Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 63057
CSC No. 63057 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR GENERAL PROFESSIONAL SERVICES This agreement ("Agreement") is between the City of Fort Worth, a Texas home -rule municipality ("City"), and RJN Group, Inc., authorized to do business in Texas ("Consultant"), for a project generally described as: Inflow and Infiltration Reduction Pilot Program ("Project") — Project No. 105782 . Article I Scope of Services (1) Consultant hereby agrees to perform professional services as set forth in this Agreement and the Scope of Services, attached hereto as Attachment "A" ("Services"). These Services shall be performed in connection with the Project. (2) Additional services, if any, will be memorialized by an amendment to this Agreement. (3) All reports, whether partial or complete, prepared under this Agreement, including any original drawings or documents, whether furnished by City, its officers, agents, employees, consultants, or contractors, or prepared by Consultant, shall be or become the property of City, and shall be furnished to the City, prior to or at the time such services are completed, or upon termination or expiration of Agreement. Article II Compensation Consultant shall be compensated an amount up to $1,800,000.00 ("Contract Amount") in accordance with the Fee Schedule shown in Attachment "B". Payment shall be considered full compensation for all labor (including all benefits, overhead and markups), materials, supplies, and equipment necessary to complete the Services. Consultant shall provide monthly invoices to City. Payments for services rendered shall be made in accordance with the Texas Prompt Payment Act (Texas Government Code Ch. 2251). Acceptance by Consultant of said payment shall release City from all claims or liabilities under this Agreement for anything related to, performed, or furnished in connection with the Services for which payment is made, including any act or omission of City in connection with such Services. OFFICIAL RECORD Article III CITY SECRETARY Term FT. WORTH, TX Time is of the essence. The term of this Agreement shall commence on the Effective Date and shall continue until the expiration of the funds or completion of the subject matter pursuant to City of Fort Worth, Texas 1/1 Reduction Pilot Program Standard Agreement for Professional Services City Project Number 105782 Revision Date: December 8, 2023 Page 1 of 9 the schedule, whichever occurs first, unless terminated in accordance with the terms of this Agreement. Unless specifically otherwise amended, the original term shall not exceed five years from the original effective date. Article IV Independent Contractor Consultant shall operate hereunder as an independent contractor and not as an officer, agent, servant, or employee of City. Consultant shall have exclusive control of and the exclusive right to control the details of the work to be performed hereunder and of all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondent superior shall not apply as between City and Consultant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership orjoint venture between City and Consultant. Article V Professional Competence Work performed by Consultant shall comply in all aspects with all applicable local, state and federal laws and with all applicable, standards, codes, rules and/or regulations promulgated by local, state and national boards, bureaus and agencies. Approval to proceed by City of Consultant's work or work product shall not constitute or be deemed to be a release of the responsibility and liability of Consultant or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its performance of the Services. Article VI Indemnification CONSULTANT, AT NO COST TO THE CITY, AGREES TO INDEMN/FYAND HOLD CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS AND EXPENSES OF ANY KIND, INCLUDING, BUT NOT LIMITED TO, THOSE FOR PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, THAT MAY RELATE TO, ARISE OUT OF OR BE OCCASIONED BY CONSULTANT'S BREACH OF (i) ANY OF THE TERMS OR PROVISIONS OF THIS AGREEMENT OR (ii) ANY NEGLIGENT ACT OR OMISSION OR INTENTIONAL MISCONDUCT OF CONSULTANT, ITS OFFICERS, AGENTS, ASSOCIATES, EMPLOYEES, CONTRACTORS (OTHER THAN THE CITY) OR SUBCONTRACTORS RELATED TO THE PERFORMANCE OR NON-PERFORMANCE OF THIS AGREEMENT. THIS SECTION SHALL SURVIVE ANY TERMINATION OR EXPIRATION OF THIS AGREEMENT. City of Fort Worth, Texas 1/1 Reduction Pilot Program Standard Agreement for Professional Services City Project Number 105782 Revision Date: December 8, 2023 Page 2 of 9 Article VII Insurance Consultant shall not commence work under this Agreement until it has obtained all insurance required under Attachment F and City has approved such insurance. Article VIII Force Majeure City and Consultant shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to: acts of the public enemy, fires, strikes, lockouts, natural disasters, epidemics/pandemics, wars, riots, material or labor restrictions by any governmental authority and/or any other similar causes. Article IX Transfer or Assignment Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of City. Article X Termination of Contract (1) City may terminate this Agreement for convenience by providing written notice to Consultant at least 30-days prior to the date of termination, unless Consultant agrees in writing to an earlier termination date. (2) Either City or Consultant may terminate this Agreement for cause if either party fails to substantially perform, through no fault of the other and the nonperforming party does not commence correction of such nonperformance within 5 days after receipt of written notice or thereafter fails to diligently pursue the correction to completion. (3) If City chooses to terminate this Agreement, upon receipt of notice of termination by Consultant, Consultant shall discontinue Services on the date such termination is effective. City shall compensate Consultant for such services rendered based upon Article II of this Agreement and in accordance with Exhibit "B". Article XI Right to Audit (1) Consultant agrees that City shall, until the expiration of three (3) years after final payment under Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Consultant involving transactions relating to Agreement. Consultant agrees that City shall have access during normal City of Fort Worth, Texas 1/1 Reduction Pilot Program Standard Agreement for Professional Services City Project Number 105782 Revision Date: December 8, 2023 Page 3 of 9 working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Consultant reasonable advance notice of intended audits. (2) Consultant further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontractor agrees that City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor(s), involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article. City shall give Consultant and any subcontractor reasonable advance notice of intended audit. (3) Consultant and subcontractor(s) agree to photocopy such documents as may be requested by City. City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. Article XII Business Equity Participation City has goals for the full and equitable participation of minority business and/or women business enterprises in City contracts greater than $100,000. In accordance with City's Business Equity Ordinance No. 25165-10-2021 (as codified in Chapter 20, Article X of the City's Code of Ordinances, as amended, and any relevant policy or guidance documents), Consultant acknowledges the MBE and WBE goals established for this Agreement and its execution of this Agreement is Consultant's written commitment to meet the prescribed MBE and WBE participation goals. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by Consultant may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. Article XIII Observe and Comply Consultant shall at all times observe and comply with all federal, state, and local laws and regulations and with all City ordinances and regulations which in any way affect Agreement and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. Consultant agrees to defend, indemnify and hold harmless City and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees or its subcontractor(s). City of Fort Worth, Texas 1/1 Reduction Pilot Program Standard Agreement for Professional Services City Project Number 105782 Revision Date: December 8, 2023 Page 4 of 9 Article XIV Immigration Nationality Act Consultant shall verify the identity and employment eligibility of its employees and employees of all subcontractor(s) who perform work under Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by City, Consultant shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under Agreement. Consultant shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Consultant employee who is not legally eligible to perform such services. CONSULTANT SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONSULTANT, CONSULTANT'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Consultant, shall have the right to immediately terminate Agreement for violations of this provision by Consultant. Article XV Venue and Jurisdiction If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. Agreement shall be construed in accordance with the laws of the State of Texas. Article XVI Contract Construction/No Waiver The parties acknowledge that each Party and, if it so chooses, its counsel, have reviewed and revised Agreement and that the normal rule of contract construction, to the effect that any ambiguities are to be resolved against the drafting party, must not be employed in the interpretation of Agreement or any amendments or exhibits hereto. The failure of City or Consultant to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Consultant's respective right to insist upon appropriate performance or to assert any such right on any future occasion. Article XVII Severability The provisions of Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of Agreement or the application thereof to any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or City of Fort Worth, Texas 1/1 Reduction Pilot Program Standard Agreement for Professional Services City Project Number 105782 Revision Date: December 8, 2023 Page 5 of 9 unconstitutional for any reason, the remainder of Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of Agreement to other persons or circumstances shall not be affected thereby and Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. Article XVIII Notices Notices regarding Articles IX or X are to be provided to the other Party by hand -delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below: City of Fort Worth Attn: Matt Kusnir, PE Sr Capital Projects Officer W/WW Planning and Asset Management Strategic Operations Division 200 Texas Street Fort Worth, Texas 76102 Consultant: RJN Group, Inc. Attn: Tristan Nickel, PE, AWAM 6707 Brentwood Stair Rd. Fort Worth, TX 76112 All other notices may be provided as described above or via electronic means. Article XIX Prohibition On Contracts With Companies Boycotting Israel Consultant, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Consultant has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Consultant certifies that Consultant's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Consultant: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. City of Fort Worth, Texas 1/1 Reduction Pilot Program Standard Agreement for Professional Services City Project Number 105782 Revision Date: December 8, 2023 Page 6 of 9 Article XX Prohibition on Boycotting Energy Companies Consultant acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Consultant certifies that Consultant's signature provides written verification to the City that Consultant: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. Article XXI Prohibition on Discrimination Against Firearm and Ammunition Industries Consultant acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Consultant certifies that Consultant's signature provides written verification to the City that Consultant: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. Article XXII Headings The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of Agreement. Article XXIII City of Fort Worth, Texas 1/1 Reduction Pilot Program Standard Agreement for Professional Services City Project Number 105782 Revision Date: December 8, 2023 Page 7 of 9 Attachments, Schedules and Counterparts This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of Agreement: Attachment A - Scope of Services Attachment B — Compensation Attachment C - Changes to Agreement Attachment D - Project Schedule Attachment E - Location Map Attachment F — Insurance Requirements Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: CITY OF FORT WORTH Jesica McEacheron Assistant City Manager 04/07/2025 Date: n4gn poi FORr�aa ,° oadda ~° ATTEST: a° Jannette Goodall City Secretary APPROVAL RECOMMENDED: CGtn"tt nheY tfakcfef- Y: Christopher Hard r(Mar 24, 202514:48 CDT) Chris Harder, PE Director, Water Department City of Fort Worth, Texas Standard Agreement for Professional Services Revision Date: December 8, 2023 Page 8 of 9 BY: CONSULTANT RJN Group, Inc. �.../'z' � � Daniel Jacvson, PE Sr. Vice President Date: 3/12/25 1/1 Reduction Pilot Program City Project Number 105782 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX APPROVED AS TO FORM AND LEGALITY Douglas Black (Mar 24, 202516:30 CDT) By: Douglas W Black Sr. Assistant City Attorney Contract Compliance Manager: M&C No.: 25-0141 M&C Date: 02/25/2025 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. -;7; �Z—_ Matt Kusnir, PE Sr Capital Projects Officer City of Fort Worth, Texas 1/1 Reduction Pilot Program Standard Agreement for Professional Services City Project Number 105782 Revision Date: December 8, 2023 Page 9 of 9 1/1 Reduction Pilot Program Attachment A: Scope of Services PROJECT ADMINISTRATION AND MANAGEMENT 1. Project Administration A. Meet with City staff to discuss progress of the various tasks throughout the project. Meetings will be held periodically at significant project milestones with written documentation of each meeting provided. B. Prepare schedule of work activities and maintain throughout project with monthly milestone status reports and projections provided to the City via SharePoint and/or RJN Clarity platform. C. Tailor RJN's standard operating procedures to accommodate project requirements and establish internal project controls to ensure schedule, budget and quality control procedures are being maintained. D. Perform administration and coordination of sub -consultants including, but not limited to ensuring City's contracting rules for procurement and services are met, contract finalization, performance coordination, quality control and payment request verification. FLOW MONITORING 1. Site Selection A. Meter and Rain Gauge Locations: A total of six (6) flow meters and two (2) rain gauges are anticipated, and preliminary locations can be seen in Exhibit D. B. Site Investigations: Upon receipt of the targeted monitoring locations, RJN will perform site investigations for the purpose of determining the viability of each targeted location. Investigations include an evaluation of the hydraulic conditions, access, safety, and other issues that may affect the data quality or sensor survival. If a location is identified as unsuitable, RJN will investigate up to two (2) alternate sites (upstream or downstream) for consideration. RJN will prepare and submit for approval an electronic Site Investigation Report. The Site Investigation Report will include a general site location map, a sketch of the installation, and the site's physical characteristics including pipe diameter, pipe material, manhole depth, and other attribute information. 2. Equipment and Installation A. Gravity Flow Meters: Based on the results of the site investigations, RJN will select equipment suited for the site in order to provide accurate and reliable flow data. RJN will use flow meters designed to measure flow in sanitary sewer pipes under free flow and surcharged conditions. The primary depth sensor will be ultrasonic with a resolution to the nearest 0.01 foot. Each site will also have level measurement redundancy by means of pressure and ultrasonic sensors. The primary velocity sensor will use Doppler technology. B. Rain Gauges: The rain gauge equipment will consist of a data logger and rain gauge tipping bucket. The equipment measures at 0.01 inches resolution. The tipping bucket has a corrosion resistant funnel collector with tipping bucket assembly. RJN will coordinate with the City any issues related to gaining access to buildings for gauge placement. C. Wireless Telemetry: Remote Terminal Units (RTUs) will be provided at each flow monitoring and rain gauge location to remotely collect the data. In the event that certain sites are not conducive for remote telemetry, RJN will manually collect the data throughout the monitoring period. D. Flow Monitor Installation: The sensors will be securely attached to the pipe by means of metal bands or anchoring hardware designed specifically for that purpose. A typical installation includes a primary ultrasonic depth sensor mounted at the crown of the pipe, a redundant pressure transducer depth sensor mounted in the invert, and a Doppler velocity sensor mounted near the invert. The data logger and sensor cables are firmly secured to the manhole walls or steps. E. Data Recoding Interval: All flow meters and rain gauges are synchronized in time to the same clock and will be programmed to collect depth and velocity data at five-minute intervals. F. Initial Depth and Velocity Confirmations: Upon installation and activation of each flow meter, RJN will take manual depth and velocity readings using independent instrumentation to confirm that the in situ monitor yields data representative of actual field conditions. Field crews will also take manual velocity readings of the flow cross-section (i.e., velocity profile) in order to derive an average velocity. All measurements, adjustments, and efforts undertaken during site visits will be recorded in the maintenance log. 3. Flow Monitor and Rain Gauge Maintenance A. Flow Monitoring Period: Flow monitoring will be conducted for a period of sixty (60) days. It is assumed that adequate weather conditions will be observed during the monitoring period to obtain representative dry -weather information. It is also assumed that between four (4) to six (6) rain events of varying intensities will occur during the monitoring period for use in understanding wet -weather flows within the city. B. Data Review: RJN will review the flow and rainfall monitoring data at least twice a week. Trained data analysts experienced in processing and analyzing flow and rainfall data will use various analytical tools, such as hydrographs, scatter graphs and flow balancing methods, to verify the accuracy and the precision of the flow data. The analysis of the data includes monitoring performance issues and identifying data gaps and anomalies. Any equipment service needs will be immediately conveyed to the field service crews. The data will be processed and edited in accordance with the field confirmations to produce final data sets for each site. All data processing efforts ensure that the raw data is preserved. C. Equipment Operation and Maintenance: RJN's qualified field crews will visit each monitor and rain gauge installation, as appropriate, to perform necessary maintenance to the equipment. Maintenance will be carried out on a regular basis and includes calibrating recording equipment, downloading recorded data, analyzing data on site to ensure proper meter function, cleaning the sensor, and replacing any defective equipment. D. Uptime: An uptime of 90-percent for all temporary meters will be maintained. This includes dry and wet weather periods. If the uptime is not met by RJN, the monitoring will be extended to capture the meter days missed at no additional cost to the City. The guaranteed uptime applies to mechanical malfunctions and does not apply to actions beyond the control of RJN, such as vandalism, excessive debris, etc. 4. Equipment Removal A. Notification: RJN will remove all the temporary flow meters and rain gauges at the completion of the 60-day monitoring period if adequate weather conditions have been observed (i.e., dry and wet weather conditions that include at least four (4) storm events of different rainfall intensities). RJN will advise the City if adequate weather conditions have not been observed during the initial 60-day monitoring period. This is to allow the City to consider funding an extended period for flow monitoring, in advance of removal of the temporary flow meters. If the flow monitoring period is extended, then the project schedule will be extended by the same amount of time. 5. RJN Clarity° and Inflow/Infiltration (I/1) Analysis & Tech Memo A. RJN Clarity: Flow data for all meter sites will be viewable on Clarity° along with media collected from each site and field maintenance reports. Clarity° is RJN's secure, proprietary project and data management reporting platform that provides clients accessible data and powerful analytical tools in easily interpreted GIS map format. Live basin data is accessible via most web -capable devices. Inflow and Infiltration (I/I) Analysis & Tech Memo: An 1/1 Technical Memorandum will be submitted to the City including summaries of methods used during the data collection; site investigation reports; scatter graphs of depth and velocity; hydrographs including depth, velocity, flow, and rainfall; final tabular flow and rainfall data in Microsoft Excel format. Additionally, a thorough engineering analysis of the dry and wet -weather flows will be performed. This will include dry -weather analysis and infiltration/inflow (1/1) analysis, allowing the City to better understand where within the system are areas to prioritize additional study. A digital copy of the 1/1 Technical Memorandum will be submitted. If hard copies are needed, up to 4 copies of the 1/1 Technical Memorandum will be provided. CONDITION ASSESSMENT 1. Manhole Inspection A. Utilizing industry standard safety procedures and appropriate traffic control, subsurface manhole components will be inspected. Manholes accessible by vehicle will be scanned utilizing 3D Optical Manhole Scanner technology, where applicable. Manholes located within the study not accessible by vehicle will be visually inspected where condition of components and photos of defects will be recorded. Inspections will be conducted according to NASSCO MACP Level 2 standards. B. RJN shall notify the City of manholes that are inaccessible, not found, buried, or believed to be non-existent. RJN's field crew will make a reasonable effort to locate manholes as shown on the provided GIS. The effort will include up to 10 minutes of onsite investigation including a metal detector, probe, and shovel. Manholes found to be buried less than 6 inches below grade in non -paved unobstructed areas shall be uncovered and inspected. If the manhole cannot be located within 10 minutes of arriving onsite, buried in a paved area, or greater than 6 inches below grade in a non -paved area, RJN will be compensated at the cost of an actual manhole inspection. If the City makes accessible or exposes the manhole prior to data delivery deadline, City shall notify RJN. RJN will make a second visit to inspect the manhole at no additional charge. 2. Public Relations and Notifications A. RJN will prepare and deliver notices necessary for the performance of smoke testing. Every reasonable effort will be made to distribute notices two (2) days prior to smoke testing; however, City will allow the RJN to distribute notices up to a minimum of one day in advance of smoke testing. B. RJN may distribute notices up to a maximum of fourteen (14) days prior to smoke testing. If conditions do not allow smoke testing to be performed during this period, Engineer will redistribute notices. If redistribution of smoke notices is required, testing may be performed within one (1) day of noticing. C. RJN, City, City of Fort Worth Fire Department, and City of Fort Worth Police Departments will be notified daily of smoke testing and dyed water testing locations via email. 3. Smoke Testing A. Smoke testing will be conducted using dual axial blowers. Each 12-inch diameter and smaller segment shall be isolated by sandbagging, up to two segments at a time. Smoke testing lengths shall be limited to two-line segments between the upstream and downstream blower locations. Smoke testing will be performed only during dry ground periods. B. Flags shall be placed at observed smoke locations and digital images shall be captured. Smoke defect locations shall be recorded by obtaining GPS coordinates. Private sector smoke defect images shall be entered into the field inspection database. C. Main line defects and service lateral defects shall be carefully scrutinized to ensure that a conservative determination of public vs. private side defects is made. If necessary, the line shall be earmarked for television inspection. 4. Dyed Water Flooding A. Dyed water flooding shall be conducted to verify the existence of inflow and infiltration sources. Dyed water flooding shall be performed at suspected storm sewer cross - connections, streams, creeks, ditches, and other ponding areas that may be contributing to higher levels of inflow. Estimated leakage rates shall be provided for each positive dye test. Water for the dyed water flooding will be provided by City of Fort Worth at no charge to RJN. S. Night Flow Isolation A. RJN will perform flow isolations in cluster areas where high levels of peak infiltration has been identified. Flow isolation consists of isolating incoming flow to a cluster of approximately 1,500 to 2,500 linear feet (If) and taking an instantaneous flow measurement at an outlet of the cluster. This activity is normally performed between midnight and 5:00 am when most of the flow in the sewer is infiltration. RJN will review the results with the City and provide recommendations for follow-up TV inspection. Flow Isolations will be measured for each cluster by subtracting contributing clusters. No plugging of sewer lines is anticipated. 6. Sewer Cleaning and Television Inspection (Ace Pipe Cleaning to perform task) A. Sanitary sewer lines will be cleaned in order to facilitate the televised inspection activities. Standard cleaning rates are based on three passes with a jet cleaner. B. During cleaning operations, sludge, debris, etc. shall be removed from the sewer and disposed of at a location provided by the City. The City shall provide water for the cleaning operation at no charge to RJN. The data shall be provided in digital format. C. If light cleaning proves inadequate, heavy cleaning shall be recommended. Lines approved for heavy cleaning shall be cleaned with mechanical cleaning equipment. If tap removal/root cutting is necessary, it will be recommended to the City. D. Television inspections shall be performed on the non -plastic line segments and line segments which show evidence of deterioration, tested positive during smoke testing, or are critical to the collection system. E. Television inspection will be performed using high quality color equipment and coded using NASSCO's PACP standards. 7. TV Video Review A. RJN will review and analyze the TV Inspection data. Review of the data will consist of viewing the TV footage to ensure that NASSCO PACP standards are met, codes are applied accurately, and the sewer lines identified for TV inspection are either inspected or justification of why it was not inspected is provided. 8. Data Management A. Collect and review existing information including maps, as built records, and other pertinent information. City will provide ArcGIS updates shape files of the wastewater system. RJN shall prepare preliminary field maps for project use from existing City shape files. B. Update the maps as differences are found during the field investigations and provide them to the City. Updates shall include new lines, manholes, and cleanouts and will be provided electronically in the form of shapefiles to be compatible with GIS. C. Data shall be recorded by field crews on RJN's electronic forms for each specified activity. Field inspection data shall be entered into a computerized data management system from which rehabilitation recommendations shall be made. Field inspection data and photos will be provided in digital format to the City. D. Clarity® is RJN's secure, proprietary project and data management reporting platform that provides our clients accessible data and powerful analytical tools in easily interpreted GIS map format. Live basin data is accessible via most web -capable devices. 9. Reporting A. A description of field investigations, engineering analysis, and recommended action to reduce 1/1 will be included in the report. RJN shall deliver a comprehensive rehabilitation and improvement strategy as coordinated with the City for SC-07 basin. a. Develop rehabilitation and improvement costs for various types of infiltration/inflow defect repairs and sewer improvements for line and manhole improvement. b. Perform priority analysis for infiltration rehabilitation plan based on applicable rehabilitation method, material, and costs. c. Perform analysis for inflow rehabilitation plan based on applicable rehabilitation method, material and costs. d. Develop recommendations for rehabilitation of both public and private 1/1 sources in priority order, cost estimates by individual rehabilitation type, and estimated 1/1 reduction as a result of the recommendations. B. Two copies of the SC-07 Basin Wastewater Assessment report shall be submitted to the City. CAPACITY EVALUATION AND COORDINATION (Freese & Nichols to perform tasks) 1. Capacity Evaluation A. The additional flow monitoring data collected will be incorporated into the City's hydraulic model and the model will be re -calibrated. B. An evaluation of the recalibrated model will be completed to determine if any of the City's CIPs have been updated with the additional data points. 2. Capacity Coordination A. The recommended capacity improvements of Basin SC-07 will be compared against the recommended condition improvements to ensure that an asset does not have conflicting recommendations. Care will be given to create recommended construction projects that incorporate both capacity improvements and condition improvements. DESIGN The exact extents of how much sewer pipe and the number of manholes that will enter the design portion of the project is unknown at the time of this contract signing. The scope and fee will be re-evaluated once the Condition Assessment work has been completed and the Conceptual Design Report is submitted to the City. 1. Preliminary Design A. Manhole Rehabilitation Design a. Determination of whether manhole is to be replaced or, due to certain mitigating conditions, needs to be rehabilitated. B. Sewer Line Rehabilitation Design a. Obtain from City, electronic file and hard copy files, as available, containing all pertinent survey data including existing easements, street right-of-way widths, existing pavement, utilities and drainage systems, benchmark elevations, and other data that may be useful in considering the alignment, location, final design, and construction of the proposed improvements. b. Obtain survey data required. c. Upon approval of the recommended design, proceed with preparing the plan/profile sheets for design (CADD), at the direction of OWNER. Plan and profile sheets shall be prepared in 1"=40' scale unless in congested area. d. Investigate and resolve conflicts with existing utility (water, sewer, drainage, telephone, and electric) locations, depths, etc. e. Field verify preliminary drawings and specifications. f. Submit three (3) copies of the preliminary plans and specifications to the City for review at sixty percent (60%) completion stage. g. Meet with City to discuss review comments on preliminary design before proceeding with final design. h. Prepare preliminary "Opinion of Probable Construction Costs." i. Prepare preliminary work on standard specifications, special conditions, bid j. Based on in-house technical review and review comments from City, submit full-size plans to the utility companies for review and comment. k. Assist City with public meeting after 90% Plan Submittal review comments have been addressed. 2. Final Design A. Prepare construction plans to address comments of the City, the utility companies, and other agencies from the preliminary design reviews. Complete plan set shall include: a. Cover Sheet b. Index and Location Map c. Manhole Remediation d. General Notes, Legends, Symbols and Abbreviations e. Plan and Profile Sheets of the sewer replacement lines f. Required Details B. Prepare final quantity of materials. C. Prepare final "Opinion of Probable Construction Costs." D. Submit three (3) copies of the plans and specifications to the City for final review, discussion, and comments at the ninety percent (90%) completion stage. E. Provide updated plans for the utility companies, if necessary. F. Prepare final bid schedule, special conditions, technical specifications, proposal, and contract documents. G. Provide City with three (3) sets of the final documents for approval. 3. The Management of Sub -Consultant Work A. Geotechnical Survey a. The purpose of the subsurface exploration will be to determine general subsurface conditions relative to the presence of rock within the upper 10 —12 feet below existing grades. The information gathered from the exploration will be compiled in a report that summarizes the types of materials encountered at each boring location, and will include boring logs prepared from the field logs. The work will include auger prove borings and visual analysis of subgrade materials encountered at boring locations. b. The results of the work will be documented in a written summary report that will address the following items: i. Site geology and potential impact on the site development. ii. Summary of existing surface conditions. iii. A description of the subsurface conditions encountered at the soil test boring locations. iv. A description of the groundwater conditions observed in the bore holes during drilling. Long term groundwater monitoring is not part of this scope. v. Presentation of boring logs. B. Surveying a. Furnish all equipment, supplies, and personnel to perform horizontal and vertical surveying of water and wastewater lines as directed by RJN. Surveying will be performed to meet RJN's current survey standards and utilizing electronic total stations with data collectors. b. Field survey shall be from R.O.W. to R.O.W. for alleys and R.O.W. to R.O.W. (or 20 LF of each side of proposed or existing centerline of pipe, whichever is greater) for local streets, and R.O.W. to centerline of median for divided streets. Project lengths will be surveyed through each intersection at each end of the project if the project terminates at or nearby an intersection. Where the project does not terminate at an intersection, a minimum of 15 feet past each end of the project will be surveyed. In addition, all existing utility easements shall be included in the field survey and shown on the base maps. c. A minimum of two horizontal and vertical control points for each segment will be provided by the SUBCONSULTANT. SUBCONSULTANT is responsible for setting additional control points as needed. d. All visible features within the survey limits shall be located including but not limited to: Existing sanitary sewer manholes (rim, flow line, size, pipe material, and direction of any connected conduits) and cleanouts (public and private). If existing manhole is a drop manhole, provide top and bottom elevations for the drop connections. For existing wastewater main line cleanout, provide rim elevations, measure down from rim to invert of pipe, and the angle of the cleanout stack to the ground. ii. Utility locates to the extent that utilities cross the sewer lines or run parallel to them including water valves (top of box and top of operating nut), fire hydrants, water meters, gas meters, sprinkler heads, sprinkler valves, control boxes, mail boxes, fences, signs, utility poles, guy wires and anchors. iii. All storm sewer manholes and inlets (rim, flowline, pipe size, flow direction). iv. All trees larger than 4-inch diameter (indicate size and type), shrubs, planters, flower beds and any additional landscaping. V. All overhead utility lines crossing or parallel to the roads within the project limit. vi. Existing apparent pavement type and limits, curbs, gutters, sidewalks, and driveways. e. Cross sections shall be made at each 50 foot station along the centerline of proposed alignments. f. For point repairs, surveyor shall survey at least the upstream and downstream manholes or access structures, location of the point repair, any utilities present in the field, etc. g. Surveyor shall make an effort to locate property corners by using metal detector. Located property pins shall be used to help establish R.O.W. lines on survey maps. i. Provide one delimited ASCII point file with point number, northing, easting, elevations and description for each project. Provide one electronic *.dgn file for each project with, but not limited to the following information: ii. The *.dgn file shall be a 3D file on a scale of 1"=40' with X, Y and Z coordinates for each point. iii. Point numbers, point symbols and point descriptions shall be on separate levels conforming to RJN standard levels. iv. The drawings files shall include all line work and text for a finished survey map including but not limited to storm sewers, water lines, curb lines, fences, intersecting streets, driveways and all other underground and aboveground topographic information collected in the field. v. Show all street addresses and provide copies of all field notes and hard copy plots of the work maps. The field notes should include a sketch for every manhole surveyed showing the pipe size and direction of the flow, pipe material and measure downs. h. Perform surveying and develop all legal descriptions and drawings as required by ENGINEER to acquire permanent or temporary easements for the proposed construction activities. ATTACHMENT B COMPENSATION Design Services for Inflow and Infiltration Reduction Pilot Program City Project No. 105782 Lump Sum Project Compensation A. The CONSULTANT shall be compensated a total lump sum fee of $1,800,000.00 as summarized in Exhibit B-1 — CONSULTANT Invoice and Section IV — Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The CONSULTANT shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. Partial payment shall be made to the CONSULTANT monthly upon City's approval of an invoice prepared and submitted by the CONSULTANT in the format and including content as presented in Exhibit B-1, Progress Reports as required in item III. of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the CONSULTANT. III. Progress Reports A. The CONSULTANT shall prepare and submit to the designated representative of the Water Department monthly progress reports and schedules in the format required by the City. City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 1 of 3 B-1 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Prime Consultant RJN Group, Inc. Condition Assessment, Analysis, Design Services Proposed MWBE Sub -Consultants Gorrondana & Land Surveying Associates, Inc. The Rios Group, Inc. Subsurface Utility Engineering Alliance Geotechnical Geotechnical Engineering Group, Inc. Non-MWBE Consultants Freese and Nichols, Design Services Inc. Ace Pipe Cleaning CCTV Services Company, Inc. Project Number & Name 105782 — 1/1 Reduction Pilot Program City MWBE Goal = 13.05% City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 2 of 3 Fee Amount $1,089,000.00 61 % $190, 000.00 11 % $55,000.00 3% $25,000.00 1 % $300,000.00 17% $141,000.00 8% TOTAL $1,800,000.00 100% Total Fee I MWBE Fee I MWBE % $1,800,000.00 $270,000.00 15% Consultant Committed Goal = 15 % B-2 EXHIBIT "B-1" CONSULTANT INVOICE (Supplement to Attachment B) Professional Services Invoice Pro;e Ma¢agen lsflkuanlr Summary Project: I Inflow and Infiltration Reduction Pilot Program City Project#: i105182 I City Sec Number: I I Supplier Inatructians: Fib m green tens ixbding {nyoice Number, €ram and To Na[ea antl the included worksheets, Company Name: FUNGrcuphn Whenyou,ir— eiscomplere.sareanticbse,s[art6uzzsawandAddyou,trr tothe Canauxanifolder within Pr ct's folder. Supplier's PM: IT�sstan Maei email: tr, e. p c I Supplier Invoice#: 0ir—Address: 16TO16rent—A Stair RA,S 1JfIM Pert YerM. %T61 M12 Payment Request#: 'Telephone: (81T)451-55gg I Service Date:From Fax: I(SiT)451-ssu6 ery Sice DaaJ. Invoice Date: Remit Address: MM Gravpinc., PC. npx szs, aeamre l=an<, IL 6D49&n326 or se,M Eledrpnic Payments to t ON Natunal 6enk Routing Number 0863DPP12, ACEvunt Number8l P021T309 Agreement LTD Agreement Amendment Amount to Completed Percent i$}Invoiced Current Remaining Sheet FID and Work Type Description Amount Amount Date Amount Spent Previously Invoice Balance IWork Type§ Pr1d Management B A-,,,--, 44L,fi30.6D y62,"11 952,63P.PD Work Type2 FI¢w Mvnilaring §64,5(iSeu S6451i'M 564, 565 W! Work Type3 C¢Mlrmn Assessment Ss66,De24n 55fi6,D8 A Ss6n,e11z.4aI Work Type4 CaPeclly E-1a Cpnd-t- si] DPn.PO 5ti2,enP an 5132, We DPI Wmk Type3 ReM1abilAeti¢n Oearvn $9]4,TT2.68 §9T4,TT2.fi0 §P]4—.1 I Work Type 6 I Totals This Invoice 518PP OPg. PD S18g11 nlle6D 518PP 6NP.DD Overall Percentage Spent: City of Fort Worth, Texas Attachment B Revised Date: 12/9/2022 Page 3 of 3 B-3 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Engineering Services For Inflow and Infiltration Reduction Pilot Program City Project No. 105782 NO CHANGES City of Fort Worth, Texas Attachment C PMO Release Date: 05.19.2010 Page I of 1 E !3@!€!!!€1414f1!@E?I . I:................:i �e�e��������e�e� 0tl Ff! el l'' ER f i ��i11!i9R�;!liiil!`�4^I Eg ATTACHMENT E LOCATION MAP Engineering Services For Inflow and Infiltration Reduction Pilot Program City Project No. 105782 A� ® CERTIFICATE OF LIABILITY INSURANCE I DATE ) 3/10/2027 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER UUNIANAME: Andres Andres Rodriguez Brown & Brown Insurance Services, Inc. PHONEFAX I AIC.No. Extl: (414)443-DODO I A/C, No): 1200 North Mayfair Road IE-MAIL MilCertificates@bbrown.com ADDRESS: Suite 100 I INSURER(S) AFFORDING COVERAGE NAIC # Milwaukee WI 53226 INSURER A: The Phoenix Insurance Company 25623 INSURED INSURER B:The Charter Oak Fire Insurance Company 25615 RJN Group, Inc IINSURER C:Travelers Property Cas Cc of America 25674 2655 Warrenville Rd IINSURER D:Houston Casualty Company 42374 Suite 225 IINSURERE:Allied World Surplus Lines Ins Company 24319 Downers Grove IL 60515 I INSURER F : COVERAGES CERTIFICATE NUMBER:24-25 (ST) GL, AU, REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP TYPE OF INSURANCE LTR micn WVn POLICY NUMBER IMM/DD/YYYYI IMMIDD/YYYYI LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS -MADE X OCCUR DAMAGE TO RENTED I PREMISES (Ea occurrence) $ 100,000 X Y P-630-5Y000855-PHX-24 8/1/2024 8/1/2025 I MED EXP (Any one person) $ 10,000 _ I PERSONAL & ADV INJURY $ 1,000,000 GGEEN'L AGGREGATE LIMIT APPLIES PER: I GENERAL AGGREGATE $ 2,000,000 PRO LOC FJECT 2,000,000POLICY OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident) 1,000,000 X ANYAUTO I BODILY INJURY (Per person) $ B ALL OWNED SCHEDULED 810-4Y999425-24-43-G 8/1/2024 8/1/2025 I BODILY INJURY (Per accident) $ AUTOS AUTOS X Y NON -OWNED PROPERTY DAMAGE I $ HIREDAUTOS PJ AUTOS (Per accident) $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 10,000,000 C X EXCESS LIAB CLAIMS -MADE I AGGREGATE $ 10,000,000 DED I X IRETENTION $ 10,000 CUP-5Y007788-24-43 8/1/2024 8/1/2025 $ WORKERS COMPENSATION X I PER I I AND EMPLOYERS' LIABILITY N YIN STATUTE ERH ANY PROPRIETOR/PARTNER/EXECUTIVE I E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? ❑ NIA C (Mandatory in NH) y UB-5Y004055-24-43-G 8/1/2024 8/1/2025 I E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 D Cyber Liability H24NGP228776-01 8/1/2024 8/1/2025 Claim/Aggregate $2,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) E - Professional Liability, Policy #0309-1208, Effective Dates 8/1/2024 - 8/l/2025, Per Claim: $3,000,000, Aggregate: $3,000,000, Retroactive Date: 08/01/1994 Re: Project Name: - I/I Reduction Pilot Program and Project Number: - City Project No.105782 City of Fort Worth and its agents, officers, directors and employees are included as Additional Insured on the General and Automobile policy and a Wavier of Subrogation applies on th General, Automobile and CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fort Worth THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 200 Texas Street ACCORDANCE WITH THE POLICY PROVISIONS. Fort Worth, TX 76102 AUTHORIZED REPRESENTATIVE (/�j l / 0 Michael Sarner/MOJONE gIUr/_ ✓"2aq I © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 (201401) COMMENTS/REMARKS Workers Compensation policies when required by written contract. General Liability is Primary and Non -Contributory when required by written contract. A 30-day notice of cancellation except 10 days for non-payment of premium OFREMARK COPYRIGHT 2000, AMS SERVICES INC. City of Fort Worth, Texas Mayor and Council Communication DATE: 02/25/25 M&C FILE NUMBER: M&C 25-0141 LOG NAME: 60WW 1/1 REDUCTION PILOT PROGRAM RJN SUBJECT (CD 8, CD 9, and CD 11) Authorize Execution of a Professional Services Agreement, with RJN Group, Inc., in the Amount of $1,800,000.00, from Available PayGo Residuals, for the Inflow and Infiltration Reduction Pilot Program and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of a professional services agreement with RJN Group, Inc., in an amount not to exceed $1,800,000.00 for the Inflow and Infiltration Reduction Pilot Program — Sycamore Creek Basin project (City Project No. 105782); and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund, in the amount of $1,800,000.00, from available PayGo residuals, for the purpose of funding the Sycamore Creek Basin Inflow and Infiltration Reduction Pilot Program project (City Project No. 105782), to effect a portion of Water's contribution to the Fiscal Years 2025- 2029 Capital Improvement Program. DISCUSSION: The Inflow and Infiltration (1/1) Reduction Pilot Program in the Sycamore Creek Basin was identified as a necessary program during the recent update to the wastewater master plan. The 1/1 reduction program focuses on efficiently and accurately collecting condition and performance data to identify capacity and structural issues and develop cost sensitive design plans to remediate 1/1 and address any capacity constraints. The primary goal of this project is to locate potential 1/1 sources, quantify 1/1 estimates per asset, prioritize 1/1 reduction rehabilitation, and creating a bid package to construct the selected 1/1 reduction rehabilitation efforts. The project will include temporary flow monitoring, manhole inspections, smoke testing, dye water flooding, night flow isolations, closed-circuit television inspections, data analysis, conceptual design report, 1/1 reduction design report, and construction bid documents for 1/1 removal. Following the completion of this project, the City will have a complete bid package ready for construction of the prioritized 1/1 reduction plan. Additionally, the City will have a roadmap to continue with 1/1 reduction efforts throughout the City. It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan throughout the Fiscal Year (FY), instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The action in the Mayor & Council Communication will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program. 60WW 1/1 REDUCTION PILOT PROGRAM RJN Capital BudgetRevised Project FY2025 CIP Change Budget Fund Name Appropriations Authority (Increase / Name Decrease) Budget 56002 - W&S 105782- Capital Sycamore Projects Creek $0.00 This M&C $1,800,000.00 $1,800,000.00 Fund Basin - I/IPPRP Funding is budgeted in the Unspecified All -Funds project, from PayGo residuals, within the W&S Capital Projects Fund, for the purpose of funding the Sycamore Creek Basin Inflow and Infiltration Reduction Pilot Program project. Funding for the Sycamore Creek Basin I/IPPRP project is depicted below: Fund Existing Additional Project Total* Appropriation Appropriation Existing Additional Fund Appropriation Appropriation Project Total* 56002 - W&S Capital Projects $0.00 $1,800,000.00 $1,800,000.00 Fund Project Total $0.00 $1,800,000.00 $1,800,000,00 * Numbers are rounded for presentation. BUSINESS EQUITY OFFICE: The Business Equity Division placed a 13.05% business equity goal on this solicitation/contract. RJN Group Inc., has agreed/committed to utilize 15% business equity subcontractor participation for the scope of work, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently 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 Sycamore Creek Basin - I/IPPRP project to support the above recommendations and execution of the agreement. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. Submitted for Citv Manaaer's Office bv: William Johnson 5806 Oriainatina Business Unit Head: Chris Harder 5020 Matt Kusnir 8219 Additional Information Contact: Julie Perez 8226 Makayla Johnson 6529