sc hed ul e de lays , a n um be r of c ri t ical p roject materia ls (HDP E & F RP pipe,
re ba r and s tru c tu ra l conc re te) were o rd ere d late and the Cont racto r re qu ested
a lte rn ates be evalu at ed w hi c h was done and led to several iteration s of reviews a nd
corres po nd e nce fo r each . A ddi t io n a ll y, m any of t h eir s ubmi ttals we re in com p lete
a nd aga in re quired mu lt i p le iterati o ns t o reso lve. We a lso ha d a n um ber of issues
associated w it h the ir pressu re grout m ixes , t unne l grouting p la n s and mi scell a neous
material submittals. Addressing the RF ! 's and s hop drawings fo r M-2 10 Part l
req ui red over 95% of the original task bu dget to be used. RJN 's st aff h ours, labor and
expense costs incurred to perform this item are s h own in the summary cost table
below.
5 . M-210 Part 2 Extensive RFI and Shop Drawing Review s (Ta sk 6.1C2): Extra
time an d effo rt was required to ad dre ss project RFI 'sand s hop drawings su bmitted by
the c o ntractor, North Texas C o ntracti ng. This included mu lti p le iterative reviews of
large diameter pre-cast manhole submittals, and concrete mix designs for pavement
and manholes. Again e xtra c oordination was required to insu re the proper integration
of ConShield into these structure mix designs . Another major effort included
coordinati o n efforts, including field inve stigati o ns made, to reso lve the existing sto rm
sewe r a li gnment conflict wi th the M-210 a li g nm e nt discovered a t the initi a tion of the
6701 Brentwood Stair Road , Suite 100W • Fort Worth , TX 76112-3363 • 817 451 3500 • fax 817.451 .3506
:i ••
, www.rj n .com
Exc ellence thro ugh Owne r sh rp
Pa rt 2 con s tru ctio n ph ase. RJN 's s taff h ours , la bo r a nd ex pe n se cos t s in c urre d t o
pe rfo rm thi s ite m a re s hown in th e s umm ary cost t a bl e be low .
6. M-210 Part 2 Conformed Documents (Ta s k 6.1D): Due t o th e requeste d sto rm
sewer c h a nges to th e Pa rt 2 pl a n s a nd s pe cifi cat io n s d urin g bid d in g , RJ N was
dire cted t o produc e c o n fo rm e d c o n struc ti o n docum e nts fo r contract o r execution.
RJN 's staff h o urs, la b o r a nd ex pe n se costs in c urre d to pe rfo rm thi s it e m a re s h ow n in
th e s ummary c ost ta bl e be low.
7. M-210 Part 2 Is s ued Revised Plan Sheets to address existing 54-inch storm
sewer alignment conflict discovered during construction (Task 6. lE): Du e to th e
di scove ry o f a m aj o r s to rm sewe r and sanit a ry se wer a li g nm e nt c o nfli c t , a revi se d
sa nitary se we r a li g nm ent ha d to be develo pe d and rev ise d pl a n s i ss ue d. C h an ges
in c lud e d revis in g th e st o rm sewer "as-built" info rm a ti o n o n the pl a ns t o match fi e ld
p oth o les condu c ted and reali g nin g the p ro posed M-2 10 sanitary s ewe r. RJN 's st aff
h o urs, la b o r a nd ex pe nse cost s incurre d to pe rfo rm thi s ite m are s h own in th e
s umm ary cost t a bl e be low.
8 . M-210 Part 3 Conformed Documents and the Production of As-built Documents
for Parts 2 and 3 (NEW OR FUTURE TASK -Task 6.lF): Due ne w C ity
e ng in e erin g contrac tin g po li c ies, RJN seek s th e funding need e d to produce
Conform e d Do cume nts fo r M-210 Part 3 during bidding a nd Se rvice s During
Cons tructi o n (S OC) tas ks. A dditi o nall y, fund s a re nee d e d fo r RJN t o produce th e
require d p roj ect as-built o r record draw in gs fo r Pa rt s 2 a nd 3. RJN 's staff ho urs,
la bo r a nd ex pe n se cost s in c urre d t o pe rfo rm t hi s it e m a re s h own in th e s umm ary cost
table below.
9 . M-210 Part l -Hydraulic Analyses of Project Material and Field Design
Changes (Task 9.1H): A s note d previo us ly , ext e ns ive fi e ld c h anges occurre d
th ro ug h out thi s proj ect , necess it atin g recurrin g hydrauli c calc ul ati o n c hecks to
continua ll y veri fy th e imp ac t s of th ose c h anges to t he f un cti o n a li ty o f the p ro posed
sanit a ry sewe r s iph o n crossin g th e Trini ty Ri ve r. T h ese fi e ld c hanges a nd m ate ri a l
vari ati o n s included : d ro p p in g the ri ve r crossin g de pth 5 ft fro m the des ig n e levatio n
and th e n recalcu la tin g aga i n whe n s u rvey ve r ified t he d e pt h was prove n to be ac t ua ll y
6-ft deeper ; the de livere d H OP E pi pe and fittings had small er !D 's th an a pproved in
th e s h o p d rawing su bmitta ls ; fie ld generated butt fused bead sizes exceeded
manu factu re r 's recom mendat ions; t he proposed siphon pipes were reversed in t he
tunnel; and t he flow l ine elevation at siphon box two (SB#2) was 0 .35 ft lower t h an
t he des ig n e levati on . Numero us intenne diate s iph o n hy dra ulic calc ul ati o n s we re
made during th is time and a comprehensive s ummary m odel run w as made at the e nd
to ve r ify t h e hy d rauli cs o f th e con s truc te d m a in an d faci liti es as part o f thi s tas k .
RJN 's staff h o urs, labor and ex pen se costs incurred t o perform this item a re s hown in
t he s umm ary cost ta ble be low .
I 0 . M-2 10 Par t 1, La rge Diam eter Ma nho le Deta il Pro duc tio n (Tas k 9.11 ): During
the c o nstructi o n phase of Part I , the Contractor was unab le to s ubmit certified
structural designs for their proposed large diameter manholes as requi red by the
6701 Brentwood Stair Road . Suite 100W• Fort Worth , TX 76112-3363 • 817 451 3500 • fax 817 451 3506
..
l www .rjn .com
Excelle n c e throug h Ownership
contract. The C ity requested RJN to devel o p a nd produce s pecific la rge di am e te r
manhole de tail s to use o n thi s project. RJN produced those designs and details whic h
we re provided to the City and the Contractor. RJ N 's staff hours, lab o r and ex pe nse
costs incurred to pe rform this it e m are s hown in the s ummary cost ta ble bel ow.
A summary of RJN 's a nti c ipated staff ho urs, labor and ex pen ses that are requested for the
work it ems noted above are shown in the table below :
Task No. Description Hours Labor($) Expenses Total Costs . 'tS) ($) ,;
FINAL DESIGN (BID PHASE) SERVICES:
5.3 Storm Outfall Re-de s ig n 82 $9,910.00 $ 75 .00 $9,985 .00
Subtotals: 82 $9,910.00 $ 75.00 $ 9,985 .00
CONSTRUCTION PHASE SERVICES:
6.1 Construction Support -5.0 $ 875.00 $ 35.00 $ 910.00
Extra Site Vi s it s
6.18 Conformed Doc um e nts 24 $ 2,380.00 $ 75.00 $ 2 ,455.00
for M-210 Part I
6.ICI Excessive RFI , Sh o p 62 $ 9,990.00 $ 60.00 $ 10 ,050.00
Draw in g Reviews &
Field Vi s its -Part I
6.IC2 Exte ns ive RFI , Shop 20 $ 3 ,220.00 $ 30 .00 $ 3 ,250 .00
Drawing Revie ws &
Field Visits -Part 2
6.ID Co nformed D ocuments 20 $ 2,18 0.00 $ 65.00 $ 2 ,245.00
for M -2 10 Part 2
6.I E Pre paration of Revised 28 $ 3,380 .00 $ 60 .00 $ 3 ,440.00
Plan Sheets to address
Storm Conflict o n M-
210 Part 2
6.IF NEW TASK -Prepare 46 $ 5,050.00 $ I 00.00 $ 5 ,150 .00
Conformed Documents
for M-2 10 Part 3 and
Record Drawings fo r
Pa rts 2 & 3
9.IH Hydraulic Modeling of 40 $ 5,240.00 $ 0.00 $ 5 ,2 40 .00
Fie ld/Material Changes
9.11 Large Diameter MH 23 $ 2 ,995 .00 $ 30.00 $ 3,025 .00
Details
Subtotals: 26 8 $35,310.00 $' 455 .00 $ 35,765 .00
TOTALS: 350 $ 45,220.00 $ 530.00 $ 45,750.00
6701 Brentwood Stair Road , Suite 100W• Fort Worth , TX 76112-3363 • 817 .451 .3500 • fax 817.451 3506
''
., www .rjn .com
Ex c elle n ce th rough Ow f'\e r sh i p
I
T herefore , we are reque sting revised Cont ract Amendment No. SR to th e M-210 Sanitary Sewer
Relief Main Agreement in the amount of $45 1750.00. There are no new services required to be
performed by certified M/WBE firm associated with this amendment request. Contract
Amendment No. SR represents approximately a six percent (S .67%) increase in the total contract
va lu e.
For your conven ience, a summary of the total project fees are as follows:
Contract Item Fee
Original Contract Amount $ 432,396.00
Amendment No. I $ 92,009.00
Amendment No. 2 $ 2 1,600 .00
Amendment No . 3 $ 23 ,388.50
Amendment No. 4 $ 237 ,678.50
Amendment No. 5 R $ 45,750.00
Amended Contract Value $ 852,822.00
Please do not hesitate to contact us s hou ld you have questions or need any background
information concerning this matter. Thank you for you r time and consideration.
Sincerely,
Chris Brooks, P.E.,
Senior Project Manager
ATTACHMENTS
CC: Tony Sholola, P.E ., FWWD, City of Fort Worth
Hugh Kelso, Regional Manager-Vice President , RJN Group
Peter Lai , Vice President, RJN Group
6701 Brentwood Stair Road , Suite 100W • Fort Worth , TX 76112-3363 • 817 451 .3500 • fax 817 451 3506