Loading...
HomeMy WebLinkAboutContract 40121-A7RECEIVED SEP 2 8 2015 cmoFFORiWO~il-t } I \1'fSr.CRF1 / ~ ~ , £. AMENDMENT No.7 TO CITY SECRETARY CONTRACT CITYSE CREt CONTRACT NO. 4Vl2l-A '+ 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 lVl:IEREAS. 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, Amendment No. 3 in the amount of $23,388.50 which was administratively authorized on October 14, 2011, Amendment No.4 in the amount of $237,678.50 which was authorized by M&C C-25433 on February 14, 2012, and Amendment No. 5 in the amount of $45,750 .00 which was administratively authorized on April 8, 2013; Amendment No 6 . In the amount of $42,445.00 which was administratively authorized on May 13, 2014; 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. 7 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 September l)', 2015 , 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 $43,875 .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 $939,142.00 Page -1- OFFICIAL RECORb 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 JesisJ. Chapa Assistant City Manager a - -DATE: ~.,;z~. 1:, APPROVAL RECOMMENDED: An~~S#.. Assistant Director, Water Department APPROVED AS TO FORM AND LEGALITY: WiF . 0 . r1> 10:(/l't: Douglas W. Black Senior Assistant City Attorney ATTEST : Page -2- ENGINEER RJN Group, Inc . ~ & ,!.,k HuM. Kels:; Principal DATE, 'lµf 5 M&C : N/A Date: N/A;------ OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Excellence through Ownl'rsh,p Mr. Robert Sauceda , P.E. Project Manager Fort Worth Water Department City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102 RE: Revised Contract Amendment No. 7 September 17 , 2015 Clear Fork Drainage Basin -M-210 Sanitary Sewer Relocation City Project No. 010222, City Secretary No. 40121 RJN Group File No. 18242500 ATTN: Mr. Sauceda: www.rjn .com Please find attached, Revised Contract Amendment No. 7 to the M-210 Sanitary Sewer Relocation Project. This amendment request is seeking to recover labor and expenses associated with the additional project management and engineering services (for final designs , bidding, confonned document preparation and future Part 4 record drawings) provided on the of the Part 4 project from December 2013 through September 2014. Additionally, this amendment includes design and services during construction, including record drawin gs, for the TRWD requested modifications to the M-210 Part 2 , stonn sewer drainage outfall into the Clear Fork of the Trinity River. Each of these amendment costs will be discu ssed in greater detail in the amendment summaries shown below . M-210 PART 4 -PROJECT MANAGEMENT, DESIGN, BIDDING AND CONSTRUCTION PHASE SERVICES -EXTRA WORK During the reporting periods noted above, RJN was asked to integrate design plans from three (3) other design engineering entities and produce a comprehensive set of Contract Documents (plans and specifications). The integrated supplemental design plans included the following : I. Integration of Kimley-Horn and Associates Heritage Park Plaza Water Line design (Unit lA) near the Courthouse downtown. RJN had to coordinate the integration of their plans and bid proposals into the final contractor documents as well as modify standard details included in the specifications to avoid conflicts with their details included on the plan sheets .. 2. Integration of extensive in-house Colonial Parkway Water and Sewer Improvements designs (Unit lB) along Colonial Parkway, Simondale, and Lynncrest Dr. RJN had to coordinate a number of design modifications to these plans to correct conflicts with RJN 's proposed M-210 sewer improvements in Part 4 and the actual as-built waterline improvements installed from M-210 Part 3 . Additionally, RJN coordinated a number of other plan corrections, including the integration of official Fort Worth Standard Specifications pavement repair details and a utility crossing detail into www.rjn .com Ex c ellence t hrough Ownership the plans. Lastly, RJN produced the bid proposal fonn and final cost estimate for the City's in-house design plans . 3 . Integration of Hamilton Civil Engineering's Colonial Parkway Water and Sewer Improvements designs (Unit lB) along Wilshire Blvd., Glenco Terrace, and Ward Pkwy. RJN also had to coordinate several bid proposal and plan corrections, including the integration of official Fort Worth Standard Specifications pavement repair details and some other call-out. RJN integrated their bid proposal form into the in-house design bid proposal fonn for a comprehensive Unit I B bid proposal fonn and merged their cost estimate into a final cost estimate for Unit I B . 4. The integration of these plans required modifications to RJN 's plans and specifications in an attempt to avoid posting conflicting information in the contract documents prior to bidding. After advertising the project, several significant concerns were raised by City staff primarily related to the Unit I B portion of the construction project and RJN was directed to pull the bid documents under Addendum No.I that was issued . RJN satisfactorily addressed those issues working with the other engineers and re-issued the plans and specification under subsequent addendums issued (four total) so that the proj e ct could be bid and awarded. RJN also produced conformed documents for this project and has budgeted supplemental costs to address record drawings under this amendment request. 5 . Preparation of revised stonn water outfall design plans to address TRWD & USACE potential erosion concerns at the submerged outfall .along the Trinity Clear Fork channel. A summary of RJN 's incurred and anticipated staff hours, labor and expenses that are requested for the work items noted above are shown in the table below: Task Description Hours Labor($) Expenses Total Costs No. ($) ($) FINAL DESIGN SERVICES: 4 .21 M-210 Part 4-FINAL 176 $24,910.00 $ 100.00 $25,010 .00 CONTRACT DOCUMENTS MODIFICATIONS addressing the administrative and integration of 3 other sets of utility design projects for bidding Subtotals: 176 $24 ,910 .00 $ 100.00 $ 25 ,010.00 BID PHASE SERVICES: 5.4 Issued 4 Addendums for bidding 26 $ 3 ,980.00 $ 520.00 $ 4,500.00 and awarding this integrated design prqj ect Subtotals: 26 $ 3,980.00 $ 520.00 $ 4 ,500 .00 CONSTRUCTION PHASE SERVICES: 6 .lH Preparation of Part 4 Confonned 67 $10,295 .00 $ 30.00 $10,325.00 Documents; pre paration of record drawings; extra site visits for 6701 Brentwood Stair Road , Suite 100W • Fort Worth , TX 76112 -3363 • 817.451 .3500 • fax 817.451.3506 www.rjn .com Ex cellence t hrough Ownership technical assistance & public events coordination 6.2 Preparation of Storm Sewer 28 $ 4 ,0 10.00 $ 30.00 $ 4,040.00 Outfall Design Plan Modifications and providing SDC's for Part 2. Includes Cost Estimate, Pennitting, Technical ass istance, Site visits and Preparation of record drawings . Subtotals: 95 $14,305.00 $ 60.00 $14,365.00 TOTALS: 297 $43,195.00 $ 680.00 $ 43,875.00 Therefore , we are requesting Revised Contract Amendment No . 7 to the M-210 Sanitary Sewer Relief Main Agreement in the amount of$43,875.00. After Amendment No . 7, the total M/WB E participation rate on this amended contract is 15.25%. Revised Contract Amendment No. 7 represents approximately a fi ve and a quarter percent (4.90%) increase in the total contract value. For your convenience, a summary 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 Amendment No . SR $ 45 ,750.00 Amendment No. 6 $ 42,445.00 Amendment No. 7R $ 43 ,875 .00 Amended Contract Value $ 939,142.00 Please do not hesitate to contact us should you have questions or need any background information concerning this matter. Thank you for your 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 6701 Brentwood Stair Road , Suite 100W • Fort Worth , TX 76112-3363 • 817.451.3500 • fax 817.451.3506 City of Fort Worth M -210 Sewer Relocation Design StartOete: April 29, 2010 Completion Date: Mlfch 2017 AMENDMENT NO 7R Sep«ember 17, 2015 AMENDMENT tn ITEMS {REVISED BUDGET WI AMENDS '1-f TOTAlS -] 1--Rates• -11-1--1 240 195 125 100 70 lloYIHd Amtndmtnt 1--I Total ,_, 0/n,d Tote/ 1---I To"' """' -u-T•!I ContractCOIII THk .,., 11,m TNkNo. T•k OelK:l lptlon Hour, Coat Co1t1 Coat PO PM PE ~EIT/CT OT/Cl Hou,.. Cooto Cool T• Total Total llltfltlftNNo, 1--1-----1 1---11--·--.. .-Tuk 1 Dealt" Management t .t Project TeMn Man~tMnt . ,dt:Ji1ional for Plll'f 4 & .5 EJ1ten1/on 57 JB.155.00 $130.00 $8,285.00 $0 .. M,JII D,K .. t .2 Communk,tlori• P Mt • -edditlon-1 for Perl .f & 5 Eldena/on 153 .121 ,080.00 $350.00 122 330.00 $0 ~~--!dll. #1 ,., Subtotal • OeM;n Management z10 !30 13'.00 !480.00 !30 81.5.00 0 0 I!! 12 2·2" IHl11 Z1Z%1 '" 152,0QO.OO $100.00 $52,7QO.OO $0 so 0.0% 111,7N 1.1% Tulc 3 Preum1na,yo .. 11n (10 percenl) 3.t Preliminery 0.1/gn -Orlglnlll Sea,,. plus Extra for Stonn conflict,: siphon end revlHd outfall 1431 $138,730.00 $1 ,000.00 $139,730.00 $0 .. t1Jt,7JO 1 .. .,,, location ri.,lgn (1tructur.1) ,n,p.cr, ., 3.1A PreHmln•ry 0.1/gn (New,. Country Club Circ,. W.rerline & New Seftr Edenalon ""' $11 ,540.00 SO.DO S11 ,5'0.DO $0 .. 111 ,141 1.2% (Simondl#e & H•rlwoodl dHlon1 ., Prelimin•ry 0.•ll1fl · PMk1 Conwr,fon Md F;.«J OPflratioll• outf•H Oeair,n Chenpet 37< 141.140.00 1142.00 141,282.00 3.10 (t}r,jversity Or. Outfl#IJ • 3 rHlir,nment, plu, numerou, ,t,uctu,e modiflc•tion, bec•uae of .. r~ alignment ch1nge1 over• nearly 3 month period of tirrHt • added time ~ new ,.,1c 3.3 about con,tructabllity ,.~w, $0 .. M1 ,IIZ .. .,. 3.1C PreHmin•ry De1/r,n • 2-lnch Irrigation W•ter Line Erten,ion (1 ,heet)) 2, SZ,483.00 SOOD S2,48J.00 so .. 12,4., U% .. NEW ITEM-54-lnch S/orm Sewer Trinity Rlwr Outf•II 0.1/gn Celcu/111tion1. Include, final 20 S2.8QO.OO S100.D0 S2,7PO.OO 3.10 .. dr.,nar,e .n•ly1/1 •nd hydraulic .,,-,ra•• of outlet control 1tructure $0 .. 12,710 U% 3.1E TPWCoordinlltlon to addreu 5'-lnch Storm conn/et with M-2 10 ss in PMk 2P 14,005.00 1115.00 S4, 120.oo 0 0 0 0 so .. M,120 0.4% .. 3.1F P7 112,870.00 175.00 112,745.00 0.0 0.0 0.0 0.0 0.0 0.0 so .. 112,741 1.4% .. 3.2 40 14.830.00 SO.DO 14,830.00 so .. M.130 U % ., 3.3 18 SZ.850.00 SO.DO $2.850.00 0 0 0 0 0 0 $0 IO ...... 0.J% 3.5 32 S3 860.00 SO.DO SJ.880.00 0 0 0 0 0 0 so NO o. 2171 s224.J7aoo $1,432.00 $225,810.00 0 0 0 0 0 0 $0 $0 021111 0 24.0% Tu k 4 Flnal Deslan CtO I 100%1 4.1 Dr•~ Fine/ Pl,n, ~ (IH change• ebowJ 520 S52, 180.00 1500.00 152.880.00 so .. 112,NO 1.1% #I 4.1A Final 0.1/gn . Country Club Circle W•tttr#ne New Sewer Exten ,lon (Simond•le & H,t11¥00d) 60 SB,440.00 S0.00 $8,440.00 $0 .. M ,'40 0.7% #I 4.2 Fin"' Pl.,,, 100% (tH change, eboveJ 209 S20,5QO.OO S0.00 SZ0.590.00 $0 .. 120 ,HO 2.2% #I 4.20 Finl# Oe1/gn · P•'*• Conver,lon & Field Operation, Outf,11 Oe1 /gn Change, (mowd ,ome .. item 4.3 co,t Into thl, Item) 118 112,830.00 1140.00 112.770.00 so .. 112,770 U % 4.2C Fina/ De1/gn . 2-md! lrrig.rlon l+t. (rnowd Some ne w co1r1 ~ item 4.3 Into thi• itemJ 8 St,240.00 SO.DO Sf,240.00 so .. 11 ,UO 0.1% .. NE W ITEM · De1lgn & Coll E1tim•te of new 54-/nch Storm Se wer Outfllll (500 LFJ • 4.20 Include• f PP •hfft: 11,-clel ltructure deteil 1hfft: 1 ba1lc detail 1heef; 1 SW3P & 1 .. Traffic lhfft1; p/ut locetorl1urwy control ,heet 130 S15,l100.00 $1.50.00 SfB,0.50.00 so .. 111,0IG 1.7% 4.1E Final De1/gn . P•rt 1 Re-de1i~ affort, to •dd ,.., Storm connict wl ss in Perl( 25 12,785.00 S0.00 12,785.00 so .. 12,711 U% .. 4.2F Fina/ De,lgn . Pian Modlffc•tlon1 to reduce foot•ge frMI 32+00 to 20+00 (include, .. additional traffic control end SW3P plan modiffcetlon1} ,. SZ,020.00 St00.00 $2,120.00 so .. '2,120 0.2% 4.20 M-210 Final Plan• (revit&d de,ignJ for Re-toute for Tenni, Center Improvement, & Prim•ry " 15,880.00 175.00 S5,P55.00 $0.0 IO.O ...... ..... .. Sewer SeMCe Reali~ for the CCC M-210 Fin•/ REDESIGNED Plen, for Tennis Cemer Re-route & Prim«y Se wer Service 32 14.500.00 155.00 14.555 00 so .o .... ....... 0.1% .. 4.2H Rulignment by Tunneling for the CCC M-210 Final &-inch Yi-1. in Country Club -REDESIGNED PLANS du• to City reque,ted 120 Sf4,IUO.OO $55.00 S14,PP5.00 so .a IO.O 114,IN 1.1% .. 4.21 re alignment ......... _________ • ro.oo ..... ro.oo t.t ... n.t iu 11.1 171.1 IZt,l1U $100.0 Nl,ltu 11A N1,11f u,i, II ....................... c........,... ........... ,...... ........ _,...... ___ II.INlllllllo_llo ___ lorll ·-I 4.3 Con,trudion Coit EstimMH (for 2-lnch imgetiOII H-1.. & SS rede,igna from parka converaion . ,. SS,205.00 $0.00 $8,205.00 $0 iii 1&eitem14.28& CJ 4.3A Conltruction Coit Ettim.re for P.r 4 & 5 12 11.490.00 S0.00 S f.490.00 0 0 0 $0 .. S ubtotal • Final Desi!:! 1370 $148,780.00 St .075.00 S1'P.855.00 60 72 32 tt 0 176 StOO $25,010 City of Fort Worth M-210 Sewer Relocation Design Start Date : April 29 , 2010 Comple tion Date : March 2017 AMENDMENT NO 7R September 17. 2015 AMENDMENT '1 ITEMS [RE\IJSED B UDGET W I A.MENDS l'f.t TOTALS -] 1--R-· ---JI-I--! 240 195 125 100 70 "9¥1Hd Amendment 1--I Total """' Direct Total 1---I Total """" -UOIII T•'II Contract Cotti Tull:% , .... TNkNo. T•k Oeaeription "'"" co ,t co,t, Coat PD PM PE KEil/CT OT/CL Hours Coota Cell TOIII T-Total Re"rence No. 1--1-----) 1---JI-- Ta1lc I Bid Phase Se rvlc:H 5.1 Bid Support (5 pro/ect•J • for Part 4 & 5 laing edded 18. $23,700.00 S100.00 S23.800.00 $0 .. uuoo ... .,. .. 5 .2 MytarDr,iWno• (Elttra for Part if & 5J 28 SJ.010.00 $515.00 SJ,.525.00 $0 .. tU21 °""" .. Storm Sewer Outfall Detign RevisioM (plans and 19ecfication1). including analyai11 of 82 $9,910.00 S75.00 SQ.985.00 #S 5 .3 chinage hydraulics of the storm delign changes and inuing 2 NSOCi1te d AddenciJnw $0 ...... t .t 'I', .......--·POlt4·-·-4-to-•llo .... -0 10.00 I0.00 I0.00 • 11 11 • • ...... -.. --..... • .... ..----·4--------·-· ..---Subtotal -Bid Ph .. 2otl $36,820.00 $691.00 $3 7,311.00 12 12 28 $3,NO.O 1120.0 ••.soo.o 10.3% 141 ,111 U 'I', THk I Construction Phase a.,V1ce1 6 .1 Con,tructlon Support -~!:!ll?m:mfnftl ~It! ~l1il1 !5!:r Pad, 1 -inEl'=!§te1 ett,n~.1!1fl. 1 wooklk'. ,., S25.875.00 S135.00 s2e,010.oo 0.0 so.o IO.D Ul,010 ... .,. #S ,om~tQr !!!f!tlniz £1l 1J!..1 Z. -llf_r PM !!!l~ltl !!19. TR ~ ~ ~p E2me'.-'nt !nst ! !!Sl!:!e •te d fft.lrl. rntff[ng £!!24112. !~ ~121 5.1A R•vi•lon of Plen, fo r Modffl.d Rlwr cro,.Jng Con1truetion Per Contrici"O'r"i" City Dlrr,cted 112 S1J,100.00 $250.00 $1J.P50.00 0 so.a IO.D ,u,110 t ,1'11, .. 6 .18 Con~rmed oOCUmentt ·PreparetJort ,o;·M.-210 Pert 1 -2< S2.J80.00 S75.00 $2,4.5.5.00 0 so.a IO.D ,z. .. , O,J % ., 6 .1C1 ENceuive RF/ end Shop Ore win" Re...;e ws tor PMf 1, inch.ldinQ unbudgeted 1/te vitit, ., SP.S/90.00 S60.00 $10,050.00 50.0 IO.O 0. 110,0IO t .1'11, #S needed to confirm delivered HOPE pipa 1/zea (10) end other field deaiQn chengea mede by the Contrector to ,upport re~eted hydreulic check, th« were parlormed on the siphon to verify It l'ltN worlc elter ell thH• contractor chenge, 6 .1C2 Exten&iw RFI end Shop Drewing Re\rlew, for Pelf 2. including eddreuing concrete ITWY 20 U .220.00 SJ0.00 SJ.250.00 so .a IO.D 0. 13 ,UO 0.3% ., de ,ignt (Conthlekl ln(egretion) end la,pe pn,-cHt MH ,ubmlttel ,tructurel revie ws and required ,ite vitlt, nnded to re,olve the ,torm ,ewer conllicl. 6 .10 Conformed Document, Prep,t(etJon tor M-210 Pert 2 20 S2, 180.00 se5.oo S2.245.00 $0.0 IO.D 12,241 0,1'1', #S 6.1E Revi•ed M-210 Pt 2 plen aheet, to eddreas exitting 54-lnch ,tonn ,ewer ellgnment conflict 28 SJ.380.00 S60.00 $3,440.00 $0.0 IO.O 13 ..... U'I', #S (not con,trucfed .ccording to H ·builr) dltcowred during con,truction 6 .1F Conformed Document, for Pert 3 end At -bu/Ir Preperetion for P1rt, 2 & 3 •• S5.050.00 S100.00 $5,150.00 $0.0 IO.O H,tlo ... .,. #S 6.1G C<>n,truction Support · ~!.!il?m:!I!!Mf!I §it1 ~itll! I: T!£!1tJ./al. A11i1f!!!E! !qr P!!1. J a.~nn/1 26 S4 , 120.00 $75.00 S4 ,1PS.OO 0.0 0.0 0.0 0.0 0.0 $0.0 .... M,111 o ... ,. ,ent1r!:Y_leftt.1H1ill!!1 · !!!2ri!:!Sltt1f w!tf!:li!:!f: l!!St!i?!t:!!!E2!!fr!B2rE?!!!lil! 2!H!! !2! !~~fl !!2d!:! All2 fn~l 12!?!! lrt./st. !!!l!ll !H22!£m with l/:!f. TR~AC:f .. P,!_rmit tor Pet1 2 drein•fl!. .im~vementf int2 Ri~r __ ..,,_4 __ , __ ..,_4 0 I0.00 S0.00 I0.00 31 24 17 ,10.211,0 $30.0 Stt,nl.l -SIi.Sii 1.1'11 0 I0.00 I0.00 -10 • 10 211 14.011 ... M,MO 1.2'11 ..... .... Subtotal • Construction Phau Services 52P $159,895.00 S850.00 $70,145.00 41 30 ,. 95 $14,305.0 seo.o 11',HI.O . ..,.,. Ul,110 t .1% THk 7 ROWIEaffrnent Serv1ca• 7.2 Temporery Right-of-Entry (NE W e n&eded tor ,ewer e.rte n,ion• end M-180 •bendonmentJ 27 S2.B35.00 SJ0.00 S2,8 65.00 $0 O,J'I', .. Subtotal -ROW/Easment Servlcn 27 S2.835.00 SJ0.00 $2,865.00 $0 $0 $0 0.0% IZ.MI 0.3% THk I s u,wy Services and S ubuality Engineering .. , O.aign Survey Coordinetion .. .se,200.00 S0.00 $8.200.00 $0 Sl,200 0.7% #1 8 .2 SUE '2 S.5170.00 $0.00 SS.170.00 $0 1 170 . "" #1 Subtotal•SUN S•rvlcn and S ubuti En ·n .. nn .. $11 370.00 SO.OD S11 370.00 $0 tt no.oo t . #1 ----111-............ 11-U U71,70.N u ....... ...,.,., ... 113 114 50 17 .. 1 ff!,!71.1 1 17.3% N21,IM H.1'11 lpecW IERVICEI 1.2 Monthly Progre11 Repo,t, (Cover, u,,,. tor 4th & 5th Pett, & extonded con,truc6on time) ,. S10.380.00 $15.00 $10,395.00 $0 IO 111.JII 1.1% .. 1.3 QulHterly SSO/ Meeting, -Extre Mt"' (8) for Pert, 4 & 5 52 S7.P60.00 $65.00 JB.025.00 $0 .. 11,HI . . ..,. .. 2.2 Future Mfg• (up to JJ w/ CCC Steff/Con,ulent . Private sy,tem lmp,vmfflt• & Country Club •• SB. fP0.00 $140.00 SB,330.00 so .. 11,JJO . . ..,. .. 2.2A p;,,U,· ~lf,i°g ,:np, City Mtg on 718 end Stl/16 mtg •2 $11,455.00 SO.OD Sff,4.5.5.00 $0 IO 111 .... 1.1'1', It 3.2 Gootechnlc.el Surwy SO.DO SJ0,340.00 SJ0.340.00 $0 UO,J.tO ..... #1 City of Fort Wotth M -210 Sewer Relocation Design Start Date: Apri l 29. 2010 Comp letion Oat.: M.,ch 2017 AMEN DMENT ,r tTEM S {REVIS ED BUDGET W I AMENDS l'f.f TOTALS -/ (--Rates• -((- ( -----------[ T nk No . T Nk DHCtiption 3.2A 3.4 3.6 3.6A 3.7 4.4 4.8 -----------[ Supplemental Geot~nlc-1 Surwy In P.,-k for R/>;&r Croulng & Stonn Sewer Oe1/gn (5 loc•tlon1) • doM PubNc Me•tlng• (5 p,,ck•g••J ADDED Time for •dditlon., me.ring, (2) & EKhlbit PreparM/on Tr•ffle Control Pl•n• (5 P•chge1) • lldthd •nothar for P•rt• 4 & 5 Unlwr,ity Orlw Tr,fflc Study for P•rt 1 (1coping/1ubconfr•ctlng. dlll• con.ct/on. & S i,vpf'p (5 pack,gH) Addition., Project P,rt, cre•t•d requiring 2 more ie1, Coard. 1W DOE & EJES E1ttr• Worlr . REVISED w«•r p/1n Impact, lnt•grllllon of n•w Con,truct/on Specification, Mid Contract Document, -e.1 Topoor•phlc11 Surwy 8.1A Addition., Su,wy . l>rfv•t• Sy1tem PIM'I Dew/CptNnt · 2-1/2d1yc O $2000/d•y 15.18 Additional Su,wy . Stam, In Unlwrlffy for M-37 1'91't>Uf• option, · 112 day O S2000/d1y fl .1C Additional Su,wy . &OOtf (CC Cl"1e ~J + 240LF forSlmond•le sewerHttnslon fl .1D A/lgnrn.ntst,klngforP"'1<,Conwraion -1150lf1tS1.00 9.1 CoonJin,tlon wtth n+RO and COE 9.1A Out of Scope . THC M1nd1t,d AreM<>logical SH• Elfploratlon of P•rt 1. CF TrinHy River 9.1 B Out of Scopa • M-210 Rlwr Croulng NEPA REVIEW R•qtJl,.ment by USA CE 9.1C 9.10 9.1E 9.1F-1 9.1F-2 9.1G TR~ Coordln,tion & P•rmlt ,...submluion due to ContrKtor Modified River Crouing Con,tructlon pl.n ,.vi,lont (includH docurrtfflt revlilons & ,np.ration•J Pl•n Revision, du, to Contractor Modfflad River Crossing R•quHt NEW SCOPE . Minor S•ctlon 40,9 Perrr,it Scoplng!Det•tmin•tlon for 54-inch Storm Sewer Outf•N Design & Con1tructlon . /ncludH THC Archeologic., Perrr,it, Exploration and Report; Trinity River Siphon o .. 1gr, Modiffc•tlon, . Hydr.ullc M•ly,., of Deepened (by $.ttJ cro,,ing,,., Contr•ctor RequHt Trinity River Siphon o .. sgn Modiffc•tlon . o .. 1gn Pl•n R•vf•lon• . (Dnpened ($.ft) croulng par Contractor R•qu••tJ Trinity Rlwr Siphon Hydr•ullc Anlly,,.. New pipa m11eri1/1 (DR 17) per Contractor R.c,uest Total Hours [-- 10 .. 221 • ,,, 17 0 70 18.5 •• 23 00 37.5 9.1 H City Sl•ff di,..ctad M1ditfon•l 1upplenwnt•I Hydraulic Aues,ments during Parl 1 40 Construction to •v•luat• "V•rlou• othe,-con,tltJCtlon lfeld chM!ges made by rtt. Contr•ctor 9.11 Production or Laro• Diem.t•r M•nhol• 0.1/gn O.tell, for ContrKtor during Part 1 at the 23 9.2 Printing (If R•qulml) 0 1(\01:1 Origin•/ Budget 3205 Modified Budget to d1te: e575.5 net 1ncreaH 1n hours per approved amendmenta 3371 L•b<N Coit $1 .0.50.00 $5.315.00 $23,345.00 $1 ,415.00 S11 ,8P5.00 $2.145.00 SO.DO SO.DO S0.00 S0.00 S0.00 $0.00 $8.825.00 $2,850.00 $B.81JO.OO $700.00 S2,8M.OO $7,700.00 S.5, 187.00 se:.1e:,.oo $2,215.00 $5,240.00 S2,PP5.00 SO.OD 1111,111.0fl $3315. 700.00 S757 8115 .00 1421 ,111.00 Dl,e<t Coit, $10,560.00 $120.00 150.00 1818.00 $100.00 S0.00 S0.00 S56,P7.5.00 S.5,000.00 $1,000.00 SJ,7tKJ.OO $1 .150.00 $0.00 $18.750.00 $100.00 SJ.5.00 S0.00 $35,400.00 $70.00 $350.00 S0.00 S0.00 $30.00 $11.140.00 111,.,,I.H SP5,H5.00 $181 .326.00 115 ,1 30 .00 Original Contract Contract Amendment 1: Contract Amendment 2 Contr.ct Amendment 3: Contract Amendment 4: Contract Amendment 5: Contract Amendment 6: Contract Amendment 7: Revised Contract v.iu,: Tot•! co,, ---1 s11 ,e:1e:.oo $5.435.00 S23,3P!li.OO $2,233.00 S11.Plil5.00 $2.145.00 S0.00 S5e,P7.5.00 $5,000.00 $1,000.00 $3,790.00 $1 ,150.00 $8.82.5.00 $21 .500.00 SB.PIJ0.00 $735.00 $2.85.5.00 $43,100 00 S.5.257.00 SB • .515.00 $2,215.00 $5.240.00 $3,025.00 $11 ,140.00 1111,IH.H $432.JQIS.OO ,HlYt::: $432,396.00 $92,009.00 $21 ,600.00 $23,388.50 $237,678.50 $45,750.00 $42,445.00 $43 875.00 $939,142.00 240 (-- PO (-- 0 195 125 100 70 -I Total PM PE "EITICT OT /C L Hou,s -11-- 0 0 Spreadlheet check : Total Amendments Total Mfv\lBEsubs AMENDMENT NO 7R September 17 , 201 5 I--! lleYIHd Affilndmtnt D1t.et A-H-T-!6 Conffacl Cottl THk"' ..... c-Cell , ... Total Totol "lflrtnOI No , I--! so IO 111 ,1 11 1.2% Q so IO ... .,. D.1% 1M so IO tU,Jtl 2.1% 1M so IO 12,W 0,2% 1M $0 IO 111 ,n1 , .... 1M so IO 12,141 0.2% ., so IO .. 0.0% so IO 111 ,171 1.1% ., so IO H.000 D.1% ., so IO 11.000 0.1% ., so IO U ,?IO U % 11 so IO l 1.110 D,1% ,1 so IO IU21 0.,% ., so IO 121 .000 LI% n 1M so IO 11,NO D,7% $0 .. 17H D.1% 1M $0 IO 12.111 D.JII 1M so IO ~.,oo ... ,. 1M Ill so IO H,117 D.1% Ill so IO M ,111 0.7% ... INllto l .1 In so IO 12,211 0,2% _, $0.0 .... H ,JAO D.1% .. so .o .... IJ.021 U % .. so 111,40 IO O.G'4 111, .... SH5,297 .00 1131,1 42.00 $17 .000 .00 MtYJBE for Amend 2 $10 .580 .00 MMIBE for Amtnd 3 S464 301 S31 ,SOO .OO Mfv\lBE for Amend• $70.790 $800 .00 MIWBE of Total Amtnd S 0.00% MiWBE of TOIII Amend 9 0.00% MIWSE of Total Amend 7 15.25% Est MIWBE for all Project Amendments