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