HomeMy WebLinkAbout043960-A4 - Construction-Related - Contract - RJN Group, Inc.CSC No. 43960-A4
AMENDMENT No . 4
TO CITY SECRETARY CONTRACT No. 43960
WHEREAS, the City of Fort Worth (CITY) and RJN Group, Inc., (ENGINEER)
made and entered into City Secretary Contract No. 43960, (the CONTRACT)
which was authorized by M&C C-25924 on the 16th day of October, 2012 in
the amount of $349,740.00; and
WHEREAS, the CONTRACT was subsequently revised by: Amendment No. 1
in the amount of $94,095.35 which was authorized by M&C C-27283 on May
5, 2015, Amendment No. 2 in the amount of $365,000.00 which was
authorized by M&C C-27959 on October 11, 2016, Amendment No. 3 in
the amount of $598,992.00 which was authorized by M&C 25-0400 on May
13, 2025; and
WHEREAS, the CONTRACT involves engineering services for the
following project:
Village Creek Parallel Interceptor Improvements, CPN C01961; and
WHEREAS, it has become necessary to execute Amendment No. 4 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
her'Aie.cost to City for the additional design services to be performed
by Engineer totals $35,098.00.
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 $1,442,925.35.
3.
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 VCWRF Parallel Interceptor Improvements
Prof Services Agreement Amendment Template CITY SECRETARY C01961
Revision Date: June 13, 2025
Page 1 of 2 FT. WORTH, TX
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
DATE: 03/20/2026
pd�ooan
ATTEST:
Fg
qq d�*oO °*d
c�ta, A aaQ �'EXA`�o4p
n�naaooa
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
Christopher Rardor
Christopher Harder (M r 19, 2026 14:35:10 CDT)
Chris Harder, P.E.
Director, Water Department
Contract Compliance Manager:
ENGINEER
RJN Group, Inc.
(�' z
Daniel Ja�kson, P.E.
Executive Vice President
DATE: March 17, 2026
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.
Digl�ally signed by Bley UpreO
DN: C=UB,
Bijay Upreti c -13 ypreti@(o Odhtexzs gOv
CN=Bijay Upreti
HeasonI have r.,i..d ibis document
Date: 2026,03.18 08 34:13-05.00'
Bijay Upreti, P.E.
Project Manager
APPROVED AS TO FORM AND LEGALITY:
Douglas Black (Mar 20, 2026 07:13:20 CDT)
Douglas W. Black
Sr. Assistant City Attorney
City of Fort Worth, Texas
Prof Services Agreement Amendment Template
Revision Date: June 13, 2025
Page 2 of 2
M&C No.#: N/A
M&C Date: N/A
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
VCWRF Parallel Intercepto Improvements
C01961
ri n groUD
&V� Infrastructure for tomorrow
January 28, 2026
Mr. Bijay Upreti, P.E.,
Project Manager
City of Fort Worth Water Department
200 Texas Street
Fort Worth, Texas 76102
Subject: Village Creek Parallel Interceptor M-503/M-244 Improvements
City Secretary Contract No. 43960, authorized by M&C C-25924; C-27283;
C-27959, and No. 25-0400; City Project No. 01961
Amendment No. 4
Mr. Upreti:
www.rjn.com
It is RJN's pleasure to submit this Amendment No. 4 as requested by the City on November 71n
This amendment would cover the effort to transition the 303 Crossing from a change order to a
bid package. RJN will coordinate with DeOtte Engineering and Freese and Nichols to
incorporate plan sheets and specifications of theirs into one cohesive bid package. Bidding phase
services are also included in this amendment.
Contract Item
Fee
Original Contract Amount
$
349,740.00
Amendment No. 1
$
94,095.35
Amendment No. 2
$
365,000.00
Amendment No. 3
$
598,992.00
Amendment No. 4
$
35,098.00
Amended Contract Value
$
1,442,925.35
If you have any questions or require additional information, please do not hesitate to call.
Very truly yours,
RJN GROUP, INC.
�nn;, - W
Tristan Nickel, P.E.
N. TX/AR Regional Manager
TN/as: 2643
Enclosures
rJn EXHIBIT A
SCOPE OF SERVICES
DESIGN BID PACKAGE & COORDINATION
I. RJN will attend weekly meeting with the City, DeOtte Engineering (DeOtte) and Freese
and Nichols (FNI) to discuss the project.
2. RJN will revise its plan sheets to reflect them as a separate bid package rather than for
inclusion into an active construction contract for a FNI design project.
3. RJN will create a specification book with specifications that were not previously
identified due to the fact that they were already in the specification for the construction
project.
4. RJN will coordinate with DeOtte and FNI to identify any additional specifications that
are pertinent to their design and not RJN's and include them in the specification book.
5. RJN will coordinate the combination of bid line items and quantities into one cohesive
bid form as requested by the City.
6. RJN is not providing QA/QC for any information provided by DeOtte or FNI for
inclusion into the bid package.
BID PHASE SERVICES
1. Distribute bid documents for the project. Bidders will bear the cost of the documents.
One (1) set of bid documents is anticipated for this project.
2. Participate in one (1) Pre -Bid Conference.
3. Attend Bid Opening, develop bid tabulations and submit a recommendation of contract
award along with three (3) copies of the bid tabulation to the City.
4. RJN shall prepare Executed and Conformed construction documents for approval by the
OWNER (up to three (3) copies of each are anticipated).
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
Water and Sanitary Sewer Replacement Contract
City Project No. 01961
Labor(hours) Expense
Task No. Task Description Principal Project Project EIT CADD Administrative Total Labor Total Expense Task Sub Total
Manager Engineer Cost Travel Cost
Rate $422 $268 $240 $161 $165 $155
1.0 Design Bid Packaging/Coordination 2 48 24 5 20 1 $23,728 $23,728
3.0 Bid Phase 2 32 6 0 2 $11,170 $200 $200 $11,370
Totals 4 80 30 5 20 3 $34,898 $200 $200 $35,098
FORT WORTH.
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: RJN Group, Inc.
Subject of the Agreement: Village Creek Parallel Interceptor Improvements
M&C Approved by the Council? * Yes ❑ No 0
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑✓ No ❑ 43960-A4
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: 3/17/2026
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. c01961
*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 followingorder:
rder:
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.