Loading...
HomeMy WebLinkAbout141-05 RESOLUTION• • RESOLUTION NO. 141-05 A RESOLUTION APPROVING AN AMENDMENT TO THE CONTRACT WITH RJN GROUP, INC. IN THE AMOUNT OF 1165,031.00 FOR ADDITIONAL DESIGN AND BIDDING SERVICES ASSOCIATED WITH WASTEWATER SYSTEM IMPROVEMENTS PROJECT (WSIP) WL -1, WL -3, AND WL -4. 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 an amendment to the contract with RJN Group, Inc. in the amount of $165,031.00 for additional Design and Bidding Services associated with Wastewater System Improvements Project (WSIP) WL -1, WL -3, and WL -4. PASSED and APPROVED this 19th day of July, 2005. ATTEST. By: SONDRA SMITH, City Clerk APPROV By DAN COODY, Mayo 1 • • AMENDMENT NO. 3 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 an Agreement for engineering services in connection with the Wastewater System Improvement Project, and in particular the Westside Collection System Improvements (the "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 Inc agrees to provide the amended scope of services for a lump sum fee increase of $165,031; NOW THEREFORE, in consideration 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 Attachment A attached hereto and made part of this Agreement. SECTION 6 - PAYMENTS TO RJN GROUP INC For the scope of services set forth in the final design phase described herein, plus the additional services set forth in Amendment No. 3 for $165,031.00, Fayetteville shall pay RJN the amended lump sum amount of TWO MILLION, FIVE HUNDRED FIFTY-TWO THOUSAND, FOUR HUNDRED NINETY-FOUR DOLLARS AND NO CENTS (USS2,552,494.00). The total amount of the Agreement including final design, bidding phase services, and construction phase services shall not exceed FOUR MILLION THREE HUNDRED THIRTY-TWO THOUSAND EIGHT HUNDRED THIRTY-NINE DOLLARS AND NO CENTS (54,332,839.00). All other provisions of the original Agreement remain in full force and effect. Amendment No. 2 1 706/2005 • • IN WITNESS WHEREOF, the parties hereto have caused this Amendment to be duly executed this Ski day of July , 2005. CITY OF FAYETTEVILLE, ARKANSAS RJN GROUP, INC. By D. Coody Mayor ATTEST: J Sondra Smith ..•w"..... City Clerk ��`p�,WTR4% `t's VTYo,r•G/#P: (j • .�1. E :FAYETTEVILLE: ys.9,QKANSPS Jam`_ �e'?;�6TON G0,`G�� �,j/II/IMIII111 Ill Attachments: Attachment A: Attachment B: Scope of Services Cost Estimate By: M /mow Hugh elso Regional Vice President ATTEST: G. de_n_t Amendment No. 3 2 7/26/2005 • • ATTACHMENT A ADDITIONAL SERVICES FOR WEST SIDE INTERCEPTOR PROGRAM SCOPE OF SERVICES I. Pre -Qualification of Contractors Support RJN will provide support for the City of Fayetteville's efforts in pre -qualifying Contractors for the WL -1 through WL -7 construction projects. These support efforts will consist of: a. Review Request for Pre -Qualifications and provide input to refinement prior to distribution. b. Distribute Request for Pre -Qualification packages, manage contractor list and prepare and distribute addendums as required. c. Attend Pre -Qualification Meetings with the contractors to discuss specific project design issues and overall project requirements. d. Assist in the review of pre -qualification statements from Contractors e. Provide a written recommendation based on review of the pre - qualification statements For the purposes of this scope, it is assumed that the Prcqualification Meetings will be grouped into four meetings (WL -1 / WL -3 and WL -5, WL -2, WL -4; WL -5 and WL -6). II. WL -4 — Realignment A — South of 71-B from AR 112 to Gregg Avenue Due to difficulties securing easements along the original alignment of WL -4 from AR 112 to near Gregg Avenue, RJN has investigated alternate routes that eliminated the need for securing easements from the particular landowner. Three alignments were investigated, sketched and estimates of probable costs developed. Of these three, one was identified as a potential new alignment — from Gregg Avenue, along the south side of 71-B, north along AR 112 to intersect the existing WL -4 alignment. Per direction of the City of Fayetteville, the existing design will be modified to reflect the new alignment as follows: a. Prepare survey for new alignment, in accordance with the requirements of the original scope of services. b. Prepare easement documents for new permanent and construction easements required for the new alignment. For the purposes of this Scope, three (3) permanent easements and three (3) temporary construction easements are assumed. c. Prepare geotechnical borings along the proposed alignment to a minimum depth of 15 and maximum depth of 30 feet based on the estimated depth of the main. For the purposes of this scope 5 borings averaging 25 feet in depth are assumed. d. Incorporate new survey into design plans and prepare plan profile plans for the new alignment. Modify downstream and upstream designs to accommodate the new alignment. Coordinate the other segment, WL -2 to reflect the revised alignment. e. Modify the bid documents to reflect the new alignment including project descriptions and bid quantities. A-1 • • f. Perform a detailed review of the revised alignment (quality control review). g. Prepare a revised estimate of probable cost for the new alignment. III. WL -4 — Alignment Revision along Truckers Lane In conjunction with item 11 above, RJN will revise the alignment of WL -4 near Truckers Lane to reflect the prior alignment prior to direction from the City of Fayetteville to move the line to the north. For the purposes of this scope, it is assumed that both revisions to WL -4 will be performed at the same time. Specific tasks consist of: a. Modify plan document to reflect the new alignment. No additional survey or easements will be required. b. Modify bid tab and other specification information as required to reflect the updated alignment. IV. WL -1 — Modify Alignment to Minimize Impact to Jogging Track Since the development of the alignment study for the entire west side pipeline projects in 2000, ajogging trail was installed by the City of Fayetteville along a portion of the WL -I alignment from about 80+00 to 92+00. With the current alignment of WL -I, the jogging track will be impacted in several locations, making the track unusable during the construction of the main through this area In response to this, RJN has investigated moving the main north of both the track and the existing I8 -inch force main. This modification will require the following tasks: a. Easement preparation for temporary casements along the north side of the alignment. For the purpose of this scope, a total of two temporary easements are assumed. b. Work with the City of Fayetteville to locate the existing 18 -inch force main at WL -1 station 80+50 to confirm the depth of the main in this area. c. Modify the plan documents to reflect the new alignment. It is anticipated that the depth will be modified from about station 69+00 through 92+00 to accommodate crossing the force main. d. Update bid quantities to reflect the new alignment e. Modify specifications to reflect the new alignment f. Perform a detailed review of the plans g. Revise Estimate of Probable Cost V. WL -1 / WL -3 — Combine Plans and Specifications into Single Bid Package In order to expedite construction, the City of Fayetteville has directed RJN to combine the WL -I and WL -3 construction documents into a single bid package. This effort includes resolving any conflicts between the specifications, modifying the bid tabulation to reflect both projects combined, minor modifications to the plans such as titles and sheet numbers, and correlation of General Notes and Details in the two plan sets. A-2 • • • V1. Revise construction plans and specifications to reflect changes negotiated as part of easement acquisition. An allowance not to exceed $5,000 is established for this task. Should RJN Group, Inc. determine that this amount may be exceeded, RJN shall notify the Director prior to performing any work that would exceed the stated allowance. A-3 • • ATTACHMENT B • COST ESTIMATE FOR ADDITIONAL WORK WESTSIDE SEWER IMPROVEMENTS Task Cost WL -4 Realignment East of HWY 112 Re -design of WL -2, WL -4, and WL -7 Survey and Easement Preparation WL -4 Realignment Truckers/Springwood WL -1 Realignment Combine WL -1 & WL -3 Contractor Pre -Qualification Assistance Project Administration Miscellaneous Design Plan Changes Total B -I $ 79,325 $ 19,435 $ 20,961 $ 19,995 $ 5,360 $ 9,340 $ 5,615 $ 5 000 $165,031 • • • -7/as y'fa tteville / 4 / City Council Meeting of July 19, 2005 RJ ' CITY COUNCIL AGENDA MEMO h�°✓j/ To: Mayor and City Council d From: Bob Davis, P.E., Water & Wastewater Director Ail 3//}5//' Date: July 1, 2005 Subject: REQUEST FOR ADDITIONAL DESIGN SERVICES FOR RJN, INC FOR WASTEWATER SYSTEM IMPROVEMENTS PROJECT WL -1, WL -3 AND WL -4. RECOMMENDATION : Staff recommends approval of this contract amendment. This recommendation was preceded by a thorough review of proposed tasks presented by Black & Veatch including an intense question and answer session, negotiation and refinement, and finally, revision of their preliminary proposal. A detailed breakdown of' tasks and estimated hours for each task are provided on the spreadsheet included with this memo. 100% approval of this request was received from the Water & Sewer Committee on June 28, 2005 BACKGROUND: Review of sewer line plans, walking alignments, and purchasing easements have raised questions about some of the alignments on the west side sewer lines. Regarding present plans for WL -1, approximately'. mile of the Mud Creek Trail will be demolished, mandating cost for rebuilding of the path as well as major inconvenience for path users. Regarding WL -4, old growth woodland area will be destroyed (between Stations 163+00 and 189+00) while unwooded pasture sits immediately adjacent. Regarding WL -4, financial and legal challenges during easement acquisition have provided the motivation to realign WL -4 AT Hwy 540. DISCUSSION: These changes are being requested by the City and not due to improper design on the part of the Consultant. BUDGET IMPACT Payment for construction phase services offered by Black & Veatch will be from the 3/4 -cent sales tax bond election held on November 6, 2001 for the Wastewater System Improvements Project. Funding through the Arkansas Soil and Water Conservation Commission will not be used to fund this expense. The $165,031.00 requested for these services is 0.13% of the $125,000,000.00 budget allocated for the Wastewater System Improvements Project. • • RESOLUTION NO. A RESOLUTION APPROVING AN AMENDMENT TO THE CONTRACT WITH RJN GROUP, INC. IN THE AMOUNT OF $165,031.00 FOR ADDITIONAL DESIGN AND BIDDING SERVICES ASSOCIATED WITH WASTEWATER SYSTEM IMPROVEMENTS PROJECT (WSIP) WL -1, WL -3, AND WL -4. 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 an amendment to the contract with RJN Group, Inc. in the amount of $165,031.00 for additional Design and Bidding Services associated with Wastewater System Improvements Project (WSIP) WL -1, WL -3, and \44 ! PASSED and APPROVED this 19i1 5 day of July, 200 J APPROVED: r DAN CO'ODY, Mayo>� f • • Additional Services for West Side Interceptor Program Scope of Services I. Pre -Qualification of Contractors Support RJN will provide support for the City of Fayetteville's efforts in pre -qualifying Contractors for the WL -I through WL -7 construction projects. These support efforts will consist of: a. Review Request for Pre -Qualifications and provide input to refinement prior to distribution. b. Distribute Request for Pre -Qualification packages, manage contractor list and prepare and distribute addcndums as required. c. Attend Pre -Qualification Meetings with the contractors to discuss specific project design issues and overall project requirements. d. Assist in the review of pre -qualification statements from Contractors e. Provide a written recommendation based on review of the pre - qualification statements For the purposes of this scope, it is assumed that the Prequalification Meetings will be grouped into four meetings (WL -1 / WL -3 and WL -5, WL -2, WL -4; WL -5 and WL -6). II. WL -4 — Realignment A — South of 71-B from AR 112 to Gregg Avenue Due to difficulties securing easements along the original alignment of WL -4 from AR 112 to near Gregg Avenue, RJN has investigated alternate routes that eliminated the need for securing casements from the particular landowner. Three alignments were investigated, sketched and estimates of probable costs developed. Of these three, one was identified as a potential new alignment — from Gregg Avenue, along the south side of 71- B, north along AR 112 to intersect the existing WL -4 alignment. Per direction of the City of Fayetteville, the existing design will be modified to reflect the new alignment as follows: a. Prepare survey for new alignment, in accordance with the requirements of the original scope of services. b. Prepare easement documents for new permanent and construction easements required for the new alignment. For the purposes of this Scope, three permanent easements and 3 temporary construction easements are assumed. c. Prepare geotechnical borings along the proposed alignment to a minimum depth of 15 and maximum depth of 30 feet based on the estimated depth of the main. For the purposes of this scope 5 borings averaging 25 feet in depth are assumed. d. Incorporate new survey into design plans and prepare plan profile plans for the new alignment. Modify downstream and upstream designs to accommodate the new alignment. Coordinate the other segment, WL -2 to reflect the revised alignment. e. Modify the bid documents to reflect the new alignment including project descriptions and bid quantities. • • • f. Perform a detailed review of the revised alignment (quality control review). g. Prepare a revised estimate of probable cost for the new alignment. III. WL -4 — Alignment Revision along Truckers Lane In conjunction with item 11 above, RJN will revise the alignment of WL -4 near Truckers Lane to reflect the prior alignment prior to direction from the City of Fayetteville to move the line to the north. For the purposes of this scope, it is assumed that both revisions to WL -4 will be performed at the same time. Specific tasks consist of: a. Modify plan document to reflect the new alignment. No additional survey or easements will be required. b. Modify bid tab and other specification information as required to reflect the updated alignment. IV. WL -1 — Modify Alignment to Minimize Impact to Jogging Track Since the development of the alignment study for the entire west side pipeline projects in 2000, a jogging trail was installed by the City of Fayetteville along a portion of the WL -1 alignment from about 80+00 to 92+00. With the current alignment of WL -1, the jogging track will be impacted in several locations, making the track unusable during the construction of the main through this arca. In response to this, RJN has investigated moving the main north of both the track and the existing 18 -inch force main. This modification will require the following tasks: a. Easement preparation for temporary easements along the north side of the alignment. For the purpose of this scope, a total of two temporary easements are assumed. b. Work with the City of Fayetteville to locate the existing 1 8 -inch force main at WL -1 station 80+50 to confirm the depth of the main in this area. c. Modify the plan documents to reflect the new alignment. It is anticipated that the depth will be modified from about station 69+00 through 92+00 to accommodate crossing the force main. d. Update bid quantities to reflect the new alignment e. Modify specifications to reflect the new alignment f. Perform a detailed review of the plans g. Revise Estimate of Probable Cost V. WL -1 / WL -3 — Combine Plans and Specifications into Single Bid Package In order to expedite construction, the City of Fayetteville has directed RJN to combine the WL -I and WL -3 construction documents into a single bid package. This effort includes resolving any conflicts between the specifications, modifying the bid tabulation to reflect both projects combined, minor modifications to the plans such as titles and sheet numbers, and correlation of General Notes and Details in the two plan sets. 1 • • • VI. Revise construction plans and specifications to reflect changes negotiated as part of casement acquisition. An allowance not to exceed $5,000 is established for this task. Should RJN Group, Inc. determine that this amount may be exceeded, RJN shall notify the Director prior to performing any work that would exceed the stated allowance. • • 18-1875-00 Cost Estimate For Additional Work Westside Sewer Improvements Task Cost WL -4 Realignment East of IIWY 112 Re -design of WL -2, WL -4, and WL -7 $ 79,325 Survey and Easement Preparation S 19,435 WL -4 Realignment Truckers/Springwood $ 20,961 WL -1 Realignment $ 19,995 Combine WL -I & WL -3 $ 5,360 Contractor Pre -Qualification Assistance $ 9,340 Project Administration $ 5,615 Miscellaneous Design Plan Changes 5 000 Total $165,031 Bob Davis Submitted By • City of Fayetteville • Staff Review Form City Council Agenda Items or Contracts 7/19/2005 City Council Meeting Date Water & Wastewater Division Action Required: Department REQUEST FOR ADDITIONAL DESIGN AND BIDDING SERVICES FOR RJN, INC. FOR WASTEWATER SYSTEM IMPROVEMENTS PROJECT WL -1, WL -3, AND WL -4. $165,031 00 Cost of this request 4480.9480.5314.00 Account Number 02133.0302 Project Number $ 11311)11158-1, co - Category/Project Budget (2005) $ Wastewater System Improvements Project/West Line Work Program Category / Project Name atto44t”4o.act - Funds Used to Date Program / Project Category Name Wastewater System Improvements $ R42 q le 14 1.0x-71 - Project Project Fund Rmaining Balance Budgeted Item x Budget Adjustment Attached Fund Name Department Director /—D -SP Date City Attorney( 15/5. 7/G/oS Financ and Internal Service Director to Mdyor ceZ 7/doC Date Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: //a - 03 7-15-03 Received in City Clerk's Office 1 Comments: Clarice Pearman - Contracts • • From: Clarice Pearman To: Jurgens, David Date: 7/21/05 10 38A Subject: Contracts Page 1 David, This is just confirm that you and I have talked regarding the missing contracts as attachments for the resolutions passed by City Council on Tuesday, July 19. 2005. I understand that you will talk with MWY this aftemoon regarding their contract. I also understand that you will be talking to RJN Group regarding their contracts and OMI regarding the Jack Tyler Engineering contract. Thank you for your help and attention to this matter. Clarice Clarice Pearman - Res 141-05 • .. From: Clarice Pearman To: Jurgens, David Subject: Res. 141-05 Page 1 David, Sorry for the delay. The mayor was out of town and I finally got these signed on Monday. Attached is a copy of the resolution passed by City Council July 19, 2005 regarding RJN's amended agreement for WSIP. Also attached is a copy of the agreement. I will be returning to you the extra originals via interoffice mail. Thanks. Clarice CC: Deaton, Vicki