Loading...
HomeMy WebLinkAboutContract 48947-A2 CSC No.48947-A2 AMENDMENT No.2 TO CITY SECRETARY CONTRACT VVIM' the City of Fort Worth (CITY) and RJN Group, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 48947, (the CONTRACT) which was authorized by M&C C-28142 on the 71 day of March, 2017 in the amount of $95,000 .00; and +I£I+IAS, the CONTRACT was subsequently revised by Amendment No. 1 in the amount of $49,700.00 by M&C C-2915 on June 18, 2019; and WIMI LEAS, the CONTRACT involves engineering services for the following project: Citywide Westside Collection System Flow Monitoring Project V> ,RU,AS, it has become necessary to execute Amendment No. 2 -to the CONTRACT to include an increased scope of work and revised fee. NOW TIMILEFORE, 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 letter attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $96,895.00. 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 $241,595.00. All other provisions of the Contract, which are not expressly amended herein, shall remain in -full force and effect. OFFICIAL RECORD Page -1- CITY SECRETARY FT. WORTH, TX EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: ENGINEER City of Fort Worth RJN Group, Inc. bay B�AGu7� Dana Burghdoff( p 28,20 09:16 CDT) , a L3"2 Dana Burghdoff Daniel Jac son, P.E. Assistant City Manager Vice President Sep 28,2021 DATE: DATE: Sept. 22, 2021 /APPROVAL RECOMMENDED: Christopher Hard (Sep 24,202169:26 CDT) Chris Harder, P.E. Director, Water Department Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the -monitoring and administration of this contract, including ensuring all performance and reporting requirements. John Kasavich, P.E. Project Manager I ' APPROVED AS TO FORM AND LEGALITY: M&C: 21-0623 ow.*rl Date: August 24, 2021 DBlack(Sep 28,202109:13 CDT) Form 2019-501207 Douglas W. Black Senior Assistant City Attorney - ATTEST: ppF OR''��a� 00 °°°O 00° °0AdA Ronald Gonzales -fto °_ j Acting City Secretary °° �� *° ° °°°°°°°°°°° a OFFICIAL RECORD ����EXASaap CITY SECRETARY j Page -2- FT. WORTH, TX i ° A www.rjn.com r�n L), Excellence through Ownership May 13,2021 ATfN: John Kasavich,P.E. Project Manager City of Fort Worth Water Department 200 Texas Street Fort Worth, Texas 76102 RE: Contract Amendment No.2 Engineering Services and Technical Assistance for a Citywide Collection System Temporary Flow Monitoring Project City Secretary Contract No. 48947 Mr. Kasavich: Please find attached Contract Amendment No. 2 to the Engineering Services and Technical Assistance for a Citywide Collection System Temporary Flow Monitoring Project. This amendment request specifically addresses the project narrative elements summarized below: BACKGROUND: RJN Group completed a wastewater meter coverage and flow meter technology assessment and compiled all collected data and evaluations into a comprehensive report for the City of Fort Worth. In addition to assessing the existing wholesale meter coverage, RJN Group evaluated Smart Covers currently deployed within the City's system and created map exhibits overlaid with the recommended temporary meter sites to be deployed within the City's system. A total of seventeen (17) proposed temporary meter sites were identified by the City. The RJN Group completed flow meter site reviews and field investigations as well as detailed manhole evaluation inspections and manhole rehabilitation recommendations at those sites. Three (3) of those sites were located near the Village Creek Wastewater Treatment Plant and were evaluated, investigated, and recommended installation. RJN Group also evaluated and recommended specific flow meter technologies to be used based upon the City's goal fo►• three (3) of the evaluated sites to be deployed as permanent meter locations. RJN Group evaluated multiple methods of integrating the telemetry and data into the City's existing system. In addition, RJN Group assisted with the development of the Renewable, Non-Exclusive Turn- Key Contract for Flow Monitoring Related Equipment bid package and award recommendations. This bid package was originally advertised in December 2017. In March 2018, the bid package was required to be re-advertised prior to award and RJN Group integrated five (5) previously issued addenda to the bid package as well as updated the structure of the bid proposal document. AMENDMENT NO. 2: Addresses the solicitation of the following funding of engineering services in the amount of$96,895.00 for the above referenced project. TASK 1: PROJECT ADMINISTRATION/MEETINGS Preform RJN's internal project control procedures monthly, including schedule and budget control, quality control review,and monthly progress reports. 6701 ••• Stair Road,Suite 1 11W-Fort Worth, . . 11 16 r j I �1-,;, www.rin.com Excellence through ownership TASK 2: OVERSIGHT&REVIEW OF VENDOR INSTALLS&STAFF SUPPORT RJN will continue to support City staff with managing vendors. RJN has been and will continue to support City staff with determining potential flow meter locations, developing exhibits for vendors displaying potential flow meter locations, generating property owner notification letters, and coordinating with vendors for•alternate locations for flow meter installation.RJN will provide onsite flow meter installation supervision and/or review at the request of City Staff. RJN will continue to support City Staff in the managing and oversight of vendor contracts at the request of the City including, but not limited to vendor invoice review and support during the contractor renewal process. RJN at the City's request, will provide "emergency" field services assistance associated with the installation, maintenance/troubleshooting, or removal of flow meters. RJN manage and vendor submittals to ensure that reports and logs are submitted on time and available for review by the City. Please note that the attached LOE budget includes costs incurred by RJN in Year 3 for supplemental services related to the purchase and deployment of five(5) additional Hach meters into the system in several wastewater basins; the renewal of the 2 vendor subcontracts; the impacts of addressing the time sensitive removal of three (3) meters in the Clear Fork Basin (railyard) to facilitate the CIPP rehabilitation of several pipelines in the area; and the impacts of the ADS installation of supplemental communication systems on the three (3) meters near the Village Creek Wastewater Treatment Plant. Other LOE costs shown are to substantively fund this task for Year 4 of the vendor contract period. TASK 3:SUPPLEMENTAL ENGINEERING SERVICES RJN will consult with the City as requested on various City CIP projects. RJN will provide general consulting services on project as requested by the City. Projects maybe contain sewer rehabilitation, sewer capacity improvements, or emergency water line improvements. Consultation will include meeting with City Staff, other consultants,or contractors as directed by the City. Review and discussion of plans is additionally included. Should the City require RJN to conduct design work or to generate plans or other documentation a supplemental amendment or separate agreement will be required. Please note that the attached LOE budget includes costs incurred by RJN in Year 3 for supplemental services for providing technical assistance to the City during the development of the City's now adopted Flow Monitoring SOP. A draft SOP was generated internally as part of a CMOM Gap analysis. RJN provided comprehensive reviews and revisions to the documents and resubmitted a modified Flow Monitoring SOP which has since been adopted by the City. Other LOE costs shown are to substantively fund this task for Year 4 of the vendor contract period. TASK 4: CLARITY® RJN Clarity® is a robust online platform designed for utility owners that brings confidence, analytics, and automation to linked pipeline hydraulic and condition assessment data. Clarity®is capable of accepting flow meter data from outside sources and hosting that data to provide the City a single point of access to all data through one portal or"dashboard". Should access to flow meter data and the City's ARC GIS data be provided, RJN will make data accessible through its Clarity®platform.The following features would be available to the City. • Map Base Layer 4 _ www.rjn.com r,n roU ju Excellence through Ownership • Tabular Data • Document Library • Hydrographs and Scattergraphs • Customized Hydrograph Scaling • Data Exporting • Dashboarding TASK 5: PLOW DATA QUALITY REVIEW It has come to the attention of City of Fort Worth Staff that flow monitoring data collected does accurately compare to the City's current hydraulic model. Seven (7) sites have currently been identified as having a discrepancy to the model generated flows. There are a variety of reason that could lead to this issue from the amount of data processing the meter data has been through to improper maintenance, to issues with the model calibration among a few. RJN will conduct an independent review of the flow data and conducted flow meter maintenance to attempt to ascertain potential issues with the flow data. Recommendations for additional flow meter maintenance or additional data processing will be made, as necessary. Under the Amendment No. 2 request,RJN has integrated the costs noted above in the amendment items which is summarized by project task costs shown in the cost table below: Task Description Hrs Labor($) Expenses Total Costs No. $ $ 1 Project Management 34 $5,785.00 $250.00 $6,035.00 2 Oversight and Review of Vendor 292 $45,850.00 $1,720.00 $47,570.00 Installations and Staff Support as Requested 3 Supplemental Engineering 119 $21,735.00 $500.00 $22,235.00 Services 4 Clarity°(Cloud based Flo►v Meter 37 $5,635.00 $4,000.00 $9,635.00 Data Revie►v Plat Orin 5 'Flow Data Quality Review 88 $10,920.00 $500.00 $11,420.00 *TOTAL: 570 $89,925.00 $6,570.00 $96,895.00 For your convenience,a summary of the total project fees are as follows: Contract Item Fee Original Contract Amount $ 95,000.00 Amendment No. 1 $ 49,700.00 Amendment No. 2 $ 96,895.00 Amended Contract Value $ 241,595.00 www.rin.com n grou JL Excellence through Ownership Please do not hesitate to contact us should you have questions or need any additional background information concerning this matter. Thank you for your time and consideration. Sincerely, O—J� w Tristan Nickel,P.E., Engineering Supervisor RJN-18319300 CC: Tony Sholola,P.E.,FWWD,City of Fort Worth Daniel Jackson,P.E.,Sr. Vice President,RJN Group Chris Brooks,P.E.,Senior Project Manager, RJN Group i RIN LOE UUDGET 13-May-21 Labor Category(2021) held Crew Crew Data PD Sr.Pht Sr.PE/PM PE I EIT/CADD I Manager Supervisor Technician Analyst Clerical Total Hours Task Sub- Expense TaskSub- $275.00 $220.00 $190.00 $160.00 $115.00 $100.00 $85.00 $75.00 $110.00 $95.00 Total Sub-Total Total Task Novrs Task l:ProJecl Management 3 7 12 0 0 0 0 0 0 12 34 $5.785.00 $250.00 $6,035.00 Suh.Tosk IA:Inv cc Pnsp onJ 9urlprl tonlrul 3 6 4 17 i292.060 $125,,10 $1045.00 S!el Iirsk l9:Ilnnlhly Pru0rrss Frpvr!s, 1 6 6 17 52265.On 5125M( A90 S2 .00 Scheduhnu,and OunlilV fonVol Rrvirm 5 Task 2:Oversight and Review of Vendor Installations and Slaty Support as Requested 0 68 92 10 14 74 24 24 36 0 292 $45.850.00 $1,720.OD $47,570.00 M-Task 2A VUlamdiny Vendor l;l_•ztm,,s 6 6 2 2 16 .S3(11(208 $1C0.(h9 $3,1 Met) SO To;'28:Revtetvin(1 Omdw C-m,rl P,,snue;R d G 10 52.(20.w} $10100 $2,120.00 5111,Tos k 2l:Consulting with C,ty,,,1.1,1 r Remo 4 and Re.lnstalhrlioni F 12 6 6 12 ail _i 57O00 5200.00 $6,77000 �I;Lin;t70:Ai1cnJ Alonthty ilnty l"oiitor/nn 6 17 2 I .- 1iEq 00 54.IS0W ��ldsc,:•or Opc;ations l:lcrfn9s Sub-ios,V 2F:U61,t,;,,Y of City Fimv 1+im1-fo- lVnste�se!cr 9ysMm.5lrnlrgic Pfvtiinq In lwhws 30 26 6U 512.r0l),M $320,co $12,320A0 Suh Tus 4 2F:Fmrrgcncy Fic dAs Iston«• ilacprnJrn/)i,,"hill,trn;lb,"hi frig or n.'tv 74 24 2.1 2.1 96 :8.fi:='i.UO 5sw.cc $%-,. cc urine hwolh'rtfnns Suh-insl_I(;:Rev!ns!•Vrndur R�•po;lino 16 30 4G 59220.00 w),).00 $9.720.O, Task 3:Supplemental Engineering Services 1 38 40 20 20 0 0 0 0 0 119 $21,73550 $500.00 $22,235,00 Sub lntF3A:Fenjc<t Pianning.lrstslonrc nid 1 12 14 it, 20 57 S`)475.00 S2C0.00 $9.675.06 '.ilsreRnurous 5f.j 5u1,�1'arl Su64vs1>8:Year 3lncurred Cosrs fm SOP Re.'v,''Uty and folnnlenting 2G 62 1111 J:0.00 $100.O0 $12.SG0.00 Task4:Claritya(Cloudbasedilaw Mew Data Review Platform-'Doshbaard 00 1 4 12 0 0 0 0 0 20 0 37 $5,635.00 $4,0 .00 $9,635.00 1osk4,}:Ll,rritV'Rnsir firensr F.:r/35eut%1 0 50,00 $4,OCO.Cn $4,000,00 ins.t'.18:C/nrih•'Vandar loordinudnn 1 A 17 20 37 55 c35f10 $5,635.00 Task S;flow Dala qualil Review 0 4 16 0 0 0 e 8 52 0 88 $10,920.00 $SOOM $11,420.00 *ask SA:Fluw Mrl�'r Riu,�nlenn,lrc Revi,:s:' & 10 4G �544D.OG $SU).Ufi SS.i f0.UU Tos.kSR:Flas•�Dnln Procet<lny Revie�•i I & 32 42 ,, •IC0.00 55.480.00 Sub-Tota $1,375.DO $26,620.00 $32,680.00 $4,... $3,$lM. $2.40D.001 $2,720.001 $2,400.00$11,880.00 $1,140.00 570 1 $89,925.001 $6,970.001 $96,895.00 TotallAmendment No,21: $89,925.001 $6,970.001 $96,895.00 City of Fort Worth,Texas Mayor and Council Communication DATE: 08/24/21 M&C FILE NUMBER: M&C 21-0623 LOG NAME: 60CITYWIDE WW METER RENEWAL NO.2-ADS/HACH AND AMEND2 RJN FUNDI SUBJECT (ALL)Adopt the Attached Appropriation Ordinance in the Amount of$376,495,00 to Fund Amendment No.2 to an Engineering Agreement with RJN Group,Inc.In the Amount Up To$96,895.00,the Second Renewal to a Professional Services Agreement with Hach Company in the Amount of$132,000.00,and the Second Renewal to a Professional Services Agreement with ADS,LLC in the Amount of$147,600.00 for the Citywide Wastewater Collection System Flow Metering Project RECOMMENDATION: It is recommended that the City Council adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water &Sewer Capital Projects Fund in the amount of$376,495.00,transferred from available funds within the Water&Sewer Fund for the Citywide Wastewater Collection System Flow Monitoring project(City Project No.100864). DISCUSSION: On April 3,2017,a professional services agreement in the amount of$95,000.00,Mayor&Council Communication(M&C C-28142),was administratively authorized with RJN Group,Inc.,for Citywide Wastewater Collection System Flow Metering project(City Secretary No.48947)to prepare to monitor wastewater flows within the wastewater collection system.The agreement was subsequently revised by Amendment No.1 in the amount of$49,700.00 on June 18,2019(M&C C-29152)that provided for assisting staff with planning new meter sites,meter site investigations,and oversight and review of vendor installations. This appropriation includes funding for the RJN Amendment No.2 and renewals of the Hach Company and ADS, LLC contracts as described below: Amendment No.2 provides continuing professional services work that includes assisting staff with planning new meter sites,meter site investigations,and oversighttreview of vendor installations and construction services. RJN Group,Inc.proposes to provide these services for a fee not to exceed$96,895.00. Staff considers the proposed fees to be fair and reasonable for the scope of services proposed. On June 5,2018,(M&C P-12204),the City Council authorized a professional services agreement with Hach Company(Hach)in the amount of $326,000.00(City Secretary Contract No.61038)and ADS,LLC(ADS)in the amount of$356,560.00(City Secretary Contract No.51017)for the Citywide Wastewater Collection System Flow Metering project.The project is to monitor wastewater flows within the wastewater collection system with portable flow metering devices allowing the Water Department to collect data to direct maintenance activities.Both contracts were awarded for an initial two-year term plus three one-year renewal options. On June 18,2019,(M&C C-29152),City Council authorized Amendment No.1 with Hach in the amount of$114,000.00 for installation of an additional five meters on Sanitary Sewer Mains Big Fossil 54-inch M-402A and the parallel relief main,West Fork Mains including the 90-Inch M- 280B and 90-inch M-338B and the existing 48-inch M-285 and provided for a twelve(12)month monitoring period for the new meters,roughly aligning with the second year of overall monitoring. On June 16,2020,(M&C 20-0394),the City Council authorized funding for the first renewals in the amounts of$132,000.00 with Hach (administratively executed September 23,2020[City Secretary No.51038-R1])and$147,600.00 with ADS(administratively authorized September 1,2020(City Secretary No.51017-R1)). The City of Fort Worth,ADS and Hach,now desire to exercise the 2nd renewal of their respective contracts in the same amounts as the first renewals. Professional services for Citywide Wastewater Collection System Flow Metering project is one component of the overall project that includes the purchase and installation of temporary meters. This project will impact the Water Department Operating Budget due to the on-going maintenance and calibration requirements of the installed meters. These costs will be incorporated into future Water Department Operating Budgets. Funding for the Citywide Wastewater Collection System Flow Monitoring are as depicted in the table below: Fund Existing Additional Project Total* Appropriations Appropriations Water Capital Projects Fund $115,000.00 $0.00 $115,000.00 59601 W&S Capital �� Projects Fund $1,125,860.00I $376,495.00�$4,502,355,00 56002 Project Total $1,240,860.00 $376,495.00]$1,617,355.00 *Numbers rounded for presentation purposes. Business Equity:A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Purchasing Division and approved by the MWBE Office in,accordance with the M/WBE or BDE Ordinance,because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. This project is citywide and affects ALL COUNCIL DISTRICTS. A Form 1295 is not required because:This M&C does not request approval of a contract with a business entity. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget of the Water&Sewer Fund and upon approval of the above recommendation and adoption of the attached appropriation ordinance,funds will be available in the W&S Capital Projects Fund for the Citywide WWC Sys Flow Metering Monitoring project.Prior to any expenditure being incurred,the Water Department has the responsibility of verifying the availability of funds. Submitted for City Manager's Office by: Dana Burghdoff 8018 Originating Business Unit Head: Chris Harder 5020 Additional Information Contact: John Kasavich 8480 T -n T C C C • • • . CL . . O_ . • Q, v v v ro ro tD m m o It U xt n n n • n n n O O O • c • C c O F-1 O O i. (D v (D (D n n n V It .. .. rt D m D D rt C rt M a m < Z C m rho cm 0 (-o co - c' °J n T 1 0 uq (D X (D • (D rt .D rt rt z "no N m N D"" N v 0 v rt v a, Co La we o�ro 01 I(D rr 3 0 3 3 G� r m D D D 3 M. 3 3 O (p O O c V) c c r. Z h rt .. ( - • Q rL C C C O O O (D (D (D X X X (D (D N