Loading...
HomeMy WebLinkAbout2006-11-28 - Agendas - Final Aldermen Ward 1 Position I - Robert Reynolds Mayor Dan Coody Ward I Position 2 - Brenda Thiel City Attorney Ki[ Williams lFayeM � } Ward 2 Position 1 - Kyle Cook Ward 2 Position 2 - Vacant Ward 3 Position 1 - Robertrt K. Rhoads City Clerk Sondra Smith Ward 3 Position 2 — Robert Ferrell KANSAS Ward 4 Position I - Shirley Lucas Ward 4 Position 2 - Lioneld Jordan Final Agenda Special City Council Meeting November 28, 2006 A Special meeting of the Fayetteville City Council will be held on November 28, 2006 at 4:30 p.m. in Room 326 of the City Administration Building located at 113 West Mountain Street, Fayetteville, Arkansas. Call to Order Roll Call Pledge of Allegiance A. UNFINISHED BUSINESS: 1 . RJN Group, Inc: A resolution approving Contract Amendment #4 to the agreement for Professional Engineering Services with RJN Group, Inc. in the amount of $953,049.00 to provide design and construction phase services pertaining to technical design, engineering, Corps of Engineers and stormwater permit issues for the West Side and Farmington area Wastewater System Improvements Project (subprojects WL- 10, WL- 11 and WL- 12); and approving a contingency in the amount of $40,000.00. This item was tabled at the November 21, 2006 City Council Meeting. PASSED AND SHALL BE RECORDED AS RESOLUTION NO. 199-06. 2. Robinson, Stafford and Rude, Inc: A resolution approving a contract for Professional Engineering Services with Robinson, Stafford and Rude, Inc. (RSR) in the amount of $39,844.00 (to be wholly reimbursed by the City of Farmington) to provide value engineering services for the Farmington and West Fayetteville Area Wastewater System Improvement Project engineering design. This item was tabled at the November 21, 2006 City Council Meeting. PASSED AND SHALL BE RECORDED AS RESOLUTION NO, 200-06, B. NEW BUSINESS: 1. Fayetteville/Farmington Inter-Local Agreement: A resolution approving an Inter-Local Agreement between the City of Fayetteville, Arkansas and the City of 113 West Mountain 72701 (479) 521-7700 (479) 575.8257 (Fax) accessfayetteville.org Farmington, Aransas to establish terms of payment for Wastewater Engineering Services related to the Wastewater System Improvement Project in the West Fayetteville — Farmington area. PASSED AND SHALL BE RECORDED AS RESOLUTION NO. 201 -06. Meeting adjourned at 4:40 p.m. 113 West Mountain 72701 (479) 521 -7700 (479) 575-8257 (Fax) accessfayetteville.org dVo Special City Council Meeting Novemb928, 2006 • �u�� - I/ ^ _ , Subject: N CJC- f yy� Motion To: Motion By: Seconded: Allen Rhoads Ferrell ✓ Lucas Jordan V/I� Reynolds Thiel L/ Cook 1/ Mayor Coody Subject: Motion To: Motion By: Seconded: Allen �✓ Rhoads IAAM% fl i JE Ferrell ✓ Lucas Jordan �✓ Reynolds Thiel ✓ Cook IQ i 1 Mayor Coody g- v Special City Council Meeting Novembl'28, 2006 • Subject: �06 i /) o,4417,d f 1 /14.QZ Motion To: Motion By: Seconded: /] Allen / Rhoads i✓ � L Ferrell Lucas ✓ Jordan Reynolds Thiel ✓ Cook Mayor Coody g - v Subject: Motion To: Motion By: cooks Seconded: 8J , Allen N � Rhoads i Ferrell Lucas Jordan �r� ^ Reynolds Thiel ✓ Cook Mayor Coody 6 '0 Aldermen Ward 1 Position I - Robert Reynolds Mayor Dan Coody � •- Ward 1 Position 2 - Brenda Thiel Ward 2 Position 1 - Kyle B. Cook City Attorney Kit Williams t` Ward 2 Position 2 - Vacant Ward 3 Position 1 Robert K. Rhoads City Clerk Sondra Smith ". Ward 3 Position 2 — Robert Ferrell A R K A N S AS Ward 4 Position I - Shirley Lucas Ward 4 Position 2 - Lioneld Jordan Final Agenda Special City Council Meeting November 28, 2006 A Special meeting of the Fayetteville City Council will be held on November 28, 2006 at 4 :30 p.m. in Room 326 of the City Administration Building located at 113 West Mountain Street, Fayetteville, Arkansas. Call to Order Roll Call Pledge of Allegiance A. UNFINISHED BUSINESS: 1. RJN Group, Inc: A resolution approving Contract Amendment #4 to the agreement for Professional Engineering Services with RJN Group, Inc. in the amount of $953,049.00 to provide design and construction phase services pertaining to technical design, engineering, Corps of Engineers and stormwater permit issues for the West Side and Farmington area Wastewater System Improvements Project (subprojects WL- 10, WL- 11 and WL- 12); and approving a contingency in the amount of $40,000.00. This item was tabled at the November 21, 2006 City Council Meeting. 2. Robinson, Stafford and Rude, Inc: A resolution approving a contract for Professional Engineering Services with Robinson, Stafford and Rude, Inc. (RSR) in the amount of $39,844.00 (to be wholly reimbursed by the City of Farmington) to provide value engineering services for the Farmington and West Fayetteville Area Wastewater System Improvement Project engineering design. This item was tabled at the November 21, 2006 City Council Meeting. B. NEW BUSINESS: 1 . Fayetteville/Farmington Inter-Local Agreement: A resolution approving an Inter- Local Agreement between the City of Fayetteville, Arkansas and the City of Farmington, Arkansas to establish terms of payment for Wastewater Engineering Services related to the Wastewater System Improvement Project in the West Fayetteville — Farmington area. 113 West Mountain 72701 (479) 521 -7700 (479) 575-8257 (Fax) accessfaycttevi I I e.org FAYETTEVI?LE THE CITY OF FAYETTEVILLE. ARKANSAS KIT WILLIAMS, CITY ATTORNEY . DAVID WHITAKER, ASST. CITY ATTORNEY LEGAL DEPARTMENT DEPARTMENTAL CORRESPONDENCE TO: Dan Coody, Mayor THRU: Sondra Smith, City Clerk FROM : Kit Williams, City Attorney DATE : November 299 2006 RE : Passed Resolutions from Special City Council meeting of November 28, 2006 1 . RJN Group, Inc. : Resolution approving Contract Amendment #4 to agreement for Professional Engineering Services with RJN Group, Inc. in amount of $953 ,049.00 to provide design and construction phase services pertaining to technical design, engineering, Corps of Engineers and stormwater permit issues for West Side and Farmington area Wastewater System Improvements Project (subprojects WL- 10, WL- 1 1 and WL- I2); and approve a contingency in amount of $40,000 .00; 2. Robinson, Stafford & Rude, Inc. : Resolution approving contract for Professional Engineering Services with Robinson, Stafford & Rude, Inc. (RSR) in amount of $39,844.00 (to be wholly reimbursed by City of Farmington) to provide valuable engineering services for Farmington and West Fayetteville Area Wastewater System Improvement Project engineering design; 3. Fayetteville/Farmington Inter-Local Agreement: Resolution approving Inter-Local Agreement between Fayetteville and Farmington, to establish terms of payment for Wastewater Engineering Services related to Wastewater System Improvement Project in the West Fayetteville- Farmington area. r City of Fayetteville, Arkansas Discussion of Outside Agency Funding Requests - Agenda November 28h - approximately 5 : 15 P.M. (Room 326) Introduction: • Outside Agency Service Information. Outside Agency Presentations: (each presentation not to last more than 10 minutes) • Arkansas Air Museum • Boys & Girls Club • Central Emergency Medical Service (CEMS) • Community Access Television • Fayetteville Downtown Partners • First Night Fayetteville • NWA Economic Development District • Ozark Military Air Museum • Ozark Regional Transit • Razorback Transit Questions & Answers INTERLOCAL AGREEMENT BETWEEN THE CITY OF FARMINGTON AND THE CITY OF FAYETTEVILLE 1. PURPOSE The purpose of this Agreement is to establish terms of payment for Wastewater Engineering Services related to the Wastewater System Improvement Project in the West Fayetteville — Farmington area. II. BACKGROUND The Cities of Fayetteville and Farmington are in the process of finalizing a long- term agreement for wastewater collection and treatment operations and services. The Cities are also in the process of upgrading their systems as part of the overall Wastewater System Improvement Project to increase capacities of both wastewater systems. The most cost effective and efficient method of accomplishing these tasks is by a joint effort whereby the Engineers designing and supervising construction of these projects are contracted by the City of . Fayetteville, with the City of Farmington reimbursing the City of Fayetteville for Farmington's share of the cost. III . THE CITY OF FAYETTEVILLE AGREES TO: A. Execute an Engineering contract with the RJN Group, Inc. (RJN), in the amount of $ 1 ,095,291 .00, for design and construction phase services pertaining to Technical Design , Engineering, Corps of Engineer and stormwater permitting for the west side and Farmington area Wastewater System Improvement Project, Subprojects WL-10, WL-11 , and WL- 12. Farmington is paying $480,000.00 of the total amount, leaving a net Fayetteville cost of $615,291 .00. B . Perform contract management for the RJN Engineering Agreement. C. Send an invoice to the City of Farmington for Farmington's portion of the work performed within the billing period . The invoice will be submitted within thirty days of receipt of the invoice from the RJN Group. D. Execute an Engineering contract with Robinson, Stafford and Rude, Inc. , (RSR) in the amount of $39,844.00, for value engineering (VE) services with respect to the Farmington and western Fayetteville area WSIP engineering design . Although Fayetteville is executing contract management and oversight, Farmington is bearing the full cost of this study and will reimburse Fayetteville when the expenses are incurred. E. Perform contract management for the RSR Engineering Contract. 0 0 F. Send an invoice to the City of Farmington for Farmington's portion of the work performed within the billing period . The invoice will be submitted within thirty days of receipt of the invoice from RSR. IV. THE CITY OF FARMINGTON AGREES TO: A. Reimburse the City of Fayetteville up to a maximum of $480,000 for Engineering services performed by the RJN Group, Inc. , and their subcontractors, for Farmington's portion of work performed under the contract in paragraph III . B. Reimburse the City of Fayetteville the full cost, up to a maximum of $39,844.00 for Engineering services performed by the RSR, for Value Engineering Services under the contract in paragraph III . C. Pay all invoices to the City of Fayetteville within thirty days of receipt for services performed by RJN or RSR relating to the contracts identified in paragraph III . City of Farmington City of Fayetteville P.O. Box 150 113 West Mountain Farmington , AR 72730 Fayetteville, Arkansas 72701 4,� %/1,? �Ioc Jo is, Mayor Date Dan Coody, Mayor Date Witnessed By 6 Je9n Swift, City Clerk Dae Sondra Smith, City Clerk Date City of Fayetteville Staff Review Form City Council Agenda Items or Contracts 21 -Nov-06 City Council Meeting Date David Jurgens WW System Improvement Project Water/Wastewater Submitted By Division Department Action, Required: Fayetteville City Administration recommends approval of an amendment to the Engineering contract with the RJN Group, Inc., in the amount of $953,049.00, for Design and Construction Phase Services pertaining to Technical Design, Engineering, Corps of Engineer and Stormwater Permit Issues for the West Side and Farmington Area Wastewater System Improvement Project, Subprojects WL-10, WL-11 , and WL-12, and approve a contingency of $40,000.00. Funds are available in Fiscal Year 2006 WSIP budget. This is a cost share between Fayetteville and Farmington; Fayetteville is executing contract management and oversiaht. Farmqnaton is paymno $480,000 of the total amount. leavina a net Fayetteville cost of $513-049,00. $513,049 $ 114,765,766 Wastewater System Imp Project Cost of this request Category / Project Budget Program Category / Project Name 4480.9480.5315.00 $ 1091705,364 Water and Wastewater Account Number Funds Used to Date Program / Project Category Name 02133-0401 $ 510607402 Water/Sewer Project Number Remaining Balance Fund Name Budgeted Item xx Budget Adjustment Attached �0y Previous Ordinance or Resolution # 112-03 Depa mnt Di ctor 3 Date Original Contract Date: 7/15/2003 Original Contract Number: 916 City Attorney ate t� Receive City-be rk's Office Finance and Internal Service Director Date Received in Mayos Office Mayor Date Comments: City Council Meeting of November 21 , 2006 CITY COUNCIL AGENDA MEMO To: Fayetteville City Council Thru : Mayor Dan Coody From: Fayetteville Sewer Committee David Jurgens, Water & Wastewater Director Date: November 3, 2006 DI Subject: Approval of an amendment to the Engineering co tract with the RJN Group, Inc., in the amount of $953,049.00, for Design and Construction Phase Services pertaining to Technical Design, Engineering, Corps of Engineer and Stormwater Permit Issues for the West Side and Farmington Area Wastewater System Improvement Project, Subprojects WL- 10, WL- I 1 , and WL- 12, and approve a contingency of $40,000.00. Funds are available in Fiscal Year 2006 WSIP budget. RECOMMENDATION Fayetteville City Administration recommends approval of an amendment to the Engineering contract with the RJN Group, Inc., in the amount of $953,049.00, for design and construction phase services pertaining to Technical Design, Engineering, Corps of Engineer and stormwater permitting for the west side and Farmington area Wastewater System Improvement Project, Subprojects WL- 10, WL- 11 , and WL- 12, and approval a contingency of $40,000.00. Funds are available in Fiscal Year 2006 WSIP budget. This is a cost share between Fayetteville and Farmington; Fayetteville is executing contract management. Farmington is paying $480,000 of the total amount, leaving a net Fayetteville cost of $513,049.00. BACKGROUND Design work for the Farmington and southwest portion of Fayetteville portions of the WSIP was deferred pending the results of the Farmington-Fayetteville sewer negotiations. The negotiations are complete, and identified the desired layout of the sewer system in this area. The layout is functionally the same as that which was proposed in the WSIP Master Facilities Plan in August, 2001 . Pipe and pump station capacities have been updated to match Northwest Arkansas Regional Planning's population projections through the year 2030. DISCUSSION This amendment covers final design, construction inspection, and wetlands and storm water protection best management plans for WSIP subprojects WL- 10 (13,300' of 24" gravity transmission line), WL- 11 (9,700' of 18" sewer force main from the lift station to the West Side WWTP), and WL- 12 (relocated lift station # 12) in Farmington. RJN will perform design and construction inspection services as they have for all other aspects of the WSIP west line work. Due to the time constraints involved and the fact that both cities will be paying for portions of the engineering work, the environmental work is included as a subcomponent of this contract. Thus ECO, which is doing the environmental and stormwater design and construction phased work for the rest of the WSIP, is subcontracted to RJN for the work covered under this amendment. BUDGETIMPACT Funds are approved in the Fiscal Year 2006 WSIP budget. Costs will be shared by Fayetteville and Farmington. Farmington, in the sewer servcies contract, has agreed to pay up to $480,000 of this engineering cost. Fayetteville will invoice Farmington and Farmington will reimburse Fayetteville. WL-10-11 -12 RiN CCMemo Nov06.doc RESOLUTION NO. A RESOLUTION APPROVING CONTRACT AMENDMENT #4 TO THE AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES WITH RJN GROUP, INC. IN THE AMOUNT OF $953,049.00 TO PROVIDE DESIGN AND CONSTRUCTION PHASE SERVICES PERTAINING TO TECHNICAL DESIGN, ENGINEERING, CORPS OF ENGINEERS AND STORMWATER PERMIT ISSUES FOR THE WEST SIDE AND FARMINGTON AREA WASTEWATER SYSTEM IMPROVEMENT PROJECT (SUBPROJECTS WL-10, WL-11 AND WL-12); AND APPROVING A CONTINGENCY IN THE AMOUNT OF $40,000.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1 . That the City Council of the City of Fayetteville, Arkansas hereby approves Contract Amendment #4 to the Agreement for Professional Engineering Services with RJN Group, Inc. in the amount of $953,049.00 to provide design and construction phase services pertaining to technical design, engineering, Corps of Engineers and Stormwater permit issues for the West Side and Farmington Area Wastewater System Improvement Project (WSIP Subprojects WL-10; WL-11 and WL-12. A copy of Amendment #4 ed Exhibit "A," is attached hereto and made a part hereof. Section 2. That the City Council of the Ci a Ville rkansas hereby approves a contingency in the amount of $4 , 11 .00.00. PASSED and APPROVED this 2 ay of No eM 006. PPRO40� D: ,y DAN COODY, Mayor fy - RA SMITH, City Clerk AMENDMENT NO. 4 TO AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES BETWEEN CITY OF FAYETTEVILLE, ARKANSAS RJN GROUP INC. WHEREAS, On July 15, 2003, the City of Fayetteville, Arkansas (City of Fayetteville) and RJN Group, Inc. of Dallas, Texas entered into-'a' n Agreement for engineering services in connection with the Wastewater System Improvement Project, and in particular the Westside Collection System Improvements (tbe "Project"). The scope of these services included the final design and bidding services, and WHEREAS, RJN Group, Inc._ has proceeded with these services in accordance with the scope set forth in the Agreement, and WHEREAS, City of Fayetteville requests that the scope of RJN Group, Inc.'s services to be amended to accommodate design changes requested by the City of Fayetteville; and WHEREAS, RJN Group line. agrees to provide the amended scope of services for a lump sum fee increase of $ 1 ,095,291 . A total of $ 142,242 is remaining under Optional Services in the July 15, 2003 Agreement leaving $953,049 to be included in this Amendment No. 4. NOW THEREFORE, inconsideration of the mutual covenants and Agreements herein . contained, City of Fayetteville and RJN Group Inc., the parties hereto, stipulate and agree that the Agreement for Engineering Services dated July 15, 2003, is hereby amended in the following Particulars. SECTION 3 - ADDITIONAL SERVICES OF ENGINEER SECTION 3, 3.2.2 — Revisions to drawings, specifications or other documents made necessary by adjustments in the City of Fayetteville's program, more specifically as defined in AttachmentA attached hereto and made part of this Agreement. SECTION 6 - PAYMENTS TO RJN GROUP INC For the scope of additional services set forth in this Amendment No. 4 Fayetteville shall pay RJN the amended lump sum amount of NAE HUNDRED FIFTY-THREE THOUSAND, FORTY-NINE DOLLARS AND NO CENTS (US $953,049.00). The total amount of the Agreement including final design, bidding phase services, and construction phase services shall not exceed FIVE MILLION, TWO HUNDRED EIGHTYXIVE THOUSAND, EIGHT HUNDRED EIGHTY-EIGHT DOLLARS AND NO CENTS ($5,285,888.00). All other provisions of the original Agreement remain in full force and effect. Amendment No. 4 1 _ 10/27/2006 IN WITNESS WHEREOF, the parties,hereto'havecaused this Amendment to be duly executed this = day of , 2006. City of Fayetteville, Arkansas RJN Group, Inc. By:- By: N^ / Dan Coody Hugh Iso Mayor Vice President AT'T'EST: ATTEST: . Sondra Smith City Clerk Attachments: Attachment A: Scope of Services Attachment B--", Cost Estimate Amendment No. 3 2 10/27/2006 City OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES APPENDIX A — SCOPE OYSERVICES FOR FINAL DESIGN PHASE This is Appendix A; consisting of 6- pages, referred to. in and part of the Agreement ForProfessionalEngineering Services between.Cit of Fayetteville, Arkansas hereinafter referred to as City, and RJN Group, Inc. hereinafter referred to as RJN Group, Inc. dated - .The following contains additional Scope of Services tasks forthe Final Design Pfiase. ' . Generally,•'the project will include the fmal design of sewer improvements including an interceptor sewer, pump station, and force main necessary to rerpote the areas tributary to the City of Farmington Lift Stations'to the proposed Westside Wastewater Treatment Plant. A sum presented in Table A- 1 . mary of the sewer improvements is PHASE I PART A - PROJECT ADMINISTRATION AND MANAGEMENT ] . Project Administration a) Perform Project Initiation activities b) Perform general administration and project management activities. c) Finalize agreements with subconsultants. d) Perform RJN's internal project control in.cluding budgeting, scheduling, andqualitycontrol activities. e) . Prepare and submit monthly work progress reports to the City and Program Manager and cortfrlu compliance with final design schedule. 0 Develop,and maintain project Completion schedule throughout project. ds.and CA g) Incorporate and maintain -City's design standar DD standards throughout project. 2. Coordination Meetings - a) Attend project kickoff meeting with City staff and other consultants involve din project. b) Attend monthly meetings with City staff and other consultants to coordinate:design activities. (A total of.6 meetings is anticipated). c) Meet with ANRC, AHTD, and ADHHS as necessary to obtain permits for constmction of project. . . . . d) Prepare and participatein a Value Engineering session witNCtty of Fayetteville and City's consultant One three .(3) day,session is anticipated It is anpcipated Prehininary Design Report will serve that RJN Group, Inc.'s as the basis for the Value Engineering Review. The accepted VE revisions will be incorporated into The final construction documents. e) Prepare for and attend up to four City Council meetings with City of Fayetteville and/or City of Farmington to provide periodic updates on the progress of the final design.as requested by the Water and Wastewater Director. PART B —DESIGN SURVEY 1• Surveys for Design a) RJN Group; Inc. will perform field surveys to collect horizontal and vertical elevations and other information will be needed for use by RJN Croup, Inc. in designandpreparation.ofplans forthe project. Information gathered during The survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/rnvert. elevations of existing sewers, location of buried utilities wherepossible, structures, and other features relevant to the final plan sheets" The location of buried utilities will be based on information provided by utility companies and/or utility locates by Arkansas Call-One. RJN Group, Inc. AAA will not be responsible for.actual location of buried,utilities and contract documents will require the Contractor to locate:utilities prior, to construction The.location of trees will be in accordance with the City's current specifications. b) RJN Group, Ine. .will.provide all plans,Sield notes; plats, maps, legal.,descriptions, or other specified documents prepared in conjunction.with the requested services in a digital formal - All text data such as.plan and profile, coordinate files, cut sheets„etc., shall be, provided in. the American StandardCode for lnformationInterchange (ASCII) formal; all drawing files-shall- be provided mi AutoCAD (DWG or DXP) format. . The minimum information to be provided in the plans shall include: . . 1) A Project Control Sheer showing ALL Control Points used or set while gathering data, generally oma scale of not less than 1"-40'. 2) Coordinates on,all P.C.'s, P.T.'s, P.I:s,manholes, valves, etc., in the same coordinate system as the Control. - 2. Public Notification - Prior to conducting design survey, RJN Group, Inc. or its Subconsultant will notify affected residents of the project in writing. The notification letter sball be on company letterhead and shall include the following: project name, limits, Consultant's project manager and phone no., scope of survey work, and design survey schedule. PART C — PERMITS AND EASEMENTS 1. Permits During the design•phase, RJN Group, Inc. shall coordinate with 511 utilities andother agencies affected by the Project. These entities shall also be contacted,.if applicable, to determine plans'for any proposed facilities or adjustment to existing facilities within the project limits: The , information obtained shall be shown on the plan sheets:- RJN- Group, Inc. shall show the location of the proposed utility lines, and existing utility lines within the pioject limits. RJN Group, Inc. - shall complete all 'Imms necessary. for City to obtain permits from Washington Countyand other agencies and submit such forms to the City. City shall be responsible for forwarding the forms to the affected agencies for execution. A total of one (1) permit is anticipated; 2. ' Right of-WaylEasement'Preparation and Submittal - a) RJN Group, Inc. will conduct research for availability of existing easements where construction is probable: Temporary and permanenfeasements will be prepared based on available information. The City will negotiate and obtain the necessary casements. :A total of 38 easements are anticipated. by Revise easements is required toblitmn approval from property''owners A total of 9 revisions. are'antictpated: 3. 404/Phase'11 Stormwater Permitting. . - All req uned'404 permits (Wetland delineation andmitigation) and Phase IfStormwater permits will be prepared by a subconsultant to RJN Group, Inc:' RJN Group; In I c. will coordinate permitting activities with subconsultant and will incorporate all requirements into project specifications. Subconsultant shall provide Technical Specifications'to address environmental, archeological, and other environmental permitting requirements as necessary. These specifications will be incorporated into the Construction Documents. 3. City Construction Permits RJN Group; Inc. will collect information and prepare and submit applications for City Construction permits, - - - AA-2 -PART D - CONSTRUCTION PLANS AND SPECIFICATIONS It is anticipated that the project will be bid as one construction project containing three separate iinits or contracts: 1. `Final'Engine ering°Pipe Line Design Sewers WL-1 0.(IntcTCePt0r) and WL- I 1 (Force Main) — RJN Group,Inc. will conduci final engineering as follows: - a) Conduct geotechnical investigations as necessary to design the project: The extent-of the geotechnical investigation is summarized in Table A-2- b) Prepare overall sanitary sewer layout sheets and overall easement layouvsheet(s). . c) " Prepare preliminary project plans and profile sheets which show the following: Proposed . sanitary'sewerplan/profile and recommended pipe size, water service lines and meter boxes, -gate valves; and all pertinent.information needed to construct the project. Construction plans 'shall also include details to re-route nows from the existing lift stations to the proposed mterceptorlines: The plan and profile sheets will be prepared owa- I" = 40" scale horizontally 'and 1 "'=-4'.,verlically. d) Existing utilities and utility easements will be shown on the plan and-profile'shee(s based on information obtained during the design survey or from information provided by Utility companies..RJN Group, Inc. will coordinate with utility companies and the City to • determineif any ,fature improvements are planned that may impacttheproject" _ e) RJN Group, Inc. will prepare standard and special detailsheetsfor sewer line construction. These.may include connection details between van, pans of the project, tunneling details, boring �andjackingdetails, waterline relocations, and details unique to the construction of the (project: ' 1) RJN Group, Inc, shall prepare demolition details for the existing lift slation(s) to be abandoned and include in the construction plans. g) RJN Group, Inc. will consult with the Cityand OMI to develop a cut-over and startup plan to;bring the new!sewer system on line. 2. lift Station Design--W1 -12 Lift Station No. 12 RJN Group, Inc. will conduct engineering design as follows:- a) lift Station No. 12 (Relocated) I). Prepare detailed Basis of Design for Lift Station No.. 12 (Relocated) force main " hydraulics, basic pump/wet well.layoul, alarms and instrumentation plan, hoist, flow meter/vault, and standby power requirements. 2) Conduct Mechanical design including pump and piping configuration. 'Prepare Mechanical Drawings including lower level plan and section drawings; odor control equipment plurnbing and_ miscellaneous Mechanical details.. . 3), Conduci:Structural. design: Prepare Structural drawings including foundation plan, lower - level plan and sections and.typicalstructural"details. ` 4) Conduct HVAC design and prepare HVAC lower level plan, odor control equipment, and typical HVAC sections and details. - - - 5) Conduct.Electrical design including selection/sizing of Motor Control equipment, lift station standby generator and switcbgear. Prepare Electrical drawings_including site Plan, MCC and switchgear one-line diagrams, lower level plan, generator details, and odor control equipment. - - - 6) Conduct Instrumentation design. Prepare Instrumentation drawings including Control system functionality, control narrative schematics for power, HVAC, fault monitors, pump controllers, liquid levels, gas (hydrogen sulfide) monitors, odor control system, and . general instrumentation details. 7) Prepare Lift Station specifications including site work, concrete, masonry, metals; wood, thermal andmoisiure protection, doors and windows,, finishes, specialties, equipment, conveying systems, mechanical, electrical, and contrl end devices. b) it is that instrumentation design including SCADA, }]uman Machine Interface (HMI), telemetry and Programmable for all lift stations. Logic Control (PLC) controls will be provided by others AA-3 3. Odor Control., : . RJN. Group, Inc. will conduct engineering as follows: a) Conduct final Process Design for selection of Farmington ufl Station odor control equipment. b) Select and size odor control equipment/media type compatible with lift Station mechanical and HVAC equipmenL .. . c) Select and size passive odor scrubbers for force main air release valves: . d) . Prepare specifications for selected odor control equipment.: . 4. Specifications Using'RJN .Group, Inc.'s. basic technical and,City's General Conditions Project_Manual. specifications, prepare project specifications which shall include, but. not be limited to: ]) bidding documents, 2) contractual.documents, 3) conditions of the, contract, 4.)_standard project forms, and 5),technical specifications. Project Manual shall.be based,on.Construction Specifications Institute (CSI) Master Format and Section Format and.shall incorporate City of Fay0t.eville. 's standard general conditions and forms. Bid documents shall include required forms:for State Revolving Loan Fund funding. .5. PreliminaryConstraction Document Submittal a) RJN.Group, Inc. shall deliver five (5) sets of conceptual design plans (3,0% complete) for design review. Plan sets shall includealignment plans, survey data, existing utility . , .information, and.available environmental data. Opinions of probable cost andmajor . - component material selections will also be provided as,part of the submittal.. b) ' RJN Group, Inc: shall meet with City to discuss review comments for preliminary submittal. Tworeview meetings each plansel submittal is anticipated. 6. . . ' Fin_ a_ 1 Construction Document Submittal . a)- Following City approval of the preliminary documents, RJN. Group, Inc.. shall prepare final plans and specifications and contract documents (each sheet shall be stamped, dated, and signed by RJN Group, Inc.) and submit five (5),sets of plans and construction contract documents for City's, final approval. PRASE LI-- BIDDING SERVICES The following is.the Scope of Services for the Bidding phase. 1 . Arrdtige "for bidding notices to be sent .16 contractors pub lishing''services and -direct mailing to contractors of record: Notices shall comply with requirements of City:and Revolving loan Fund WF) administered by the Arkansas Natural Resources Comimsston and, the Arkansas Development Finance Authonfy (ADFA). T%he legal notice to be placed m legal notices section of a`local newspaper-shall be coordinated with City purchasing agent.and an affidavit of publication secured. . . . 2.. Prepare addenda for drawings andBid Documents as required and submit to City in timely manner such'that addenda can be issued in accordance with Construction Contract General Conditions. 3. Secure updated state and federal wage rate decisions and incorporate by addenda into the Bid Documents. - 4. . Assist City in issuing and tracking Bid Documents, addenda and communications during bidding and maintain list of plan holders. Provide additional copies of plans and,specifications for prospective bidders. RJN Group, Inc. shall be responsible for costs of additional copies. AAA 5. RJN Group; Inc shall brgamze, convene, and conduci 'a Pr&Bid Conference: RJN Group, Inc. shall'explarn the project requtrements and receive-questions�fiom prospectivehiddeis. RJN Group, lnc.shall consider the questions received and issue necessary clarifications and changes to the Bid Documents through the use of addenda. 6. Assist City in obtaining and evaluating bids and preparing constnietion contacts, Provide four r (4) copies of the bid- tabulation for'thelprojec4 Consult with and advise City as to the acceptability of subcontractors and 'other persons and organizationsproposed by the prime construction`contractor(s) hereinafter called "Contractor(s)," for those portions of the work as to which such acceptability istequired by the Bid Documents. 8• Make recommendations regarding award of construction contracts. 9• Attend Water and Sewer Committee meeting and the ensuing CityCouncil meeting to recommend action"bythe respective bodies. Prepare. and presenia recommendation complete with such supporting information as necessary for the bodies to make an informed decision on the action recommended. PHASE III - CONSTRUCTION PHASE 1 . Consult with and,advise City of Fayetteville and act as City of Fayettevi)le's Engineer as Provided in City of Fayettevi0e's General Conditions of the.Construction Contract. The extent and limitations of the duties, responsibilities, and authority of RJN Group Inc. as assigned in said General Conditions shall not be modified without RJN .Group Inc.'s written consent. " 2:. Conduct Construction Phase Services in accordance with the Arkansas Natural Resources Commission Rules Governing the Arkansas Clean Water Revolving Loan Fund Program and as directed by the City of Fayetteville. - 3. Review and accept Submittals of Contractor(s) for conformance of the Contract Documents. . with the design concept and intent 4. Resident Services During Construction a. A Resident Project Inspectors) and assistants shall be furnished and shall act as directed by RJN Group Inc. in order to provide more extensive representation at the Project site during the Construction Phase. The cost estimate is based on the assumption that each resident Project Inspector/Assistant will be responsible for overseeing the construction - . . of the two pipe line projects. A total of 3,418 hours of resident inspector hours are included in the cost estimate attached hereto as Attachment A. b. The Resident Project Inspector, through more extensive on-site observations of the work in progress, field checks of materials and equipment, and maintenance of jobsite records on conditions and activities, shall assist RJN Group Inc in determining that the Project is Proceeding to accordance with the Contract Documents, but the furnishing of such resident project representation shall not make RJN Group Inc. responsible for construction means; methods, techniques, sequences, or procedures, or for safety precautions or programs, or for Contractor(s) failure to perform the construction work in accordance with The Contract Documents" 5. Issue all instructions of City of Fayetteville To Contractor(s); prepare routine Change Orders as required; act as initial interpreter of the terms and conditions of the Contract Documents and judge of the performance there under by the parties thereto, and makerecommendations to City of Fayetteville on claims of City of Fayetteville and Contractor(s) relating to the execution and AA-5 . progress of the Work and other natters and..questions related thereto; but RJN,Group lnc: shall not be liable for the results of any such recommendations, interpretations,or decisionsrendered by RJN Groupanc., in good faith, 6. Review Contractor(s)' applications for payment and supporting data, determine the amounts owing.' to.Contractor(s)„and recommend approval in writing to.City of Fayetteville of all,payments to Contractor(s) in accordance with the Contract Documents. . . 7. Conduct an inspection to determine if the Project is substantially complete and a final inspection to determine if theProjecl has,been.completed.in accordance with the Contract Documents, and if each Contractor has fulfilled all of his.obligations there under so that RJN .Group Inc.may recommend approval, in writing to City of Fayetteville, of final payment to each Contractor: ' 8. Post Construction Phase a. Provide qualified .personnel during equipment start-up I and instruct City of Fayetteville's personnel in equipment function and intended use.. 9. Prepare a reproducible Record Set of drawings revised to show significant changes made during construction of the Project in accordance with records provided by Contractor and RJN Group Inc.'s Resident Project Inspector. AA-6 Table A-] LIMITS OF DESIGN Diameter Length ' Sewer Pipeline (in) (1� WL-10 Farmington Interceptor Sewer 12-24 137322 WL-11 Force Main from LS # 12 to WS WWTP 18 9.683 Total 23,005 Lift Stations Extent of Im rovements WL-12 Farmington Lift Station (LS #12) New Station Table 2-A McCLELLANDNCEt CONSULT/NGI-lit , „ t kr 2, 02- r ENGINEERS,, /NC. --- - - --- _. 14ATERLALS LABORATORY f r , ,. • ; ; ,- ., f REVISED SEPTEMBER 2006 GEOTECHNICALINVESTIGATION SCOPE AND FEE SCHEDULE FARMINGTON SEWER LINES.B PUMP STATIONS WEST SIDE TREATMENT FACILITIES FAYETTEVILLE, ARKANSAS for RJN . . DALLAS, TEXAS September 28, 2006 - - - Item No Item Descnphon / ASTM Desionationr Quantity. units I Unit PriceExt nded 1 Equipment Mobilization and Demobilization ( Per Trip_ ) 12 Trips $75.00.. Engineering-Technician ( . For Utility Locations "One Calf' ) R $900.00 16 H Dozer Rental ( For Clearing Sites) ( 4 Hr. Minimum per day ) 16 HR .$65,00 - $1.040.00 Soils Technician ( Clearing of Sites ) $90.00 $3,600.00 Soils.Technician ( Site Access Negoiations ) 24 HR $45.00 ,57,080.00 40- HR. $45.00 . .$1;800.00 Subtotal - $8;420.00 2 Boring Setup Charges - 78 EA Drill Rig and-.Crew Standby Time ( During Clearing ) . $35:00 $2,730.00 Boring_Layout - . 16 HR .$110:00 $1,760.00 46, HR ' $65.00 _ $2,600.00 Subtotal 57,090. 00 3 Soil Drilling and Sampling, ASTM D-1566 8 ASTM 0.1567 _ Soil Drilling_ (. 78 Borings - 8 feet to 25 feet max. 900 LF $10.Q0 . $9,000.00 Diamond Core Drilling 50 LF 313.0Q _$650.00 200 LF. $35.00' $7,000.00 4 Soil and Rack Laboratory Testing Subtotal $16,650.00 ASTWD"2216• Moisture Content Determination ASTM D-4318, Liquid and Plastic Ilmit Of Soils 160 EA $10.00 $1;600.00' ASTMD-422, Gradation Analysis of Soils (6 Sieves 75 EA $50'00 .$3,750.00 ASTM D-2166. Unconfined Compressive Strength of Soils 75 EA �0"� 53,750.00 e 80 EA 540:00. '$ $1100.00 ASTM-0.2166. Ory Unit Weight Of Soil Specimens -'80 •FA ..$90.00. �. ::.$000:00- , 5 1 . G.eofectihicM Engineering Report and Recommendations Subtotal., $13,100.00 Engineering Supervision (Project Manager) Engineering Analysis 8 Recommendations(Project Engr.) 24 HR $140.00 $1,400.00 BoringrLog -Preparation (Senior Draftsman) $90:06 ; .$2, 160.00 Boring Plot Plan Preparation (Draftsman) 50 HR $72. 00•: . $3,600.00 Report Preparation (Clerical) OHR $60.00 . '$480.00 2 .HR $45.00 -$90.00 Subtotal - 37;730.00 ESTIMATED GEOTECHNICAL INVESTIGATION AND ENGINEERING Any Additional.Items shall be according to attached Fee Schedule 552,990.00 "! • � SUBMITTED BY: r - R. W NE O�ES, P.E. Vic resi e6I ' C:WaIatGEOIEGHVay-sewer-Imm0906,Wp2wi Table 2-A (Cont.) NCEMCCLELLAND CONSULTING r,r .r,. .r , •, .r , ENGINEERS, INC. ,MATERIALS 'LABORATORY. Y a. , 1-92.1 ; GEOTECHNICAL INVESTIGATION FEE SCHEDULE " June 2006 HOURLY CATEGORY RATE Mobilization of $ 2 . 10/mile. 1 each way ) " ( from Fayetteville, Ark. ) S 75.00 minimum . Soil Drilling including Sampling - 8"50 per loot Rock Drilling (Rotary Bit) 1.2:00 .per foot Rock Coring (Diamond Bit) " ' 32 .00 per foot Setting Casing Through Overburden, as required- 8.00 per toot Boring Setup Charge 35.00 per each -Standby. Time -IRig and. Grew On-Site), if required L10:00 per hour . ' Layout of Boring - 66.00 per hour. Crew Travel Time 66.00;per hour . Per Diem (per night) 70.00 per man Atterberg Limits 45.00'each Moisture Content "12:00 each Unit Weight Test (Soil Sample) 12:00 each 'Unconfined Compression Test 40.00 each Gradation Tests Dry Sieve 8.00 each . Wet Sieve , 35`.00 each California Bearing Ratio (CB)t) with Std Proctor 250:00 each With Mod Proctor 275:00 each' In-situ Permeability 150.00 each In-situ Permeability (Flexwall) 250.00 each. . Remolded Sample 90.06 each Triaxial Test (Single Stage) 135.00 each' . Triaxial Test(Multi-Stage). 180.00 each. Remolded Sample - - 50:00 each . Draftsman 50.00 per hour Senior Draftsman 60.90 per hour , clerical 45.00,per.hour DesgnEngineer - _ 80.00,per hour Project Engineer (Soils Engr.) . . 90.00,,per. hour Project Manager (Senior. Soils.Engr.) .. 130-00,per hour Print;ipal.Engineer _ - 140.00 per hour Senior Engineering Technician .72.00. per tour - . Engineering.Technician 55,00 per hour Soils Technician - . - :40.00:.per hour •Two-Flagmen 75.001 per hour .. Mileage 0.:42 per mile Backhoe Rental �. ( 4 hour "minimum ) 75.60 per hour (min) - Dozer Rental ( 4 hour minimum j - 90.00 per. hOur (min) Rock Bits 300.00 each Diamond Bits - 525.00 each The Client is responsible for providing access to the site. The Client is responsible for all costs for site mobilization through unstable soil when a dozer is required to move the drill rig around the site. The Client is responsible for all costs involving clearing and access path to each boring location. The client is responsible for drill bit costs while drilling into and/or through a chert, a veiy .hardlimestone formation, or other very hard formation, whenever new or slightly used drill bits are wom out during the drill operations. - Hourly Rates subject to adjustment annually p,e>n,GEmECM1ec,GEPrEErwoz rpe jn 03 c nN d Am � ^y °'. ¢ , yam bc. . �. � � o o \. . 77d -,U 0 0 » < o m5 j3 m _ . 0 . . m A of m m A A D. 'n 3 � mownm .. my o m O 5 � . 0 2 � W d n � b d T N m m 3 O m m n . m. N N U N C& m A A O A A yWj O O m O N � O o Z T' N m; D N N OiAA wmL AN + mNmO Sb DD r co —r M . m fi / W < • / ' m.f� m cn 1m p . .. w N O m : �y OS m D f A m m p m K z m O O O N A 0 Rl N O) O O S D CA Or NCA w N w w ± N w .•. Nwwwww Nwwwww w (nNw (Aww m '� • � U V m m m V - • V • � V ' b m N N A N N O W ' O D N w O w w 0 Nw ww w N w w w N P 0o vv mm �? 0 0 0 0 0 N w w w N w w w w N N w N w w w w w w w w w w w w w w N w w w w w w w w m, m m O ti m N .. 3 O W 0 U • m t0 ' O m • m • N 4� U V �p N O [min q w A A • O ' A -+ m w V m O w A O O m N w U U O O O Vr w O N a • . Q O O F m N S K: ID la' N : p p D JC (D 0 m: N !� 1- O O J ? F . n w FipF /7N � !ar ___111 ^� mm m OUiC DrNJ � � D. ro. ? o m n m 00 0o m 3 m o M ro _ . w O. 71 `t n . m p . 0 rn .� 1m . m ajONA PA UA NN � 'A PNANNO) p 'P WOU . N . . Z, r n , W MH LA N N N N (11 m Q . dam , D T A NA W . AA OOclp :. ON d N 00 OON OU N N Ow D .. o f m :. (A v �•. pC . c G 1 • Ndf iAP �R 9i 1AUY1 fA (R .. NM (AMW {9 (AM WMW UFR M ' U ' _ - P W W U fA (D " W -+ U (O • P U t0 U O V (O FD (DUN � N N . A P Ol PfR 4i (R P (R (RMfR 41WP Mf/1M fA (NW (R FR fR fR (A !R PW (R m X00 3 .0 0 O IO V O D U A tD U O O P N A W SOU W P J - O A U P O O U O D U U U O O P U U O O D U O U O O P O U �n [nDm � m w m ? m d M c n w w _ m , n w D C � � v 4 � 3 'D .Z1 m, m y N 0 O Z - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 3 D1 A 0 -1 = m m m r rn Zr, n m N N N I? 1 .a - � in O A A w w N A 0U U NA mmo D' CO) w S W r � T o m { Z. N O m U A N N N W N OJ m UNi O CO N () p '� y m N T v y Mwwwww V) www �n HBj ww' (p fp ' . _ . x .j. r y N IV D O A . V V m V fo W ticN W N ..a r � � m ... r r m -1 V map N A N W 10 U N U U p '. N O A til A O b A A w U 0 U W U U U U U O D U O U - m V O V V b N N m m O OI tO O U O U O O O D U U U U O U www � m O O O U U V V U m O O m _ .. • O O O U U w w w w w w w m A 0 0 N www w wen wwww ww1» w <i. w - ' w w w w w w w w w - m- V i m .p N A N W tD N N m CO O l O O O U O A W A N Ip A O ap O m U U � an D1 U DI w O U VI O U N N m A A O J m J O J ' U U O D U - U U (rOUO ' m O U .pU U U O U . m . 3: M m •_ N _r m m F. N N r O 3 ? m _ 3 ' f m . a C 3 o m � o A 3 O , en m, N . 4m W m > IM = m . n M fD op ACOA U A A NONOO , TTI m Zr n i m mA 1 Co m . o � m ., CO r ' � NNN_ NNNNNN_ VSNNNN . 0 " � + AWWNW • • O 'JAA (ON '� ' O H p• W N O A S V J U � ` _ O p� OOOO OOOOO U N " m O - N m V• U lT N O " ' O J 00 (O m00O ' �y N NNNNNNNbINNNNN N rn 5 m W A t0 V J V J + O T - g m m m v m m a w N m n m an m g o a 3 o m a m o N m T m m CD 10 N N N � N m � o O c � m 3 0 _ N y Z N °m 3 'p AO n v cp c pO N N N = O O n m m A a a a ♦n a a a a m a a w a 0 0 0 0 0 0 0 0 0 0 m (D O C G G C O O G G o p n C O O O ^ � O N T a' o v V ° O A H 6 0 N 0 D c w m ° m O Q N o z c m m � 3 c 3 a c m v o O N m O # m =i b O 7 � r W s m m g # m a m z z ° ° O O O N O P N n N T 0 6 N N Z N O A S # 0 u City of Fayetteville Staff Review Form City Council Agenda Items or Contracts 21 -Nov-O6 City Council Meeting Date David Jurgens WW System Improvement Project Water/Wastewater Submitted By Division Department Action Required: Fayetteville City Administration recommends approval of an Engineering contract with Robinson, Stafford and Rude, Inc., (RSR) in the amount of $39,844.00, for value engineering (VE) services with respect to the Farmington and western Fayetteville area WSIP engineering design. Funds are available in Fiscal Year 2006 WSIP budget. Although Fayetteville is executing contract management and oversight, Farmington is bearing the full cost of this study and will reimburse Fayetteville when the expenses are incurred, leaving no net cost to the City of Fayetteville. $0.00 $ 114,765,766 Wastewater System Imp Project Cost of this request Category / Project Budget Program Category / Project Name 4480.9480.5315.00 $ 1091705,364 Water and Wastewater Account Number Funds Used to Date Program / Project Category Name 02133-0401 $ 52060,402 Water/Sewer Project Number. Remaining Balance Fund Name Budgeted Item Budget Adjustment Attached O I 1 Previous Ordinance or Resolution # 011 3 0� 0 Depa ent D ector Date Original Contract Date: Original Contract Number: City Attorney Received in ity Cler ' Office ll -� -ot11 Finance and Internal Service Director Date Received in Mayor's Off e EN E 6' Mayor Date Comments: City Council Meeting of November 21 , 2006 CITY COUNCIL AGENDA MEMO To: Fayetteville City Council Thru : Mayor Dan Coody From: Fayetteville Sewer Committee David Jurgens, Water & Wastewater Director Date: November 3, 2006 Subject: Approval of an Engineering contract with Robi son, Stafford and Rude, Inc., (RSR) in the amount of $39,844.00, for value engineering (VE) services with respect to the Farmington and Western Fayetteville area WSIP engineering design. RECOMMENDATION Fayetteville City Administration recommends approval of an Engineering contract with Robinson, Stafford and Rude, Inc., (RSR) in the amount of $39,844.00, for value engineering (VE) services with respect to the Farmington and western Fayetteville area WSIP engineering design. Although Fayetteville is executing contract management and oversight, Farmington is bearing the full cost of this study and will reimburse Fayetteville when the expenses are incurred. BACKGROUND Farmington intends to apply for Arkansas Natural Resources Commission Revolving Loan Fund support. In order to meet RLF requirements, a formal Value Engineering study must be performed on the design. RSR performed the VE studies for all other aspects of the WSIP, and the City was very pleased with their work. In order to ensure the same level of quality service as was applied to the entire WSIP, Farmington requested we use the same VE consultant. The VE is scheduled for mid-December, and must be completed at that time in order to not delay the overall project. DISCUSSION Design work for the Farmington and southwest portion of Fayetteville portions of the WSIP was deferred pending the results of the Farmington-Fayetteville sewer negotiations. The negotiations are complete, and identified the desired layout of the sewer system in this area. The contract between the two cities shall identify the mechanisms for cost reimbursement. The VE study brings a highly experienced team of experts who havo had no involvement with the project together to evaluate the project with a completely independent, detached viewpoint. The VE team will evaluate every aspect of the project to include routing, hardware, functional designs, construction methods, etc., in a focused effort to increase the net value of the project. The VE teams for the rest of the WSIP identified several improvements through their work. BUDGETIMPACT Farmington has agreed to reimburse Fayetteville for these VE services in the sewer services contract between Fayetteville and Farmington. WL-10-11 -12 RSR VE CCMemo Nov06.dm