Loading...
HomeMy WebLinkAboutContract 43960-A3CSC No. 43960-A3 AMENDMENT No . 3 TO CITY SECRETARY CONTRACT No. 43960 WHEREAS, the City of Fort Worth (CITY) and RJN Group, Inc., (ENGINEER) made and entered into City Secretary Con�ract No. 43960, (the CONTRACT) which was authorized by M&C C-25924, in the amount of $349,740.00; and WHEREAS, the CONTRACT was subsequently revised by: Amendment No.1 the amount of $94,095.35 authorized by M&C C-27283, and Amendment No.2 the amount of $365,000.00 authorized by M&C C-27959; and in in WHEREAS, the CONTRACT involves engineering services for the following project: Village Creek Drainage Basin Parallel Interceptor Improvements, CPN C01961; and WHEREAS, it has become necessary to execute Amendment No. 3 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 $598,992.00. 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 $1,407,827.35. 3. Al1 other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. City of ['ort [9orth, Texas VC Drainage Basin Interceptor Improvements Prof Services Agreement Amendment Template CPN C01961 Revision Date: 12/OB/2023 OFFICIALRECORD Page 1 of 2 GTYSECRETARY FT. WORTH, TX for Tony Sholola � r� n grou � Excellence through Ownership March 4, 2025 Mr. Tony Sholola, P.E., Assistant Directo�� Capital Deliveiy City of Fort Wocth Water Department 311 W. 10`�' Street Fort Woi•th, Texas 76102 www.rjn.com RE: REVISED Contract Amendment No. 3 Village Creek Parallel Interceptor M-503/M-244B Improvements for Village Creek Basin City Contract No. C-25924 City Project No. 01961, City Seci•etary No. 43960 Mr. Sholola: Please find attached oui• revised Contract Amendment No. 3 in the amount of $598,992.00 to the Village Creek Pai•allel Interceptor M-503/M-244 Improvements Project per the verbal directives to integrate new urgent and critical engineering and design services tasks regarding the Lake Arlington Aerial Crossing and the sanita�y sewer interceptor relocations of portions of M-244B and M-503 at the Cravens or the Quail Road Transportation, Public Works (TPW-Stormwater) HROM sites into RJN's Village Creek (VC) design project. The original M-503/M-244B sanitary sewei• interceptor improvements project was never envisioned to be phased; but ultimately, it had to be broken down into phases/parts due to the structural condition of the existing Lake Arlington M-503 54" SS Aerial Crossing and compounded by the net 30 MGD increase in projected peak flows being diveirted into the Village Creek Basin from the Clear Fork Basin to accommodate new development loading which resulted in significant capacity improvement projects arising in the Village Creek Drainage Basin impacting numerous active City projects, including ouis for an extended time. The revelation of these substantive increased peak flow rates affected all RJN's current Village Creek Parallel Interceptor Improvements design seivice plans and prior construction services suppoi�t efforts associated with Locations 1, lA and 2 of our VC project parts. These circumstances also drove priority of the new Village Creek Drainage Basin Lift Station and Force Main project, which additionally created more adverse effects on RJN's Village Creek Drainage Improvements design plans, pt•oject schedule and requii•ed deliverables beginning in 2018 through 2023. As such, extensive work was performed on all three locations during that period and RJN participated with project coordination efforts on the force main and other i•elated Village Creek system improvements pj•oposed upstream and downst�•eam of our project location. Numerous design iterations were made to i•esolve pi•oblems and increase overall system capacities through this bottlenecked portion of the VC collection system. The attached cevised Amendment No. 3 Level of Effoi•t (LOE) spreadsheet identifies the specific supplement se�vice work encapsulated for various periods of time as defined in the LOE. In addition to those cost i•ecoveiy items incurred on this project that were driven primai•ily by FWWD staff i•equests and resolving problems arising fcom oui• coordination effot•ts with the force b r�n�rou� Excellence through Ownership www. r� n. com main design team which effectively directed RJN to shelve our design plans foi• a new lai•ger capacity aerial sewer crossing of Lake Arlington and to develop a M-503 rehabilitation design plan that continues to utilize the existing M-503 Lake Arlington aeria] crossing structural piei•s. This amendment addresses the need to validate the continued i•e-use of the existing M-503 aerial sewer crossing of Lake Arlington structui•e and to produce an expedited rehabilitation/replacement design of a portion of Location 1 fi•om the original scope of work; and the inclusion of the Ci•avens Road oi• Quail Road intei•ceptor relocations required to clear pending HROM critical drainage structure/roadway improvements in the Village Creek Drainage Basin. All these factors and system condition changes lead to t11e reformulation of this amendment request as presented. This amendment request addresses several items falling under the following list of Project Tasks and Subtasks noted below: Taslc 1 Project Management ($19,064.00) addresses: a. The city requested R.TN attend nwneirous project coordination meetings, since the start of the Village Creek Force Main project in 2019 and �veekly bi-w�eekly meetings since 2021 which are beyond our specific scope of services. These will continue to the conclusion of the pressing M-503 Relief design extension and Lake Arlington investigations and design. Seeking support of bi- weekly on-line meetings; additionally fimding for MWBE reporting given the age of this project and impacts of the new 2020 business equity ordinance and splitting tlie project now up to 3 new Parts for tl�e M-503 Relief main estension; the Lake Arlington Aerial Crossing (new phase); the remaining upstream M-503 system capacity improvements and their associated designs, schedules, and mandated reporting tasks to facilitate progress on this project; and the design of the Cravens or Quail Road M-257 and M-244B sewer interceptor relocations for integration into tlie HROM pirojects at those locations. 2. Taslc 2 Conceptual Design ($190,304.00) addresses: 2.1A: Combined Revision of prior items 2.1A-2.1D. This request represents a one-time cost recoveiy request for supplemental design/engineering services provided by key RJN engineering staff (primarily project manager and CADD) between 2019-2021. This item addresses a portion of RJN efforts provided to the City specifically related to the F&N Village Creek LS and FM project impacts to RJN's existing VC design contract and previously approved scope of se�vices that began in earnest in 2019. A fee reqtrest of 36 786 is noted for t/ais ite»7. More specifically, this reflects: (1) Support for out-of-scope engineering se�vices and supplemental work associated with the North Texas Contractors (NTC)) close out of tlie Part I construction contract and Record Drawings (As-built) preparation due to heavy project scope modifications that were authorized. (2) Additionally, these 2019-2020 design se�vice efforts also arose from prior Field Ops Superintendent/engineering staff request for a supplemental design to extend the proposed M- 503 Relief main to tlie existing M-503 MH/JB struch�re at tlie existing crossing of Hwy 303. (3) Tliis item also addresses plan modifications and pipe realignments in 2019 and 2020 of tlie 2018 RJN (Part 2) Preliminary (60%) Design Plans for locations 1& lA (Lake Arlington crossing area) to facilitate the new VC 42" Force Main (FM) pipeline alignment through that area and address interconnections to the proposed VC gravity system improvements for long- term FM maintenance (dewatecing) under design by F&N. 2.1.B: (Previously noted as 2.1.E): Cost Recove�y of supplemental design services during 2022 previously performed for: (1) VCr Part 2, Phase 1(new project CIP nomenclahn•e) for a new design and several iterative design revisions the M-503 Relief extension across Hwy 303 and over 600 LF of additional pipeline to connect to the proposed new 42" Force Main (FM). This included engineering support for capacity verifications and accounting for future gravity system expansion; vortex design/coordination and support; odor and flow control management/mitigation integration into the design; and constructaUility assessment(s) in 2022. A fee re9uest of 2�1 735 is ��oted for this item. 2.1.C: (Previously noted as 2.1.F); Cost Recoveiy of supplemental design seivices (2023) previously performed for: �, r� n���� Excellence through Ownership www.rjn.com (1) VC Part 2, Phase 1 redesigned to eliminate 600+/-LF of the proposed M-503 Relief Main estension south of H�vy 303 and various junction structures modifications for future M-503 Relief estensions; vortex drop and sh�ucture cost reductions, finalizing odor control measures for the extension; addressing permits and ROW issues; and resolving numerous complex constructability issues resulting from the several design alternatives generated from the City's directive to utilization all the eaisting 30" FRP SS (M-503R) in order to arrive at tlie latest design plan �vhich is moving forward and will be finalized under this contrlct amendment; and (2) Recent VC Part 1 record drawings review and documenting actual Part 1 construction plan (as-built) revisions to fix various errors which were impacting the City's revie�v of RJN's current M-503 Relief main extension design which receives the proposed VC 42" PM pipeline. A,fee requesl of 19 952 is noted for this ilem. 2.I.D: �mcr�encv Sc�roicc Taslc Requested: Cost Recovery of Engineering support of City requested emergency assistance assessing M-503* pipe collapse in late January/early February 2024. A fee regaest of 3 596 is noted for this rtenr. 2.2: Geotechnical Seivices Budget needed for Location of 2 bores at new structure & Hwy 303 Crossing sites at Location 1, north of HWY 303. A r�evised fee request of 1$ 2, l 10 is noted for this itenr. 2.3: The prior proposed design service-related task has been deleted. 2.4: New Service Taslc Requcsted: The City directed RJN to immediately engage qualified sh•uctural engineers/subcontractois (divers) to conduct a detail structural and usefiil life evaluation of the existing Lake Arlington M-503* 54" Sanita�y Sewer (SS) Aerial Crossing to assess the feasibility of replacing the existing poor condition 66-inch OD steel casing (3/8" thick) pipe and heavily deteriorated internal coated corrugated ("Smooth Flo���" 10/12 gauge asbestos fuse bonded CMP) carrier pipe if the eaisting 19 pier suppoi�t pairs are structurally sound to support a new aerial crossing pipe for tlie anotlier 50 plus years of service. Tlie assessment team is anticipated to be able to mobilize approximately within 30 days from the notice to proceed (NTP) �vhich we will issue upon the conclusion of this contr•act amendment negotiation and prior to the Council approval of this amendment. A fee reqt�est of $93.625 is »oled for tliis iie�n i+�laich i�zch�des �69,500 in subcontrncting costs for divers nred fr�Tite e/entent sh�uchn�al annlysis. Note that in authorizing tliis task, tlie city also directed R.1N to immediately proceed with the initial preparation of preliminary design plans, specifications and permitting documents necessa�y to address the challenging design improvements associated witli tl�e reuseh�ehabilitation design of tlie existing Lake Arlington M-503* 54" Sanitary Sewer (SS) Aerial Crossing. With the proposed advertising of the Village Creek Drainage Area 42" Diameter FM Project in March 2024, iYs essential that this new project task is expedited. RJN's resulting design �vill focus on the replacement of the t�vo existing junction boxes isolating the existing 800 LF Lake Arlington aerial crossing structure that will be rehabilitated and modified for increased caplcity, and some contingencies regarding upstream interceptors, which recently experienced a partial pipeline colllpse adjacent to the Eaelon Plant cooling water discharge channel. Due to tliese factors, tlte inclusion of this ne�v task item is a high priority and will include expedited engineering and design time line. As such, the anticipated design work associated with this newly assigned project design task is spread among numerous tasks (standard contract task numbers 3 through 9) tl�at are briefly suntmarized/noted below. Due to the schedule driven process for these expedited design services, RJN will initiate parallel design services when the struchn�al study phase is initiated to avoid time delays waiting for the results of the structural evaluation study. This will help streamline the production of a design solution for the Lake Arlington aerial crossing improvements needed. With the recent pipeline emergency inunediately upstream of the lake crossing segment, RJN ���ill need to address some new system condition parameters thZt have not been fullv addressed in ow• work plannin� associated with this nmendment request znd su�plemental desi�n se�vices funding ma b�quired. The following is a partial list of design assumptions tlie RJN design team will initially follow to produce reqtiired specifc Lake Arlington contract documents for anticipated advertisement in 2024. Therefore, based on current availaUle information at this time, RJN: � r� 1'1��n�1�� � Excellence through Ownership www.rjn.com • Assturres thnt the existing pier sets u�r!/ be nGle to be utilized for n neiv nerinl crossing pipeline after some level of renrediniio�� lo address spnl/ing a��ens oi� the piers, pier caps ni�d n��cl�a•s to laold 117e aerinl pipe to tl�e pier cap. • Up to 30% of llae existi��g piers nr•e e�pecled to exl7ibit spn!/i�ag ni�d req:iire repnirs. • Up to hvo med�ods of nddressing subme�ged spnNi�lg repairs tivrll Ge detar/ecf, ii�cl:rding pipe jncheti�7g m�d carbaa fiber & epoay sh�cichu�n( ivrap repnir methods (e.g.: "Fibenvrap' ). • Desig�a delarls ivill nlso be provi�led for d7e i»stnlln[io» of nddiiio�7al nei•inl pipe pier pan�s nlo�lg strspect poriio»s of the e��isli��g support sh•trchu�e recontntended fi•om t/ie s0•i�chn•nl pier nssessme»t/stvdy. Tl�e neiv pier paii�s ivil! be fiu7her npnrt Ihnn the exrsting piers, and the pipe lvil! res! on a sh�uchn•n! sup�or! beam coiv�ectiiag d�e pier caps). T/ae anticipnled guanliry of supplenre�2ln! piers is ��ot lmoti+��� cen•i•ently. • Tlae hvo existi�ag jzrncliorz Goses 1vi1( be desigi�ed inith d�ermal e�pnnsia7 joi�a�s fa• ihe nerial crossii�g; improred ni2d snfer mnii�te��a�7ce access; nnd if possib/e pi�epped for ndclitio�7a/ �rl�u�e) trpsiream pipe capncil�� intproveme�tts lvhich lznd Gee�z previotrsly e�agr»eered or nre ctu�rently Geing inrp/emented due to s��stem condition emerger�cy(s) thnt l�ave nrisen nlo»g segme�rts of n�t-503 recently. Additior�nl capncily improreme�afs lvere desig��ed thro:�gl� tl�e prior prelimi»n�}� design stnge, but nl! need to be conceptunl/y revisited, discussed a�ad renrsed based on this »etiv nerial crossi��g design pin�a res:dting fi�on� this air�endmey�t driven design effor/. SimilarlJ�, additronn! dow»sh�ean� grnvrt�� syslent cnpacity is also inrn�rrn�(ed laere, bart is not anticipnted !0 6e able ro be nddressed nt lhis linre give�a tl�e a(igivnei�t of dae new 42 " Fn9. • Co�7sh�trclion segt�encing; e�ariro�vnentnl permitti��g; recommended project appronch(s), mnterrn! storage, hnndling, nnd co��sh•uction »rethods; SG1�3P; cuid project mitrgntio�� ivi!! be addressed to the Gest of otu• nbility give�a tlae time co»sh�nii�ls and lnck of all the necessaiy desig�a parrnneters nnd detai/s associnted »>itlt t77is locntiaa. Our intent is to provide viable design plans and conU•act documents for this location so tl�at c�uality bids can be submitted for this critical infi•astructure work. Be advised that no final plans and specifcations will be submitted prior to the integration of the findings from the authorized structural study are revealed and approved by the City of rort Worth. Should the findings of this stud,y prevent thc sh•uctin�al engincer from certifying the reuse of that existing set of pieis as proposed in thc project taslc deliverables submitted, then the City of rort �Vorth will worlc with the RJN design team to fund the development of an acceptable comprehensive desigo alternativc to tl�is ciu•rent design proposal to all parties involved prior to advertising this project Although, �ve currently don't anticipate this scenario liappening, but it is plausible that the existing pier's require substantive remedial work which may not be considered cost effective and functional for another 50-year (plus) se�vice life that once again raises the possibility of needing a new aerial crossing struchu•e, necessitating and pipeline realignments in the collection system in this area. Task 3 Preliminary Design ($142,087.00) addresses two critical design locations: 3.1.3.1: JAKAN/RJN — Junction Structures (2) and Aerial Crossing reuse engineering design (PLANS) 1.3.1a:M-503 Relief Structural Detail Sheets & Specifications 3rd Party Review (Jakan) 1.3.1b:VC Part 1- M-503 Relief capacity improvements and design modifications to existing M-503 H��ry 303 crossing; Odor Contr•ols; and H�vy 303 Ext. to new Village Creek FM. - this is a hand off design to include in F&N plans & specs and includes (five (5) pre- and one (1) to be performed during consh•uction) hydro-eYcavation potl�oles (Level A SUE) for exposing existing gas and sanita�y sewer mains. 3.1.4: M-503 Relief Extension Specifications 3.1.4.1: JAKAN/RJN — Junction Sh•uctures (2) and Aecial Ci•ossing reuse engineering design (SPECS) 3.1.5: Lake Aerial G•ossing — Existing Pipe Removal engineering and design (PLANS/SPECS) 3. L6: Bypass Plan development for Lake Aerial Crossing Improvements (PLANS/SPECS) 3.1.6.I:Coffer Dam P11ns and Specs (may need to be included — Not ctn�re��tly fimded) 3.1.7: Construction Estimates (bot17 desig» locntiaas) 3.2: Constructability Design Review (both desrgn locntions) 3.3: Utility Clearance (Goth desig�z locntions) 4. Task 4 Final Design ($27,001.00) addresses hvo critical design locations: 4.1.1: JAKAN/RJN —New Junction Structures (2) plus 800 LF of Aerial Crossing Pipe � r� n _y.,�l.�l �� Excellence through Ownership 4.2: Final (100%) Plans and Specifications (botl� design locn�ions) 4.2.1: JAKAN — M-503 Relief Junction Structures (review) 4.3: Construction Estimates (90% and ] 00%) (both desig�a locntions) Taslc 5 Bid Phase ($16,152.00) addresses: 5.1: Bid Support 5.1.1: Upload Documents to E-Builder 5.1.2: Sell Contract Docs/Maintain Plan Holder's List 5.1.3: Issue Addenda 5.1.4: Attend Bid Opening 5.1.5: TaUulate Bids and Recommend Award www.rjn.com 6. Taslc 6 Construction Phase Services ($27,113.00) addresses: 6.1: Consh•uction Support (Conformed Documents preparation & printing; Period site visits (6); and RFI/sub�uittal support) 6.1.1: Attend Preconsh•uction Conference (RJN/JAKAN) 6.1.2: Attend Public Meeting 6.2: Record Drawings/As-builts (bol1� design locations) 7. Task 7 ROW/Easements Services ($7,509.00) addresses: 7.1: Riglit-of-L,ntry Documents 7.2: Right-of-Way/Easement Preparation and Submittal (additional PSSE and/or TCE easement(s)) 8. Taslc 8 Survey ($18,160.00) addresses: 8.1: Design Survey — Supplemental survey (control verification) for tlie modified M-503R Relief Extension design and downstream end of tlie new Lake Arlington Crossing design request Taslc 9 Permitting ($56,705.00) addresses: 9.1: SWPPP preparation (both design locntia�s) 9.2.a: Supplemental Environmental Seivices (SYMONDS/JAKAN) for USACE NWP for Lake Crossing project improvements 9.2.b: Supplemental Environmental Services (SYMONDS/JAICAN) for the Air Quality/ Transpord Handling/ and Disposal Permitting of the old aerial pipeline containing fuse bonded asbestos cement liner on the COMP carrier pipe. USACE NWP for Lake Crossing project improvements 9.3: Floodplain Services — Lake Arlington Flowage Easement Mitigation (RJN/JAKAN) 9.4: E�elon Plant Coordination (pier assessment and aerial crossing design) 9.5: Oncor/Gas/TxDot Permits (revised) 10. Taslz 10 City Directed Services ($74,525.00) addresses: 10.1: Final Design Services for M-244B in Cravens Rd. or Preliminaty Design Seivices for M-244B in Quail Rd. for utility relocations to clear critical TPW HROM drainage Improvements project limits (no firncling i�1cluded for ndditionnl sin�ve��ing/ensements/SUE/Geotecla services, inclvded) Under this Amendment No. 3 request, RJN has integrated the costs noted above in the amendment item summaries provided into a single LOE fee request for this amendment (see attached spreadsheet) which for your convenience is summarized by project task costs in the summaiy cost table below: Task Description Hrs Labor*($) Expenses Total Costs No. �$) ($) Taslc 1 - Project Ma�ragemeirt: 1.2 - 1.2.5 Project Management Tasks 55 $ 19,028.00 $ 36.00 $ 19,064.00 � r� n rou Excellence through Ownership www. r� n. com Tas/r 2 - Conceptual Design (30%): 2.1.A-D Cost Recoveiy of Engineering/Design 429 $ 98,105.00 $ 92,198.00 $ 190,304.00 (Rev) Seivices for Prior Years (2019-2023); Geotechnical Services (2 bores); 2.2 Finalize Conceptual/Pre-Prelim. Design 2.3 / Structural Assessment 5tudy of 2.4 Existing Lalce Arlington Aerial Crossing Trrslr 3 - P��elimirrary Design (60%): 3.1.3.1 — Preliminaiy Design Tasks noted in LOE 390 $ 82,577.00 $ 59,510.00 $ 142,087.00 3.3 for M-503R Relief Extension and 800 LF Lalce Arlington M-503 Aerial Crossing Rehab and Reuse Design, including Junction Structures Task 4 - Final Design (90%) 4.1.1 - 4.3 Final Design Taslcs noted in LOE for M- 80 $ 17,001.00 $ 10,000.00 $ 27,001.00 503R Relief Extension and 800 LF Lal<e Arlington M-503 Aerial Crossing Rehab and Reuse Design, including Junction Structures Task 5 — Bid Plrase: 5.1 Bid Support / Upload/Mgt Docs on E- 60 $ 13,137.00 $ 3,015.00 $ 16,152.00 5.1.1 - Builder / Issue Addenda 5.1.5 Tabulate Bids/Award Recommendations Taslr 6— Construction Plruse Se�•vices: 6.1 Construction Support / Attend Pre-Con. 111 $ 23,494.00 $ 3,619.00 $ 27,113.00 6.1.1 Conference / Attend Public Meeting 6.1.2 - 6.2 Record Drawings/As-Builts Taslr 7 - ROW/Enseme�rt Services: 7.1 Right-of-Entry Documents 21 $ 4,456.00 $ 3,053.00 $ 7,509.00 7.2 Right-of-Way/Easement Prep & Support for Permits & for 1 TCE Taslr 8 - Srrrvey: 8.1 Additional Design Suivey addressing 20 $ 4,660.00 $ 13,500.00 $ 18,160.00 revised M503* alignment in Relief Ext. & conti•ol validation foi• Lake Crossing location, if i•equii•ed � 1'"� 1''1 .-�r�Ll� Excellence through Ownership Taslc 9 - Permitting: 9.1 9.2.a 9.2.b 9.3 9.4 9.5 SWPPP Preparation Supplemental Environmental Seivices (Symonds) for USACE NWP Permit (Lake Crossing) Existing Aerial - Asbestos Pipeline Disposal & Mitigation Floodplain Services - Lalce Arlington Flowage Easement Mitigation Exelon Plan Coordination Oncor/Gas/TxDOT Permits 169 �$ 3G,472.00 �$ 20,233.00 www.rjn.com $ 56,705.00 Taslr 10 — CitJ� Drrect Services: 10.1 Final Design Sei•vices for M-244B in Cravens Rd. and Preliminaiy Design Services for M-244B in Quail Rd. for utility relocations to clear critical TPW HROM dcainage Impc•ovements project limits (no funding included for additional surveying/easements/SUE/Geotech services) 351 �$ 73,965.00 �$ 560.00 �$ 74,525.00 SUBTOTAL: I 1645 I$ 383,403.00 I$ 196,171.00 10% Sub TOTAL: $ 579,575.00 $ 19,417.00 $ 598,992.00 For this amendment request, the City Department of Diversity & Inclusion has assigned a business equity goal of nearly twelve and two/thirds percent (12.66%) for this amendment request. The City's established participation goal of 12.61% for this amendment will be met through the combined fiinding of new subcontcacting tasks in the amount of approximately $78,805.00 foi• our current design team, witl� heavy involvement of JAICAN for critical struct�u�al engineering analysis and support, and some new team member additions of AGG for geotechnical Services and Yellow Rose for SUE and Topographic Surveying services. These new team members are r•eplacing Gorrondona and Associates, Inc. (GAI) for the geotechnical and SUE services that GAI no longer offeis. Additionally, Yellow Rose inclusion allows RJN to phase out our original and pi•imary surveying provider, Spooner and Associates, from the project who is no longer qualified as a certiiied M/WBE seivice provider There are several othei• existing cei�tified team membeis and vendors anticipated to be engaged on this project through an expanded oi• modified scope of se�vices arising fi•om all the pi•oject area system changes that have and continue to occur. � r�n rou _ Excellence through Ownership www.r�n.com A detailed breakdown of the proposed modified design team, addressing geotechnical services; structural assessment, analysis and design; SUE; and permitting for this revised and urgent scope of woi•k authoi•ized undei• this amendment request, will be submitted in the City's standard contract attachments. Contract Amendment No. 3 represents approximately a forty-three percent (42.55%) increase in the total conti•act value of this project. Therefore, we ai•e requesting Conti•act Amendment No. 3 to the Village Creek Parallel Intercepto�• M-503/M-244 Improvements for Village Creek Basin in the amottnt of $598,992.00. For your convenience, a summaiy of the total project fee is as follows: Contract Item Original Contract Amount $ 349,740.00 Amendment No. 1 Amendment No. 2 Amendment No. 3 Amended Contract Value $ 94,095.35 $ 365,000.00 $ 598,992.00 $1,407,827.35 Please do not hesitate to contact us should you have questions oi• need any additional background information concerning this submittal. Thank you for your time and consideration. Sincei•ely, Li�L����''�� Chris Brooks, P.E., Principal Project Manager RJN-182643-00 CC: Tony Sholola, P.E., FWWD, City of Fort Worth Daniel Jacicson, P.E., Vice President, RJN Group Chris Leathers, P.E., Engineering Manager, RJN Group Mai•lc Hinton, P.E., Principal Pcoject Manager, RJN Group �S� u� A � � o A � m � u 4 ° p OA� o > N ? 3 � qN �p A� A� � < a < � "< m < b z o� N o sy pza v� vo � v u z � a �a � n m p ��� °' -uaax� '��o2NNx -�N:12;�z,��fi�:m � ? ��1p0 3 � c? O`a �n � p a F�� ' p ^� 3? o � T� � m� 3 m m���� n °: t�n � m 3N ` � `". ? ' u ° o `d "+ � 3 H u < _ - ` ^ "-o ° 3 o f o o;�' 1.._ ",2 <v j� " n'� _n�2 0`� ,z d k 3 a '�2 2,`n3gn'' � n c`d` " �+� �� y� - � n� 33F n�'7nnm N�'n`d o o� na 1° v m"�P�p, o�� `. a.�- p a i'e S�1 � n n F u o � u _ n 3n 3zno_ 0 3 � n3 m o�3a.H v'° 3� � n 3 f<� v��.�"o ' _ � F�L'. a� 3 u _? A n a n 3� � ^�o n pppq 2 � � � � 4 F a � q - - N � � 3 �o ' £ n n �Q f Xue' � _ �'» o � �' n - - �Ocl� ^'p» - � o u a 3 - n 3 0 _ z o E o w ,�`� _ x ?? a a 3 � "s x r � n u- -� _ W u v" m� 2 a� Z_ _� � 3,� _ - 3 a � Y n x c' ��'� � a � p o o j 3o y_ _ N o��.°., `z _ a a 3 n �o e _' o J', 3^ w� u n' G ��'m� 2 X� I m ' w o o u u 'o n � - u 3 N� P� o o�`.j o`m - °x, � _ m a c N _ n 3 w � a N� 3 0 4$ -g$�agu,�`� e3� �� a=�';a�' - o » �3ob� .',3 -'�o'p9 $�� o�a-_ � n i � � a n o 2 n� -"» o o< p o 2''-' x� a m' i n ' x� azf'=a ^ f a`-'''3 2' �°��"� n `' - �a3o�� �'���a Qaa�aZo� - � n�_ " ti,� v 2 H 6 3� Q n'� 2�� - `w sw �H»332p - z� m � ,� -"• � s= g n c w �" n���� v z� H 3 a < p< � m� p 3 _ c� �! cr a X v g 3 m y : 2 N � 3 � m � 'n A 1 n g 0 i� N �� o � a » ti _ o Y � � � N � E 0 3 � m m �n � � � A 2 S O N „ � N u N -1 T - _ n r D D a � a� m a N 3 m � �� 3 � 1n D 0 w ' � O m N � � -• � 3 � m m � � K m � N � O N O �p � � T N O � � N n � o °1 o � m 3 a O D'� t w � y m � �° m 2 -�„ ° cp1i d O m D� � � ;il O :3 A pp� Z v 1D �1 (n � o ��rt v DA �m 3T.tu O a r � � � � ' � m � � � 'O Z ,�.� � O m 3 L FO m � 3 G � N �i � � A n � N � � � � � W (7 N O �n O � 7 � F A � N � T � p T 'n � N n m 3 � w, � ti � n �5 v N �2 p � ? T � � m � p p � � lA m � � � m n O A o N3v 2�. 3 G �r D � m n � m m � � D � z -�DC� � � 3 � A O m ? � �Aw� d�r� p n _ � VI m -1 � " m � ozi� N3o .��. 3 z � 3 3 » � � � � u m m N 1 2 ' � � v N � o :! n v 3= o� �� 3 - °c 3 � � � � � �F Baom �3 � u �o �n -'^�" 3� a � x mom_ o_ 3�vv C D 3� D �' � o _ � o v A� ,'^o- 0 3n`-' °� -� D 33 0 o u. � H.�. N ]. » F�i � D� n O � n y O n �_ u � �° - - Z n � ti ° - � � - N � � � o � C � � t�� D"'� ^. � X a o 3 � � m t� `3� ° _ x o � e � o o $ ; � m a2„7(� � XW � � � ° 3� a� � - n a � ' 9' e� N T 3 0 3`< p � � 3 f 3 N 3 °�' 3� ' � `p'a 1O N w � 4 m ` 3 � 4 = 3 � c 3 X � � Q ti o � y 3 F 3 "� 3 3 m 6 Cl 9 `�' O ,� - '� � M � 3 o M 3 g � � n _ � t�� - 3 o n 9 b io N _ A �' m ��z b � �� " � � z -+ � _ ; o { � N - Q 3, f�', ry A � � I�li � i� A k N � N � Y- � J � 4 � G < rr D � m n � m � D � z City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, May 13, 2025 LOG NAME: 60VCM5033VARA3-RJN REFERENCE NO.: **M&C 25-0400 SUBJECT: (CD5) Authorize Execution of Amendment No. 3 in the Amount of $598,992.00 to an Engineering Agreement with RJN Group, Inc. for the Village Creek Drainage Basin Parallel Interceptor Improvements Project RECOMMENDATION: It is recommended that the City Council authorize execution of Amendment No. 3 in the amount of $598,992.00 to an engineering agreement with RJN Group, Inc. for additional design services for the Village Creek Drainage Basin Parallel Interceptor Improvements project. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution ofAmendment No. 3 to the City Secretary Contract No. 43960 in the amount of $598,992.00 to an engineering agreement with RJN Group, Inc. for additional design services for Village Creek Drainage Basin Parallel Interceptor Improvements project (City Project No. C01961). Prior to this proposed Amendment No. 3, the original agreement had been revised by Amendment No. 1 in the amount of $94,095.35, authorized by Mayor and Council Communication (M&C C-27283), that provided for additional design, survey and geotechnical investigations and the project and Amendment No. 2 in the amount of $365,000.00 authorized by Mayor and Council Commur�ication (M&C C-27959) that provided for the design for three concrete junction structures and piping modifications and the design of a parallel M-503. Amendment No 3 will provide for the design of the Lake Arlington aerial crossing, additional design and modifications to the downstream sanitary system, to accommodate the Lake Arlington Force Main project, geotechnical investigation, additional coordination with ovarious stakeholders on the project and additional environmental services. Current remaining appropriations in the Water/Sewer Bond 2016 and Water & Sewer Bond 2015A Funds will be used to fund this amendment. Funding is budgeted in the Water/Sewer Bond 2016 and Water & Sewer Bond 2015A Funds for the Water Department for the purpose of funding the Village Creek Parallel Interceptor project, as appropriated. Funding for the Village Creek Parallel Interceptor Improvements project is depicted below: Fund Water / Sewer Bond 2016 - Fund 56005 Water & Sewer Bond 2015A — Fund 56007 Existing Appropriations $447,000.00 $4,459,197.00 Additional Appropriations Project Total* $0.00�� $447,000.00 $0.00 ��$4,459,197.00 Water Capital - II $301,027.00II $O.00II $301,027. Fund 59601 Sewer Capital Legacy - Fund $1,028,035.35 $0.00 $1,028,035.35 59607 Project Total $6,235,259.35 $0.00 $6,235,259.35 *Numbers rounded for presentation purposes. The Business Equity Division placed a 12.61 percent business equity goal on this Amendment. RJN Group, Inc., has agreed/committed to utilize 12.66 percent business equity subcontractor participation for the scope of work, exceeding the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. The project is located in COUNCIL DISTRICT 5. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the Water/Sewer Bond 2016 and Water & Sewer Bond 2015A Funds for the Village Creek Parallel Interce project to support the approval of the above recommendation and execution of the amendment to the agreement. Prior to an expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs),: TO �IFund Department cc I D FROM oun� Project IPrograml�4ctivityl Budget I Reference # �Amou ( ID � Year (Chartfield 21 � Fund Department ccoun Project Program ctivity Budget Reference # mount ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: Jesica McEachern (5804) Chris Harder (5020) April Escamilla (8455) ATTACHMENTS 1. 60VCM5033VARA3- RJN MAP.pdf (Public) 2. 60VCM5033VARA3-RJN funds avail.docx (CFW Internal) 3. 60VCM503VARA3-RJN FID Table (WCF 04.07.25).xlsx (CFW Internal) 4. Compliance Memo Final-NS.pdf (CFW Internal) 5. Fort Worth 1295 - VC Amd #3 - 9-16-2024.pdf (CFW Internal) 6. PBS CPN C01961.pdf (CFW Internal) 7. SAM.gov search RJN Group, Inc.pdf (CFW Internal) � 1" � 11' � a ,,, a ,1' a v m v rr � v m v � � v � 'a rt � a � � 0 c 3 r+ 'O � O (D e� v v n rr G � D � � 0 c 3 '+ � � O fD � v � � N C G�4 rn � d�o � x M � Z M N m,,, N 0 � O o � ao 3 � 0 � � r rn D � 3 � o �p' c N � ,-► ... � 0 au � v � � C -s "a O � fD � C -s 'a O a fD 7 '+ �O -i O (D � � � W d � � O' l�D �f � i�l A v �n N � �v 'o ao � o, 3 D 3 0 c � rt � C � � O � (D � I ,,, � I ,,, �