Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
063903-A1 - Construction-Related - Contract - RJN Group, Inc.
CSC No. 63903-A1 AMENDMENT No . 1 TO CITY SECRETARY CONTRACT No. 63903 WHEREAS, the City of Fort Worth (CITY) and RJN Group, Inc. (ENGINEER) made and entered into City Secretary Contract No. 63903, (the CONTRACT) which was administratively authorized on the 29th day of August, 2025, in the amount of $99,925.00; and WHEREAS, the CONTRACT involves engineering services for the following project: Citywide Wastewater Collection System Flow Monitoring Maintenance Contract- FY 2025 Part 2; and WHEREAS, it has become necessary to execute Amendment No.1 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 $0.00. 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 $99,925.00. 0 All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL RECORD City of Fort Worth, Texas Citywide WW Collection System CITY SECRETARY tract Fr 2025 Prof Services Agreement Amendment Template Revision Date: 12/08/2023 FT. WORTH, TX Page 1 of 2 EXECUTED and EFFECTIVE as of the date subscribed by the City's designated Assistant City Manager. APPROVED: City of Fort Worth Jesica McEachern Assistant City Manager 11/23/2025 DATE: ATTEST: Jannette Goodall City Secretary APPROVAL RECOMMENDED: QLd tooher Mar4er ov 21-2025 09:1_5-51CST) Christopher Harder, P. E. Director, Water Department Contract Compliance Manager: ENGINEER RJN Group, Inc. (L' d40e---' Daniel Ja kson, P.E Senior Vice President DATE : 11/18/25 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. - c�-4' g, �<��"'�J Joo K�asavich, P.E. Project Manager M&C No.#: N/A APPRO D TO FORM AND LEGALITY: M&C Date: N/A Douglas Black (Nov 21, 2025 16:39:07 CST Douglas W. Black Form 1295: N/A Sr. Assistant City Attorney OFFICIAL RECORD City of Fort Worth, Texas Citywide WU Collection System CITY SECRETARY tract FY 2025 Prof Services Agreement Amendment Template Revision Date: 12/08/2023 FT. WORTH, TX Page 2 of 2 Engineering InfrastruCtUre for Tornorrow November 5, 2025 John Kasavich, P.E. Engineering Manager City of Fort Worth Water Department 200 Texas Street Fort Worth, Texas www.rjn.com Subject: Amendment No. 1 Request for General Professional Services for Fort Worth Citywide Wastewater Collection System Flow Monitoring Maintenance Contract — FY 2025 Part 2 (City Secretary No. C-63903) Mr. Kasavich: Please find attached our proposed Amendment No. 1 to the existing Citywide Wastewater Collection System Flow Monitoring Maintenance Contract — FY 2025 Part 2, City Secretary Contract No. 63903, dated August 27, 2025, and runs through February 28, 2026. RJN started work immediately upon receiving the contract. Amendment No. 1 is seeking to reallocate $11,775.00 of funds to better support the FWWD Staff for this important multi -year Citywide Flow Monitoring Program this fiscal year. This letter provides justification for this request and briefly summarizes the scope of work anticipated to be performed. The supporting revised LOE spreadsheet reflecting Add/Deduct Costs is attached for your review. Meter sites FTW-04, FTW-05, FTW-14, FTW-21, FTW-23, and FTW-28 have equipment issues requiring a McCrometer RA and meter sites FTW-18, FTW-20, and FTW-24 have returned equipment to be installed. This decreases the units for Pay Item 1 and BA#1 by an anticipated 8 units for the initial three months of the contract period. The funds from this reduction will fund Pay Items 2, 3, 4, and 5 as outlined below as well as extend the contract time for Pay Items 1 and BA#1 through the month of February. I L+i,, "�i,nniaat 1 Meter Site Maintenance $62,100.00 ($8,280.00) $53,820.00 BA#1 Additional Data Management $14,700.00 ($1,960.00) $12,740.00 2 Flow Meter Removal $1,200.00 $3,000.00 $4,200.00 3 Shipping Costs $1,100.00 $550.00 $1,650.00 4 McCrometer RA $9,200.00 $4,600.00 $13,800.00 5 Flow Meter Installation $3,625.00 $3,625.00 $7,250.00 6 Equipment Repair/Replacement $8,000.00 ($1,535.00) $6,465.00 $99,925.00 $0.00 $99,925.00 6701 Brentwood Stair Rd, Suite 100W a Fort Worth, Texas 76112 • 817.451.3500 We appreciate the opportunity to continue working with the City of Fort Worth on this important project. Please feel free to contact Tristan Nickel at 817-451-3500 if you would like to discuss this proposal or have any questions. Sincerely, Tristan Nickel, PE, AWAM N. TX/AR Regional Manager ■■ Amendment No. 1 Request, City of Fort Worth I Page 2 Pay Item Contract Quantity Contract Fee Quantitylncrease/(Decrease) Revised Fee Pay Item 1: Meter Site Maintenance, as Required Including Scheduled Calibrations (bi-weekly for the first 60 days and then quarterly thereafter) — Monthly Servicing Fee [monthly fee per meter, assumed up to 15 60 $ 62,100.00 (8) $ 53,820.00 NON -CONTACT (select meter type provided) meters deployed during a 5 month period (15 units at $1,035 per each per month per contract period (5 Mos.)) Pay Item BA#1: Additional Data Management, Analysis and Reporting- Monthly Data Management, Analysis, and Reporting Fee as noted in Section 30.0 "Scope of 60 $ 14,700.00 (8) $ 12,740.00 Work". This is an ADD/DEDUCT item. (15 units at $245 per each per month per contract period (5 Mos.)) Pay Item 2: Flow Meter Removal, includes cleanup of meter and sensors. (1 unit at $600 per each) 2 $ 1,200.00 5 $ 4,200.00 Pay Item 3: Shipping Costs to ship non -operational equipment to McCrometer for evaluation. (Shipping 1,100.00 2 $ 1,650.00 Costs estimated at $275 per RA) 4 $ Pay Item 4: McCrometer RA, the cost incured from McCrometer for them to diagnose equipment issues. 4 $ 9,200.00 2 $ 13,800.00 ($2,300 per unit for 4 units) Pay Item 5: Flow Meter installation. (Includes initial site calibration, coordination with the telemetry service provider, and a final confirmation inspection within 7 5 $ 3,625.00 5 $ 7,250.00 days of installation) ($725 per unit for 1 unit) Pay Item 6: Equipment rapair/ replacment budget. Funds in this pay item will not be utilized without the $ 8,000.00 $ (1,535.00) $ 6,465.00 permission of the City. Totals $ 99,925.00 $ 99,925.00 FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: RJ N Group, Inc. Subject of the Agreement: Citywide Wastewater Collection System Flow Monitoring Maintenance Contract- FY 2025 Part 2 M&C Approved by the Council? * Yes ❑ No If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes © No ❑ 63903-A1 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes © No ❑ If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No © If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: If different from the approval date. Expiration Date: N/A If applicable. Is a 1295 Form required? * Yes ❑ No *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes © No ❑ Contracts need to be routed for CSO processing in the followin order:. 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.