Loading...
HomeMy WebLinkAboutContract 49802-A1 (3)CSC No. 50005-A2 AMENDMENT No. 2 TO CITY SECRETARY CONTRACT No. 50005 WHEREAS, the City of Fort Worth (CITY) and RJN Group, Inc., (ENGINEER) made and entered into City Secretary Contract No. 50005, (the CONTRACT) which was authorized by M&C C-28461 on the 7th day of November, 2017 in the amount of $525,000.00; and WHEREAS, the CONTRACT was subsequently revised by Amendment No. 1 in the amount of $157,325.00 authorized by M&C C-29070 on March 19, 2019; and WHEREAS, the CONTRACT involves engineering services for the following project: M-199 C-R Sanitary Sewer Main Parallel Interceptor; and WHEREAS, it has become necessary to execute Amendment No. 2 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 proposal attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $287,175.00. 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 $969,500.00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Prof Services Agreement Amendment Template Revision Date: November 23, 2021 [M-199 C-R SS Parallel Interceptor] Page 1 of 2 [CPN 100836] EXECUTED and EFFECTIVE as of the date subscribed by the City's designated Assistant City Manager. APPROVED: City of Fort Worth Dcrvra Buy"andoff Dana Burghd off (Aug 2 , 202312:19 CDT) Dana Burghdoff Assistant City Manager DATE: Aug 23, 2023 APPROVAL RECOMMENDED: CGtnkovheY fAgdeY Christopher Harder (Aug 18, 2023 16:02 CDT) Chris Harder, P.E. Director, Water Department Contract Compliance Manager: ENGINEER RJN Group, c. S�^ Daniel JaJkson, P.E. Vice President DATE: August 18, 2023 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. /,14� 4�� P.9. alter N rwood, P.E. Project Manager APPROVED AS TO FORM AND LEGALITY: PA� DB[ack (Aug 23, 2023 09:36 CDT) Douglas W. Black Senior Assistant City Attorney 44gU4pn�� p o� FORT��O of dD �o ATTEST puo Rio 000 P�� TEXA5o4 �. nbRpoaa Jannette S. Goodall City Secretary M&C : 23-0655 Date: 08/8/23 Form 1295: 2023-1045982 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Prof Services Agreement Amendment Template Revision Date: November 23, 2021 Page 2 of 2 [M-199 C-R SS Parallel Interceptor] [CPN 100B36) rj n group Excellence through Ownership July 27, 2023 Mr. Walter Norwood, P.E., Project Manager City of Fort Worth Water Department 311 W. 10"' Street Fort Worth, Texas 76102 RE: Contract Amendment No. 2 M-199C-R Sanitary Sewer Main Parallel Interceptor for West Fork Basin City Secretary Contract No. 50005 City Project No. 100836, Contract No. C-28461 Mr. Norwood: www.rin.com Please find attached Contract Amendment No. 2 to the M-199C-R Sanitary Sewer Parallel Interceptor for West Fork Basin Project. This amendment request addresses a number of items falling under the following list of Project Tasks and Subtasks noted below: Task 1 Project Management ($33,125.00) addresses: a. City requested weekly/bi-weekly on-line meetings from 2021 (which are continuing); splitting the project into 2 Parts (designs, schedules and mandated reporting) to facilitate progress on this project which has been significantly impacted by a half dozen rejected development projects for a 30 plus acre track Town of Westworth Village's (WWV) development project and restrictions for locating the new replacement pipeline within the TRWD property and USACE federal project area. 2. Task 2 Conceptual Design ($37,220.00) addresses: a. Development and evaluations of alternate Burton Hill alignment and various sump pipeline alignment alternatives (east and west of ponds) directed by PM. b. Preparation for executive FWWD staff special briefing with WWV Officials to discuss the recommended M-199 CR pipeline alignments asnd project design status. The results of this meeting included revisiting the Burton Hill alignment due to possible WL rehabilitation needs and directive to meet with WW Village officials. c. Preparation for special meeting with WWV Officials to discuss the pending M- 199 CR pipeline alignments, and specifically regarding using Burton Hill which was rejected. Developed and evaluated a new conceptual route from Pumphrey Road to Roaring Springs to Dennis Ave to avoid most of WWV, resulting from feedback we received from the WWV coordination meeting and as directed by FW staff. d. Developed revised levee/sump area cross sections and 30% design drawings for the selected West Sump Alignment. e. Developed and evaluated supplemental pipeline alignment routes through the Kite development properties at the direction of staff. This pipeline alignment coordination work continued through 5 different local development plans of the rj n group Excellence through Ownership www.rjn.com Kite properties since 2021 and which still has not been settled; Efforts included splitting the project into 2 Parts to try to facilitate project progress due to development project induced and other alignment related project delays; and Includes various pipeline adjustments to minimize ROW needs and to facilitate easement acquisitions, based on a pre -permit application field meeting held with TRWD. (Note that this meetin-a led to extensive preliminary desizn alignment modifications for the proposed pipeline portions located within the USACE federal proiect area and TRWD controlled properties). f. Additionally, this TRWD meeting formally identified supplemental design scope of work requirements under this relief project which specifically addresses the formal decommissioning of the existing 36-in M-199 CR pipeline located along and under the existing federal West Fork Trinity levee structures within our project limits, thus becoming a capacity driven replacement project that was beyond the original scope of work of this contract. We were also directed to modify the pipeline design alignment to avoid all temporary filling of the existing wet sump (ponds) or shoreline vegetation removal. Numerous items discussed above and also presented in this amendment request under subsequent Tasks listed below are related to supplemental scopes of work, including additional work for alignment modification, structural shoring along the we ponds, formal easement document modifications and expanded Section 408 project permit efforts. 3. Task 3 Preliminary Design ($62,985.00) addresses: a. TRWD/WWV driven pipeline design realignment requests and modifications, including resolving grade conflicts with the proposed upsized WWV storm water outfall pipe and structures coming from City Hall, avoiding existing regional trail impacts and addressing the structural shoring design of this pipeline along the wet ponds to avoid discharge and vegetative impacts to those ponds. b. The formal decommissioning of the existing 36-in M-199 CR sanitary sewer pipeline located along and under the existing federal West Fork Trinity levee structures within our project limits. c. Development and coordination of portions of proposed alignment alternatives under Part 1 working closely with private property interests for the new Klinedinst Family's Compound, resulting in several iterations of proposed pipeline alignments and easement layouts/modifications; the production of exhibits, conducting several coordination meetings which appear to positively impact preliminary easement negotiations with that property owner. d. Supplemental design work for the preparation of Preliminary Design Drawings & Specifications For Part l/Part 2 to address local 8" sanitary sewer design and service reroutes from the old M-199 C and M-199CR pipelines in Skye Acres; street rebuild of Skye Acres and coordination WWV staff (and consultants) on upstream property service impacted by the new interceptor, including the shift west for the new POE #9 location (Redbird Ln), and the abandonment of the existing 8-inch WW Village SS in the TRWD property; plus the eizisting waterline replacement in Skye Acres. RJN will assist with the SS service planning efforts by WW Village, as necessary. Should additional local sanitary sewer or water lines need to be designed due to this project, those would require additional definition of scope and more funding. rjngroup Excellence through Ownership www.rin.com e. Additional funding for geotechnical planning, RJN constructability and QA/QC reviews of supplemental scope of work and directed design modifications, and formal design review meetings with the City. 4. Task 4 Final Design ($11,710.00) addresses: a. Supplemental design work authorized noted above to complete plans and specifications for 90 and 100% project submittals to the City. 5. Task 7 ROW/Easement Services ($38,570.00) addresses: a. Preparation and Submittals of extra PSSE's and TCE's due to shifting pipeline alignments of the M-199 CR interceptor across the USACE/TRWD properties and other private properties, including: FWISD, Klinedinst, Thompson, Kite, Tichnor, and Lawrence; above original budgeted amounts. It also addresses the reassessment of all remaining easement documents needed, twenty-six (26) more above the original 20 are needed and includes the subcnotractor's price increase. This item also addresses production and tracking of Right -of -Way Strip Map(s) & parcel tables for both project parts. Task 8 Survey Services ($24,730.00) addresses: a. Preparation and Submittals of extra PSSE's and TCE's due to shifting pipeline alignments of the M-199 CR interceptor across the USACE/TRWD properties and other private properties, including: FWISD, Klinedinst, Thompson, Kite, Tichnor, and Lawrence; above original budgeted amounts. It also addresses the reassessment of all remaining easement documents needed, twenty-six (26) more above the original 20 are needed and includes the subcontractor's price increases. This item also addresses production and tracking of Right -of -Way Strip Map(s) & parcel tables for both project parts. b. Supplemental design surveying for new relief pipeline alignments and other design plan modifications as directed and the additional SS replacement, rehabilitation or decommissioning design footage authorized. This also addresses supplement survey for ingress/egress access between Oak Forest & the levee on the south end of the project. It also addresses supplemental surveying for new sanitary sewer service re-routes of 16 properties off Skye Acres, capturing primarily only the Finished Floors of existing residential structures. c. Temporary Right of Entry submittal documents preparation requested associated with the sanitary sewer service re-routes. Task 9 Permitting ($41,578.00) addresses: a. Preparation of supplemental SWPPP documentation for working around sumps, Farmers Branch Creek and Airfield Falls. b. Supplemental Services for TxDOT Permitting (crossing and encroachments) at Skye Acres and for the Construction traffic impacts due to all the work in Skye Acres for W&S replacements. It also includes the SS interceptor and street reconstruction (coordination and additional permits as necessary) for long term traffic control of construction entrances and exits off M-183 here and in other ingress/egress sites that emerge in the sequencing of the work by the Contractor. rj n group www.rjn.com Excellence through Ownership c. Joint Reserve Naval Air Station - Carswell ingress/egress coordination to address phased construction and Streams & Valleys Coordination of Part 1 (pre - permitting and pre -construction) through TRWD. d. USACE Section 408 Permit Application for entire project; Includes ESA and Cultural Resources Study (CRS) and TX Historic Commission (THC) notification; and site specific SWPPP details for working around sumps, levee and river). Includes subcontractor funding leading Section 408 permit application process & CRS desktop study and letter report. No field exploration efforts are included at this time and may be required by the USACE under this Section 408 permit request, requiring additionally funding. e. USACE Section NWP 12 Permitting associated with the Farmers Branch Creek Crossing. This includes site specific SWPPP development for working around the natural water waterfall (Airfield Falls) on Farmers Branch Creek to be submitted with the NWP 12 application. 8. Task 10 City Directed Service ($30,020.00) addresses: a. Emergency funding to support the FWWD's coordination efforts with the TPW (Stormwater) HROM Program, addressing water and sanitary sewer relocation conceptual planning and basic technical support to the FWWD for several priority flood prone locations under design by TPW consultants and site specific design services for up to two (2) stormwater (HROM) project locations. Continued detailed design services are needed for several locations and require additional funding to address. Under this Amendment No. 2 request, RJN has integrated the costs noted above in the amendment item summaries provided into a single LOE fee request for this amendment (see attached spreadsheet) which is summarized by project task costs are shown in the summary cost table below: Task No. I Description Task 1- Project Management: 1.2.4.1/ Schedule/Reporting Updates for 1.2.5.1/ Parts 1 & 2 & Supplemental 1.2.7.1 Project Meetings (45) Task 2 - Conceptual Design (30%): 2.3.1/ Develop/Analyze Supplemental 2.3.2/ Alignments and 30% Conceptual 2.3.3/ Design plans 2.5.1/2.7 Hrs I Labor ($) Expenses Total Costs M M 152 $ 33,145.00 $ 0.00 $ 33,145.00 179 $ 37,220.00 $ 0.00 $ 37,220.00 r i n group JL Excellence through Ownership Task 3 - Preliminary Design (60%): 3.1.1/1.A 60% Prelim. Design of 3.1.2/ Authorized Supplemental Scope 3.2.1/3.3 of Work & Various Redesigns, 3.4/3.7 including Reviews 3.8/3.10 Task 4 - Final Design (90%): 4.1.1 90% Prelim. Design of Authorized Supplemental Scope of Work & Various Redesigns, Task 7 - ROW/Easement Services: 7.2 IPreparation of Revised and new Supplemental Easements (26) Task 8 - Survey: 8.1/8.1.A Supplemental Topographic 8.2 Survey for new design services; 16 service line re-routes and project ingress/egress Task 9 - Permitting: 9.1/9.3 SWPPP Preparation for Permits, 9.5.1/9.5.2 including Ingress/Egress; TXDOT Permits for Hwy183; Streams and Valleys Coordination: Section 408 & NWP12 Task 10 — City Direct Services: 10.3.A HROM Technical Support and Selective Utility Relocation Design Services www.rin.com 269 $ 56,885.00 $ 6,050.00 $ 62,985.00 56 $ 11,710.00 $ 0.00 $ 11,710.00 22 1 $ 4,570.00 1 $ 34,000.00 1 $ 38,570.00 41.5 $ 8,305.00 $ 16,425.00 $ 24,730.00 126 $ 25,360.00 $ 16,218.00 $ 41,578.00 151 $ 29,840.00 $ 180.00 $ 30,020.00 SUBTOTAL: 996.5 $ 207,035.00 $ 72,923.00 $ 279,958.00 10% Sub $ 7,217.00 Markup TOTAL: $ 287,175.00 For this amendment, a ten percent (10%) MBE goal was assigned by the City and it will be met through an additional $28,865.00 of subcontracting through Gorrondona and Associates for supplemental survey and easement preparation services. Contract Amendment No. 2 represents approximately a forty-two percent (42.09%) increase in the total contract value of this project. Therefore, we are requesting Contract Amendment No. 2 ,n rj n g ruup Excellence through Ownership www.rin.com to the M-199C-R Sanitary Sewer Parallel Interceptor for West Fork Basin in the amount of $287,175.00. For your convenience, a summary of the total project fees are as follows: Contract Item Original Contract Amount Amendment No. 1 Amendment No. 2 Amended Contract Value $ 525,000.00 $ 157,324.50 $ 287,175.00 $ 969,499.50 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, 4"tZ Z'44� Chris Brooks, P.E., Senior Project Manager RJN-18319300 CC: Tony Sholola, P.E., FWWD, City of Fort Worth Daniel Jackson, P.E., Vice President, RJN Group Mark Hinton, P.E., Principal Project Engineer, RJN Group Level of Effort Spreadsheet TASKIHOUR BREAKDOWN Design Services for M-199C-R Parallel Interceptor For West Fork Basin Amendment No. 2 City Project No. 100836 ( Por Ihours Ezoe 5F Task No. Task Description Project Sr Project project Mgr Project CADD/GPI Admin Dam Field Manager Field Field Total Labor Subconsultant Total Expense Task Sub Total Director Mana er En meer S Anal st Supervisor Technician Cost Travel Reproduction Cost $265 $240 s19s $160 $150 $115 $132 $951 S75 Ra $380 MWBE I Non-MWBE 61 13 48 0 30 0 0 0 0 $33,145 $0 $0 s0 s0 $0 $W,145 1.0 Project Management 0 s0 $0 $0 1.1 Managing the Team 1.2 Communications and Reporting s0 So $0 1.2.1 Pre -Design Coordination Meeting s0 so s0 1.2.4.1 Baseline Schedule M.,I. bons to Create Specific Part 1 8 2 Project Schedules 5 1 8 0 $3,125 $0 $3,125 1.2.5 Prepare Monthly Progress Reports with Schedule $0 so so 1.2.5.1 Supplemental Costs: MBE and Progress Reports & Schedule Updates for Parts 1 16 12 24 s10,180 $0 $10,180 & 2 thm Dec 2024 (addressing 24 months) 1.2.6 Prepare Monthly MBE/SBE Reports so so so 1.2.7 Monthly Progress Update Meetings/ Misc. Meetings Progress Update & Supplemental Meetings (Prior & future on-line meetings 1.2.7.1 scheduled -based on an Avg of 2 meetings per month (45 total) from Mar 2021- 40 12 28 6 S19,840 $0 $19.840 0cc 2024) 2.0 Conceptual Design (30-Percent) 0 60 11 40 68 0 0 0 0 0 $37,220 $0 $0 $0 $0 $0 $37,220 SO so so 2.1 I Data Collection(CCTV)- 2.3 Route Analysis & Conceptual Design Exhibits (Original PDR) Sol Sol so 2018.2020 (1) Various route alignment reassessments and analyses of the RJN recommended Burton Hill route, as directed by PM during 2018. This including critical conceptual PP sheet preparation revisiting/comparing recommended trenchless construction methods to avoid pavement impacts vs a 1/2 pavement open cut concept plan (2) Refine Supplemental Pipeline Alignment Routes as Directed by PM, including summarizing detailed Alignment Analyses, Exhibits and Conceptual PI —Profile Plans Developed for FV1WD Director and Asst Dlrectror and engineering staff presented in Feb 2021. (Reassessed Burton Hill route(s); 2.3.1 modified West Sump route into WWV properties and assessed the feasibility of an 0 16 3 14 16 0 0 0 0 0 $10,250 ... East Sump encroachment alignment - including production of Levee cross -sections Structural Envelope Impact Analyses for pre -permitting justifics Irons) - RESULTS OF MEETING - RJN was directed to examine making the Button Hill alignment work (find a path through the IGte site) - avoid trenchless, anticipate addressing old COF W 12" CI waterline in that street. plus use the existing M-207A alignment from oudall to Burton Hill. Item 232 below addresses the LOE associated with those Rem and other ahematives arsing from a presentation meeting set BY FTW and conducted by RJN withW W Village & FW WD officials Develop Supplemental Routes After Feb 2021 City Meeting: Revisit Burton HIII NE route options, including 12" WL replacement and expanded scope for M-207A replacementlrehab; Evaluate NWestem alignment(s) to Burton Hill Route Alignment Analyses resulting from Feb 2021 City Project Review Mtg. This iMormation and the 2.3.2 West Sump Alignment was presented to WW Village Officials in March 2021. WW 0 14 3 14 12 0 0 0 0 0 $9,080 .:.,.:... Village rejectedall internal pipeline routes leaving the West Sump Route and another WWV recommended western alignment from the W199 CR crossing at Pumphrey Drive, south to Roaring Springs and east along Dennis Ave to Oak Forest that was developed and presented to the COFW in another formal meeting resulting in the singular pursuit of the West Sump Alignmement. City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 8.092012, MODIFIED August 23, 2017 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for M-199C-R Parallel Interceptor For West Fork Basin Amendment No. 2 cy7* Prq*ect No. 100836 r ours r—ps. Task Description Project Sr Project Project CADD/ I Data Field Field Total Labor Total Expense No. I Project Mgrl Atlmin _ Field Manager I Subconsultant p Task Sub Total Director Manager Engineer S AnalYst Supervisor Technician_ Cost Travel Reproduction Cost Kate $380 $265 Develop Supplemental Alignment Plans / Profile plans for Parts 1 and Part 2 of repeated Conceptual through Preliminary Plan deliverables for numerous pipeline route modifications through: the Kite Property (addressing now a Sth different development plan over the last 18 months, to date); This effort also included addressing multiple pipeline routes revisions on the FWISD, Tichnor, D. Ferguson 0 22 and TRWD properties, as well. Lastly, this effort also included conceptual to 30% design plans development of the existing lower and of the 36" SS decomissioning by flow diversion into the new interceptornorth of White the Rd - Defining multiple versions of project limits to Part 1 and associated pipe diversion configurations) Design Technical Memorandum (Original PDR) 30% Design Drawings for Selected Route Supplemental 30% Design Drawings for Selected Route (west sumps), including 6 updating levee/sump cross -sections for that specific route 24 01 0 $11.560 4 16 s0 0 S51410 $0 $0 s0 $0 $0 $5,410 I I Sol I I I I SO so 2.7 Construction Estimate Updated per new selected route 2 2 $920 so $920 2.8 2.9 Project Update Meetings (1 additional and she meeting) Design Submittal Review Meeting SO Sol so so s0 so 3.0 Preliminary Design (60 Percent) 10 63 34 66 96 0 0 0 0 0 $56,8851 $0 $6,000 $100 $0 $6,100 $62,985 3.1 Preliminary Design Drawings (Includes structural engineering sub work) Preliminary Design Drawings and Specifications for structural engineering costs assisting RJN with sheet piling shoring and decommision pipe grouting access designs. This also addresses RJN's redesign of Part 1 retlecting the pipe 31 1 realignment designs requested by TRWD to avoid manholes in existing trail and the protection oft I including the need for special shoring along the wet ponds and pipeline access shaft designs along the approxineately i 7850 LF of 36", and 150 LF 30" and 15OLF of 24- M-199CR pipelines in the existing -_ levee Supplemental 60% Design Drawings addressing the Redesign of Part 1 reflecting 3.1.1A the pipe realignment designs requested by Klinedinst avoiding proposed private property improvemerrts for his family compound Supplemental Work: Prep aralion of Preliminary Design Drawugs S Speeiueauons For Part i/Part 2 to address local 8" sanitary seweresi dgn and 116 min) scmcc reroutes from the old M-199 C and M-19SCR pipelines; streel rdbltiltl of Skye Acres and coord—t— W W Village staff on upstream property senibe 3.1.2 impacted by the new mtemoptor, including the shift west for the new POE go lowuon (Redbird Ln), and the abandonment of the esistmg 8-inch W W Village $5 in the TRWD property. RJN will assist with die service planting efforts by WW ag 32 Geotechnical Investigations Supplemental Geotechnical Investigations beyond original budget of 12 sites to 18 per Attachment A. plus 4 extra bores 3 depth for pipeline along ponds and 32.1 decommissioning work along levee), including access permit development with TRWD. L I I Geotech services planning - It was decided to make the 12 bores i project limits it 14 3 12 18 101 1 24 24 3& $0 So SO $6,000 $50 1 S6.050 Sl6,000 Sol Sol Sol I so, S4,720 $29,4401 $01 Sol $501 $01 $501 S29,490 $0 $0 SO $3,135 City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 8.092012, MODIFIED August 23, 2017 2 of 5 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for M-199C-R Parallel Interceptor For West Fork Basin Amendment No. 2 Cjjy Project No. 100836 Labor(hours Expense Task No. Task Description W Project i j Sr Project j Project Mgr Project CADD/GI j I Admin Data Field Manager Field I Field Total Labor Subconsultant Total Ex ense p Task Sub Total Dire�Q Manaae Enaineer S Analyst, $aDCN< Technician Cost Travel Reproduction Cost Rate $3 ] $1�� $240 $195 $160 $150 SW� $132 J�Pi 575 MWBE I Non-MWBE 3.3 Constructtbility & CA/QC Reviews (supplemental costs) for new expanded Part 1 6 $2,280 s0 $2,280 & Z designs) 3.4 Public Meeting (2 held) - Cost recovery for the extra one held Ublity Clearance 2 2 1 S1,170 SO S1,170 3.5 $0 SO so 3.6 Traffic Control Plan s0 s0 so 3.7 Sh#W\`v;rwnlal Cil., LIP updates OPCC's-20u""!-23 (uccwrred U times May & Sept 3 0 4 S1.575 s0 $1,575 22, Feb 23; cost recovery 3.8 DAlOC - new round for Prelim (PS%) pear to Permit submittal 2 1 2 S1,505 $0 51,505 3.9 Project Update Meetings (2 assumed) so $0 $0 3.10 Design Submittal Review Meeting with City Staff - new for modified Part 1 and 2 plans 4 2 6 2 $3,030 $0 $3,030 (75%) 4.0 Final Design 1 16 2 20 16 1 0 0 0 0 $11,710 So $0 $0 $0 $0 $11,710 4.1 Final Draft (90%) Construction Plans and Specifications so $0 SO d 1 1 Extra Scope of work Design Services for 90%& 100% Plans and Specs 1 16 2 20 16 1 $11.710 $0 $11,710 Preparation for expanded design services (for a single set of plans and specs) 4.2 Final (100%) Plans and Specifications $0 $0 so 4.3 Final (100%) Plans & Specifications (subs) I I l I Sol l $0 so 4.4 CA/QC I I I I Sol I Sol so 4.5 lConstruction Estimates (90% and 100%) I I I I Sol II Sol so 4.6 Project Update Meetings (1 assumed) l l l l l Sol I I Sol so 4.7 Design Submittal Review Meeting l l l l Sol I I Sol s0 5.0 Bid Phase (Two Bids now -Supplemental Costs) 0 0 0 0 0 0 0 0 0 0 so $0 $0 s0 SO SO SO 5.1.1 Sell Contract Documents and Maintain Plan Holders List I $0 SO $0 5.1.3 lAttend Pre -bid Conference I l l l l l I Sol I I Sol $0 5.1.4 lAttend Bid Opening l l l l I Sol I Sol $0 5.1.5 ITabulate Bids and Recommend Award l l l l I Sol I Sol so Issue Conformed Contract Documents (Supplemental Work due to increased 5.1.6 Scope) - portion of reproduction costs moved from Task 62 to 5.1.6 & all 0 0 0 0 $0 $0 so so removed from Scope per City PM -To be addressed during the Construction Phase Services contract amendment 6.0 Construction Phase Services 0 0 0 Ill 0 0 0 0 0 0 so SO $0 $0 $0 SO $0 6.1.1 Attend Preconstmcbon Conference SO I I $0 SO $0 6.1.2 Attend Public Meeting (Preconsimction) SO SO SD so 6.1.3 Project Site Visits - supplemental amount due to increased scope 0 0 C $0 s0 so s0 6.1.4 Supplemental Submittal Reviews due to Increased Scope 0 0 0 $0 s0 $0 6.1.5 Supplemental Request for Information processing 0 0 0 so $0 SO 6.1.6 Final Walk Through and Punch List - Supplemental effort 0 0 0 $0 s0 so SO 6.2 Record Drawings (Supplemental Costs for Parts 1 & 2 - due to expanded scope of work) 0 0 0 C 0 so $0 SO City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 8.09.2012, MODIFIED August 23, 2017 3 of 5 Level of Effort Spreadsheet TASKIHOUR BREAKDOWN Design Services for M-199C-R Parallel Interceptor For West Fork Basin Amendment No. 2 2VProtect No. 100836 or(hours Expense Task Description preject Sr Project Project CADD/GI Data Field Field Total Labor Total Ex nse No. P r I I Pro/ect M" I I Admin I Field Manager I Subconsultant I Task Sub Total Di—o ManayRr E eer S Analy Supervisor Technician Cost Travel Reproduction Cost Ratel $380, 52651 $240I V95i $160I $15tl 511� $132 595 575 MWBE I Non-MWBE 7.0 ROW/Easement Services 0 10 0 0 12 0 0 0 0 0 $4,5701 $12,500 $21,500 s0 $0 $34,000 $38,570 7.1 Right -of -Way Research $0 $0 s0 PSSE & TCE Preparation and Submittals (clams adddressing the shifting alignments of the pipeline across USACenRWD and private properties (Kite, KlinedinY. Ttlompson, Lawmme) above original budgeted amounts) - plus 72 addressing the reassessment of a0 remaining easement, documents needed - 26 10 0 0 12 $4,570 $12,500 $21.500 $34.000 $38,570 more above the original 20 are needed and includes sub's price increase. Item alsoaddresses production of Rightof-Way Strip Mapls) 8 parcel tables for both to is 8.0 Survey 0 10 3 11 16.5 1 0 0 0 0 58,305 516,365 $0 $60 s0 $16.425 $24.7301 Design Survey (supplemental surveying for new alignments addressed and the 8.1 design plan modifications resulting/additional SS design footage authorized, 7 1 4 12 54,795 S1d,223 $30 including the decomissioning of the existing 36", plus the southern endtl ingross/egress access between Oak Forest d the levee) Supplemental surveying for new sanitary sewer service reroutes of 16 properties 8.1.A off Skyc Acros - Captures primarily Finished Floors only of existing residential 0 2 1 3 4 $1,995 $2,142 so Z_. 14_ - ,.�7 structures Temporary Right of Entry Submittal REQUESTS (TRWD for Subcontracting work 8.2 and TCE's for service re-route documents-16 lots minimum- development of 1 1 4 0.5 1 $1,515 S30 $30 $.,545 detailed re-route exhibits for property owner and insertion in the plans &, Subwdace4Jtili4y�nginxring{SUE}-supplementaLwwkto-doalblSkye-Acres-duHo she.tre—trs bon 0 0 0 0 0 s0 s0 SO Utility Engineering (SUE) - Possibly reprograming S5000 from existing 8 4 ISubsurface SUE Sub budget if needed, to offset extra survey or HROM design services costs. I I $0 50 50 SO Note: we a fee commibrnentt reduction for Rios to the MWWBE office at this time 9.0 Permitting 1 1 27 11 39 38 10 0 0 0 0 525,360 $0 $15,750 5168 $300 s16,218 541,578 91 SWPPP -supplemental documentation for working around sumps, Partners 2 E 8 4 54,715 $01 54,715 Branch Creek and Airfield Falls OZ Floodp�ainSewicnsy Fc rmers-EranchLreel)�Securin9.FEf:1A-l'R'J-Uilla]e- -, pl O OI so $0 s0 Fl—'plain4iCDC, if-nccr sary}Pe TxDOT Permitting (Supplemental Services for Crossing and Encroachments at Skye Acres and for the Cnstuction traffic impacts due to all the work in Skye 9.3 consttion Acres for W&S replacements, Interceptor and Street Reconstruction - 1 3 0.5 51,910 525 $25 51.935 (coordination and additional permits as necessary) for long term traffic control of constmction entrances and exits off M-183 here and in other ingress/egress sites that emerge in the sequencing of the work by the Contractor. $0 9.4 Gas Main Crossing Permits (2 assumed) SO SO $3,180 s0 951 JR Naval AirStation - Carswell ingress/Egress coordination to address phased a 2 6 2 1 $3.180 construction -cost recovery 9S2 iRy11p 6Va1 callwk,4i9A of Pit t0010wopq go ow 2 1 2 1 1 0.5 1 $1,155 1 s0 $1,155 City of Fort Worth, Texas Attachment S - Level of Effort Supplement PMO Official Release Date: 8.09.2012, MODIFIED August 23, 2017 4 of 5 Level of Effort Spreadsheet TASKIHOUR BREAKDOWN Design Services for M-199C-R Parallel Interceptor For West Fork Basin Amendment No. 2 CW Proiect No. 100836 Labor(hours Exce L1 Task No. Task Description Project Sr Project Project Mgr Project I CADDIGI Admin Data Field Manager Field Field Total Labor Subconsultant Total Expense Task Sub Total Director Mana er Ent��neer S Analyst Su ervisor Technician Cost Travel Reproduction Cost Rate $380 $265 5240 , 195/ 5160 $150 $115 S132 $95 $75 MWBE I Non-MWBE USACE Sect 408 Permit Application for entire project; Includes ESA and Cultural Resources Study and Tx Historic Commission (THC) notification; and site specific 9.6A SWPPP details for working around sumps, levee and river) -Includes sub's 1 12 12 S9,720 s0 $15.750 564 S150 $15.964 $25,694 ng leading Section 408 permit appli process & CR desktop study and funding /edcrrcport, No field exploration efforts are included and maybe required by the USACE an this Section 406 permit request USACE Sect. NWP12 Permitting associated with the Farmers Branch Creek 9.66 Crossing; Includes site specific SWPPP for working around the natural water waterfall 0 4 2 8 8 2 54,680 50 so $80 S150 $230 $4,910 (Airfield Falls) on Farmers Branch Creek 10.0 City Directed Services 1 24 20 40 60 6 0 0 0 0 $29,940 $0 $0 $80 5100 $180 $30,020 Emergency break response to get "permit" and monitoring/documenting emergency 10.1 repairs and addressing design impacts to the proposed East and Western Sump 0 0 0 0 0 0 0 0 0 0 $0 so alignment alternatives (Covered by original S30K CDS Budget) Establish City Directed Contingency Funding for Cultural Resources Field 102A Services Work, ifrequired by the USACE or THC as parr of the permit approval 0 0 0 0 0 0 0 0 0 0 $0 SO $0 $0 so process 10.26 Establish City Directed Contingency Funding for USACE Mitigation Plan 0 0I 0 0I O I O I 0 0 0 0 $0 $0I $0 $0 s0 Ocvclopmcnt, it required Establish City Directed Contingency Funding Supplemental Serving for possible 10.2C O I O I 0 O O I 0I 0 0 0 0 $0 SO $0 I $O $O tree 8 tape survey for TCE#2 for Klinedinst HROM Program Utility Relocation Design Services for up to two (2) project 10.3A locations and the provision ofbasic engineering support to the FWWD for a 1 21 20 40 60 6 0 0 0 0 $29,940 $0 $0 $80 $100 $180 S30,020 couplo of other locations under design by TPW consuiwnts Totals 13 271 94 264 3065 48 0 0 01 0 $207,035 $28,865 $43,2S0 $408 1 $400 $72,923 $279,958 Note: that under the City Directed Services Task 10.1 that RJN incurred approx. S10,130 in labor and expenses associated with the 30" pipeline failure in the Federal Levee in Feb/Mar. 2020 Orginal Contract Value: $525,000 Amendment No. 1: $157,325 Amendment No. 2: $287,175 REVISED CONTRACT VALUE $969,500 June 30, 2023 Amendment No. 2 Project Summary Total Hours' 997 Total Labo( $207,035 Total Expense $72,923 MBEISBE Sub�c(o{nit�sultaannt $28,865 Non-Mf �+^j�E §tr Markup S7,216.60 MBEISBE Participation 10.1 Total Amend. No. 2 Budget I $287,175.001 City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 8.09.2012, MODIFIED August 23, 2017 F27k7 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, August 8, 2023 REFERENCE NO.: **M&C 23-0655 LOG NAME: 60M199CRP1WFBA2- RJN SUBJECT: (CD 7) Authorize Execution of Amendment No. 2 in the Amount of $287,175.00 to an Engineering Agreement with RJN Group, Inc., for M-199 C-R Sanitary Sewer Main Parallel Interceptor Project for a Revised Contract Amount of $969,500.00 and Adopt an Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2023-2027 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Amendment No. 2 in the amount of $287,175.00 to City Secretary Contract No. 50005, an engineering agreement with RJN Group, Inc., for M-199 C-R Sanitary Sewer Main Parallel Interceptor project for a revised contract amount of $969,500.00; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $377,175.00, from available funds, for the purpose of funding the M-199 C-R Sanitary Sewer Main Parallel Interceptor (City Project No. 100836) to effect a portion of Water's contribution to the Fiscal Years 2023-2027 Capital Improvement Program. DISCUSSION: On November 7, 2017, Mayor & Council Communication (M&C) (C-28461), the City Council authorized an Engineering Agreement in the amount of $525,000.00 with RJN Group, Inc., for the M-199 C-R Sanitary Sewer Main Parallel Interceptor project (City Secretary Contract No. 50005) and an additional $75,000.00 for related expenses for a project total of $600,000.00 for the M-199 C-R Sanitary Sewer Main Parallel Interceptor project. The contract was subsequently revised by Amendment No. 1 in the amount of $157,325.00 (M&C C- 29070), authorized March 19, 2019 that provided for additional route analysis, additional closed-circuit pipeline inspection, additional manhole inspection and flow data evaluation. Amendment No. 1 also provided an additional $50,000.00 for project management. Amendment No. 2 will provide for additional route alignment re -assessments to address numerous owner concerns of the original design, additional structural engineering design for special shoring for wet ponds adjacent to Untied States Army Corps of Engineers levee, additional geotechnical investigations, additional design survey, additional easement preparation and additional permitting. In addition to the amendment an amount of $90,000.00 is required for staff project management. It is the practice of the Water Department to appropriate its CIP plan throughout the fiscal year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2023-2027 Capital Improvement Program, as follows: 60M199CRPlWFBA2- RJN Capital Project FY2023 CIP Budget Change Revised Fund Name Appropriations Authority (Increase/Decrease) FY2023 Name Budget Fund M199C 56002 Parallel — W&S SS $0.00 This M&C $377,175.00 $377,175.00 Capital Projects Interceptor Funding is budgeted in the Unspecified -All Funds project within the Water & Sewer Capital Projects Fund for the purpose of funding the M-199 C-R Sanitary Sewer Main Parallel Interceptor project. Appropriations for M-199 C-R Sanitary Sewer Main Parallel Interceptor project: Fund Existing Additional lProject Total* Appropriations Appropriations W&S Capital Projects — $207,325.00 $377,175.00 $584,500.00 Fund 56002 W&S Capital Projects 2018— $600,000.00 $0.00 $600,000.00 Fund 56014 Project Total $807,325.00 $377,175.00 $1,184,500.00 *Numbers rounded for presentation purposes. Business Equity: RJN Group, Inc., is in compliance with the City's Business Equity Ordinance by committing to 10 percent MWBE participation on this project. The City's MWBE goal on this project is 10 percent. The project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the Unspecified -All Funds project within the W&S Capital Projects Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund for the M199C Parallel SS Interceptor project to support the above recommendations and execution of the contract amendment. Prior to any expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs),: TO Fund Department ccount Project Program ctivit Budget Reference # mount ID I ID I g yI Year (Chartfield 2) FROM Fund l Department Account Project Programl4ctivity Budget I Reference # �4mountl ID I ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by_ Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Walter Norwood (5026) ATTACHMENTS 1. 60M199CRP1WFBA2- RJN FID Table A.xlsx (CFW Internal) 2. 60M199CRPIWFBA2-RJN Form 1295.r)df (CFW Internal) 3. 60M199CRPIWFBA2-RJN Compliance Memo.pdf (CFW Internal) 4. 60M199CRPIWFBA2-RJN Map.pdf (Public) 5. 60M199CRPWFBA2.xlsx (CFW Internal) 6. Entitvinformation-20230715-115935.r)df (CFW Internal) 7. ORD.APP 60M199CRP1WFBA2- RJN 56002 A023(r2) (1).docx (Public) 8. PBS CPN 100836.Ddf (CFW Internal) 60M199CRPIWFBA2- RJN FID Table 2 56002 1 0710430 1 4956001 100836 2 56002 0700430 100836 2 56002 0700430 4956001 UNSPEC 2 56002 0700430 4956001 100836 2023 $377,175.00 2023 $377,175.00 UNSPEC 9999 $377,175.00 001730 9999 ($377,175.00)