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 ,,, �