Loading...
HomeMy WebLinkAbout199-06 RESOLUTION• RESOLUTION N-10. 199-06 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, marked Exhibit "A," is attached hereto and made a part hereof. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a contingency in the amount of $40,000.00.00. PASSED and APPROVED this 28th day of November, 2006. APPROVED: ATTEST: By: LI � [� / By: (IgC}vtt'tt-Mu SONDRA SMITH Cit Clerk City DAN COODY, Mayor/ rgyrff./4 I., =�L I • 0,c sLP : U° • 11- E:FAYETTEVILLE: syr1•PI S:•%)+ w 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 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 $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, 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 additional services set forth in this Amendment No. 4 Fayetteville shall pay RJN the amended lump sum amount of NINE 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 EIGHTY-FIVE 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 have caused this Amendment to be duly executed this ,1144, day of MctlaMktr , 2006. City of Fayetteville, Arkansas By Dar Coody Mayor ATTEST: Sondra Smith City Clerk Attachments: Attachment A: Attachment B: • .U• •'23 S •FAYETTEVILLE: 3 .9sy ?'KAN*,-% '�igiiNGTON C,o`‘ *iuuuouu" Scope of Services Cost Estimate RJN Group, Inc. By: ht a-• Hugh K Vice President ATTEST: Amendment No. 3 2 10/27/2006 City OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES APPENDIX A — SCOPE OF. SERVICES FOR FINAL DESIGN PHASE This is Appendix A, consisting of _6 pages; -referred to in and part of the Agreement For Professional - Engineering Services between City of Fayetteville, Arkansas hereinafter referred to as City, and RJN Croup, Inc. hereinafter referred to as RJN Group, Inc.. dated iI nate pn her 4.8 tpOOG •The following contains additional Scope of Services tasks for:the Final Design Phase. "• Generally, the project will include the final design of sewer improvements including an interceptor sewer, pump station, and force main necessary to reroute the areas tributaryto the "City of Farmington Lift Stations to the proposed Westside Wastewater Treatment Plant. A summary of the sewer improvements is presented in Table A-1. PHASE I PART A PROJECT ADMINISTRATION AND MANAGEMENT 1. Project Administration a) Perform Project Initiation activities b) Perform general administration and project management activities. c) Finalize agreements with subconsultants. d) Perform RIN's internal project control including budgeting, scheduling, and quality control activities: e) Prepare and submit monthly work progress reports to the City and ProgramManager and confirm compliance withfinal design schedule. • _ ' 1) Develop and maintain project Completion schedule Throughout project. g) Incorporate and maintain City's design standards and CADD standards throughoutproject. 2. Coordination Meetings a) Attend project kickoff meeting with City staff and other consultants involved in 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 construction of project. d)Prepare and participate in a Value Engineering session with di);ofFayetteville and City's consultant. One three,(3) day session is anticipated It is anticipated that RJN Group, Inc.'s PreJimihary Designitepori will serve as the basis for the Value Engineering Review. The accepted VE revisions will be incorporated into thefinal 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) R.IN Group, Inc. will perform field surveys to collect horizontal and vertical elevations and other information which will be needed for use by RJN Group, Inc. in design and preparation of plans for the project. Information gathered during"the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations of existing sewers, location of buried utilities where possible, 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. AA -1 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. h) RJN Group, Inc:.will provide all plans, field notes, plats, maps, legal descriptions, or other specified documents prepared in conjunction with the requested services in a digital format. All text data such as plan and profile, coordinate files, cut sheets, etc., shall be provided in. the American Standard Code for Inforrriationlnterchange (ASCII) format; all drawing files shall: be provided in AutoCAD (DWG or. DXF) format. 1' ...tr•i', The minimum information to be provided in the plans shall include: 1) A.Project Control Sheet showing ALL Control Points used or set while gathering data, generally on a scale of not less tlian .1"=4 0'. 2) Coordinates on allP.C.'s, P.T.'s, P.1.'s, manholes, valves, etc., in the same coordinate system as the Control. 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 shall 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 Permits During -the design phase,.RJN Group; Inc. shall coordinate with all utilities and other agencies affected by theProject. 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 project limits. RJN Group, Inc. shall complete all forms 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-Way/EaseihenePreparation and Submittal a) RJN Group, Inc. will conduct research for availability of existing easements where construction is probable. Teinporary and permanent easements will be prepared based on • available information. The City will negotiate.and obtain the necessary easements. 'A total of 38 easements are anticipated. 'Revise easemerits as required to obtain approvaI from property owners..A total of 9 revisions; are'anticipated:' 404%Pha'se li Storinwater Permitting_ All required:404 pemiits (Wetland delineation and 'mitigation) and'Phese II Stormwater permits will be prepared by a subconsultant to RJN Group, Inc. RJN-Group; Inc. 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. City -Construction Permits RJN Group, Inc. will collect information and prepare and submit-applicationsfor City Construction pennits. AA -2 PART D — CONSTRUCTION PLANS AND SPECIFICATIONS It is anticipated that the project will be bid as one construction project containing three separate units or • contracts. 1. Final Engineering Pipe Line Design Sewers WL -10 (Interceptor) and WL -1 I (Force Main) — RJN Group, Inc. will conduct 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 layout sheet(s). c) Prepare preliminary project plans and profile sheets which show the following: Proposed sanitary sewer plan/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 tore -route flows frbm the existing lift stations to the proposed interceptor lines. The plan and profile sheets will be prepared on a I" = 40'scale horizontally and 1" = 4' vertically. d) Existing utilities and utility easements will be shown on the plan and profile sheets 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 determine if any future improvements are planned that may impact the project. e) RJN Group, Inc. will prepare standard and special detail sheets for sewer line construction. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, and details unique to the construction of the project. 1) RJN Group, Inc. shall prepare demolition details for the existing lift station(s) to be abandoned and include in the construction plans. g) RJN Group, Inc. will consult with the City and OMI to develop a cut -over and startup plan to bring the new sewer system on line. • • 2. Lift Station Design- WL -12 Lift Station No. 12 RJN Group, Inc. will conduct engineering design as follows: a) Lift Station No. 12 (Relocated) 1) Prepare detailed Basis of Design for Lift Station No. 12 (Relocated) force main hydraulics, basic pump/wet well layout, 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, plumbing, and miscellaneous Mechanical details. 3) Conduct Structural design. Prepare Structural drawings including foundation plan, lower level plan and sections, and typical structural 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 switchgear. 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 and moisture protection. doors and windows, finishes, specialties, equipment, conveying systems, mechanical, electrical, and control end devices. b) It is anticipated that instrumentation design including SCADA, Human Machine Interface (HMI), telemetry and Programmable Logic Control (PLC) controls will be provided by others for all lift stations. AA -3 3. Odor Control RJN Group, Inc. will conduct engineering as follows: a) Conduct final Process Design for selection of Farmington Lift Station odor control equipment. b) Select and size odor control equipment/media type compatible with Lift Station mechanical and HVAC equipment. . 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: 1) 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 (f,Fayetteville's standard general conditions and fors. Bid documents shall include required forms:for State Revolving Loan Fund funding. 5. Preliminary Construction Document Submittal a) RJN Group, Inc. shall deliver five (5) sets of conceptual design plans (30% complete) for design review. Plan sets shall include alignment plans, survey data, existing utility information, and available environmental data. Opinions of probable cost and major 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. Two review meetings each plan set submittal is anticipated. Final 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. PHASE II - BIDDING SERVICES The following is the Scope of Services for the Bidding Phase. 1. Arrange for bidding notices to be sent .to contractors publishing services and direct mailing to contractors of record. Notices shall comply with requirements of City and Revolving Loan Fund (RLF) administered by the Arkansas Natural Resources Commission, and, the Arkansas ' Development Finance Authority (ADFA). The legal notice to be placed in 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 and Bid Documents as required and submit to City in timely manner such that addenda can be issued in accordance with Construction Contract General Conditions. Secure updated state and federal wage rate decisions and incorporate by addenda into the Bid Documents. - • 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. AA -4 • 4 RJN Group, Inc. shall organize, convehe, and conduct a Pre -Bid Conference. RJN Group, Inc. shall explain the project requirements and receive questions from prospective bidders. RJN Group, Inc.. shall consider the questions received and issue necessary clarifications and changes to the Bid Documents through the use of addenda. Assist City in obtaining and evaluating bids and preparing construction contracts. Provide four (4) copies of the bid tabulation for the project. Consult with and advise City as to the acceptability of subcontractors and other persons and organizations proposed by the prime construction contractor(s), hereinafter called "Contractor(s)," for those portions of the work as to which such acceptability is required by the Bid Documents. Make recommendations regarding award of construction contracts. Attend Water and Sewer Committee meeting and the ensuing City Council meeting to recommend action by the respective bodies. Prepare and present a recommendation complete with such supporting information as necessary for the bodies to make an informed decision on the action recommended. PHASE III - CONSTRUCTION PHASE Consult with and advise City of Fayetteville and act as City of Fayetteville's Engineer as provided in City of Fayetteville'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. 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 with the design concept and intent of the Contract Documents. Resident Services During Construction a. A Resident Project Inspector(s) 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. The Resident Project Inspector, through more extensive on-site observations of the work in progress, field checks of materials and equipment, and maintenance ofjobsite records on conditions and activities, shall assist RJN Group Inc in determining that the Project is proceeding in 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. 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 make recommendations 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 matters and questions related thereto; but RJN Group Inc. shall not be liable for the results of any such recommendations, interpretations, or decisions rendered by RJN Group Inc. 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. Conduct an inspection to determine if the Project is substantially complete anda final inspection to determine if the Project 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 Provide qualified personnel during equipment start-up 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 -I LIMITS OF DESIGN Sewer Pipeline Diameter Length (in) (U) WL -10 Farmington Interceptor Sewer 12-24 13,322 WL -11 Force Main from LS # 12 to WS WWTP 18 9.683 Total 23,005 Lift Stations Extent of Improvements WL 12 Farmington Lift Station (LS #12) New Station • • Table 2-A McCL EL LAND CONSULTING ENGINEERS, INC, MATERIALS LABORATORY REVISED SEPTEMBER 2006 GEOTECHNICAL INVESTIGATION SCOPE AND FEE SCHEDULE FARMINGTON SEWER LINES 8 PUMP STATIONS WEST SIDE TREATMENT FACILITIES FAYETTEVILLE, ARKANSAS for RJN DALLAS, TEXAS Septerllber 28, 2006 1.114.1111 illy .111.. 1 Equipment Mobilization and Demobilization ( Per Trip ) Engineering Technician ( For Utility Locations "One Call" ) Dozer Rental ( For Clearing Sites) ( 4 Hr. Minimum per day ) Soils Technician ( Clearing of Sites ) Soils Technician ( Site Access Negoiations ) 2 Boring Setup Charges Drill Rig andCrewStandby Time ( During Clearing ) Boring Layout 3 Soil Drilling and Sampling, ASTM D-1586 8 ASTM D-1587 Soil Drilling ( 78 Borings - 8 feet to 25 feet max. ) Rock Drilling Diamond Core Drilling 4 Soil and Rock Laboratory Testing ASTM -D-2216, Moisture Content Determination ASTM 0-4318, Liquid and Plastic Limit of Soils ASTM D-422, Gradation Analysis of Soils (6 Sieves ) ASTM D-2166, Unconfined Compressive Strength of Sous ASTM D 2166. Dry Unit Weight of Soil Specimens 5 Geotechnical Engineering Report and Recommendations Engineering Supervision (Project Manager) -Engineering Analysis 8 Recommendations (Project Engr.) Boring•Log Preparation (Senior Draftsman) Boring Piot Plan Preparation (Draftsman) Report Preparation (Clerical) 12 Trips 16 HR 40 HR 24 HR 40 UR 78 EA 16 HR 40 HR 900 LF 50 LF 200 LF 160 EA 75 EA 75 EA 80 EA 80 EA 10 HR 24 HR 50 HR 8 HR 2 HR $75.00. .$65.00 $90.00 • $45.00 $45.00 Subtotal • $35.00 • $110.00 • $65.00 Subtotal .$10.00 $13.00 '$35.00 Subtotal $10.00 $50.00 $50.00 $40:00 $10.00 Subtotal $140.00 $90.00 $72 00. • $60.00 $45.00 Subtotal ESTIMATED GEOTECHNICAL INVESTIGATION AND ENGINEERING Any Additional Items shall be according to attached Fee Schedule SUBMITTED BY• CldalalGEOTECHUay-sewer-farm-0906 Wa2w4 •$900.00 $1,040.00 $3,600.00 .$1,080.00 $1,800.00 $8;420.00 $2,730.00 . $1,760.00 $2.600.00 $7,090.00 $9,000.00 $650.00 $7,000.00 $16,650.00 $1,600.00 $3,750.00 $3,750.00 $3;200.00 $800.00 $13,100.00 $1,400.00 $2,160.00 $3.600.00 `$480.00 . $90.00 $7,730.00 $52,990.00 Item No. Iltem Description / ASTM Designation 1 Quantity.1 Units 1 Unit Price 1 Extended 1 Equipment Mobilization and Demobilization ( Per Trip ) Engineering Technician ( For Utility Locations "One Call" ) Dozer Rental ( For Clearing Sites) ( 4 Hr. Minimum per day ) Soils Technician ( Clearing of Sites ) Soils Technician ( Site Access Negoiations ) 2 Boring Setup Charges Drill Rig andCrewStandby Time ( During Clearing ) Boring Layout 3 Soil Drilling and Sampling, ASTM D-1586 8 ASTM D-1587 Soil Drilling ( 78 Borings - 8 feet to 25 feet max. ) Rock Drilling Diamond Core Drilling 4 Soil and Rock Laboratory Testing ASTM -D-2216, Moisture Content Determination ASTM 0-4318, Liquid and Plastic Limit of Soils ASTM D-422, Gradation Analysis of Soils (6 Sieves ) ASTM D-2166, Unconfined Compressive Strength of Sous ASTM D 2166. Dry Unit Weight of Soil Specimens 5 Geotechnical Engineering Report and Recommendations Engineering Supervision (Project Manager) -Engineering Analysis 8 Recommendations (Project Engr.) Boring•Log Preparation (Senior Draftsman) Boring Piot Plan Preparation (Draftsman) Report Preparation (Clerical) 12 Trips 16 HR 40 HR 24 HR 40 UR 78 EA 16 HR 40 HR 900 LF 50 LF 200 LF 160 EA 75 EA 75 EA 80 EA 80 EA 10 HR 24 HR 50 HR 8 HR 2 HR $75.00. .$65.00 $90.00 • $45.00 $45.00 Subtotal • $35.00 • $110.00 • $65.00 Subtotal .$10.00 $13.00 '$35.00 Subtotal $10.00 $50.00 $50.00 $40:00 $10.00 Subtotal $140.00 $90.00 $72 00. • $60.00 $45.00 Subtotal ESTIMATED GEOTECHNICAL INVESTIGATION AND ENGINEERING Any Additional Items shall be according to attached Fee Schedule SUBMITTED BY• CldalalGEOTECHUay-sewer-farm-0906 Wa2w4 •$900.00 $1,040.00 $3,600.00 .$1,080.00 $1,800.00 $8;420.00 $2,730.00 . $1,760.00 $2.600.00 $7,090.00 $9,000.00 $650.00 $7,000.00 $16,650.00 $1,600.00 $3,750.00 $3,750.00 $3;200.00 $800.00 $13,100.00 $1,400.00 $2,160.00 $3.600.00 `$480.00 . $90.00 $7,730.00 $52,990.00 r r:rV L,; L ,,, .11:%! j Table 2-A (Cont.) McCLEL LAND CONSULTING ENGINEERS INC. MATERIALS LABORATORY c/\. ro,\ . IS? \' 47V-141-914; GEOTECHNICAL INVESTIGATION FEE SCHEDULE June 2006 CATEGORY HOURLY RATE Mobilization of $2.10/mile ( each way le • ( from Fayetteville, Ark. ) Soil Drilling including Sampling Rock Drilling 1Rotary Bit) • Rock Coring 'Diamond Bit) • " Setting Casing Through Overburden, as required Boring Setup Charge Standby Time (Rig and Crew On -Site), it required Layout of. Boring Crew Travel Time Per Diem (per night) Atlerberg Limits Moisture Content Unit Weight Test (Soil Sample) Unconfined Compression Test Gradation Tests Dry Sieve Wet Sieve California Bearing Ratio (CBR) with Std Proctor with Mod Proctor In-situ Permeability In-situ Permeability (Flexwall) Remolded Sample Triaxial Test (Single Stage) Triaxial Test (Muni -Stage) Remolded Sample Draftsman Senior Draftsman Clerical Design Engineer Project Engineer (Soils Engr.) Project Manager (Senior. Soils Engr.) Principal Engineer Senior Engineering Technician Engineering Technician Soils Technician Two Flagmen Mileage Backhoe Rental (4 hour minimum ) Dozer Rental (4 hour minimum ) Rock Bits • $ 75.00 8.50 12.00 32.00 8.00 35.00 110:00 60.00 60.00 70.00 45.00 12.00 12:00 40.00 8.00 35.00 250.00 275:00 150.00 250.00 90.00 135,00 180.00 50.00 50.00 60.00 45.00 80.00 90.00 130.00 140.00 72.00 55.00 40.00 75.00 0 .42 75.00 90.00 minimum per foot per foot per foot per foot per each per hour per hour per hour per man each each each each each each each each each each each each each each per hour per hour per hour .per hour per hour per hour per hour per hour per hour per hour per hour per mile per hour (min) per hour (min) 300.00 each "' Diamond Bits . 525.00 each CW The Client is responsible for providing access 10 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 very hard limestone formation, or other very hard formation, whenever new or slightly used drill bits are worn out during the drill operations Hourly Rates subject to adjustment annually ,GEOIECnllee5 GEOSEE%3006 wpe y.. Subtotal 1 Subconsultant Cost . W 0 A Subtotal Subconsultant Cost b. Easement Revisions (9) - I a. Right of Way / Easement Preparation (38) 2. Right of Way / Easement Preparation i I Subtotal• •Subconsultant Cost 1. Permits•-• Part C - Permits and Easements I Subtotal 2 12 3 6_ 40 - 0 $ 5,700 $ 84,504 f $ 90.204 Subconsultant Cost - $ - $ 84.504 $ 84.504 b. Public Notification $ $ a. Field Surve • 2 12 3 6 40 $ 5,700 $ 5.700 1. Surve s.for Desi•n -- • $ $ _ IPart B - Design Survey ' - I $, � i $ - I Subtotal 56 76 18 6 1 7 $ 21,960 $ 5.880 $ 27.840. e. Attend Council Meetin•s 4 • 4 2 2 $ 1,510 $ 1.510 d. Partici•ate in Value End ineerin• Session 1 • 3 da sea 24 24 4 5 1 0 $ 7,980 $ 1.500 $ 9.480 c. Meet with Ark. ANRC, AHTD, and DOH 0 - 8 3 1• 2 $ 1,555 $ 540 $ 2.095 b. Attend Month! Meetin•s 6 • • 24 • 36 8 _ 2 - $- 9,570 $ 3.300 $ 12.870 • a. Attend Pro'ect Kickoff Meelin• 4 - 4 1__ . 0 0 - 1 $ 1,345 $ 540 $ 1.885 2. Coordination / VE Meetin•s • Subtotal - 35 146 58 25 - 32 45- - $ .38.005 $ . - S 38.005 Incor•orate / Maintain, Standards - 0 - - 5 15 1 - 4- 2 $ 2,665 • $ 2,665 1 - f. Develop / Maintain Schedule 0 - 1 6 10 8 .4 - $ . 2.440 $ 2 440 e. Month! Pro•ress Resorts. 6 8 16 4 - • 0 2' 2 $ 4,080' $ 4.080 • d. Perform Internal Pro ect Control • 0 2 4 - _ 6 12 0- $ 2,070 $ 2,070 c. Finalize A•reements with Subconsultants 2 - 8 3 2 6 9 $ 2.875 - $ 2.875 b. Perform General Administration and Pro'ect Mana•emen 23 100 18 _ 0 •0 - 26 $ 20,285 $ 20.285 a: Perform Pro'ect Initiation Activities • 2 14 8 6_ 0 • 2 $ 3,590 $ 3.590 1. Project Administration - • •$ _ Part A - Pro ect Administration and Mana • ement -• PROFESSIONAL SERVICES COST BREAKDOWN CITY OF FAYETTEVILLE, ARKANSAS • ATTACHMENT B lase II Stormwater Permitting Coordination • 1 N N m N 0) Co p) 25 NA N 12 I. co O Co N V N V 0 O O) A GO Co A (p A O O; 0 to) N 0 0 fR nV1 $ 3,255 r ID CO CO 01 MCO _+N 0 O 01 N N N Cl N 41 N m N (R CI O O O W Cel T O O O CO $ 37.932 1 -$ 37.932 N $ 69.418 II $ 9,415 $ 60.003 1 $ 41.18711 GO W V CO CJ N 411 .. " N O $ 2.085 $ 2.885 d. IR W p C CO bl GI O. 03 N ,c Ul+00- 0- opo g'p�.. . ' `o O . • y o (n. D — -i - ma c p H °1 t m o o f c: oo m i Takenfk•and Fstimate of Probable Cost 1 Nc n- r o! J( D (Cot Do v! Dr �, J- . II - 'crnnnm Cutover Plarm AC or D? ° D V Fl--, f i` y l i i fA o d 0. m y 1. Pvletinn t Inlay Easement Coord. • 11 2 Prep 'are Project Plan and Profile Sheets 1 PreP are.Layout Sheets 11 b 1 s12•WWTP Force Main _ .. N+IO c v opo.5 ro (7 O' On ( v� ( y' o f m 1 — ( i i • A Tarnniral Rnenifinatinns P • 6. Sequence -Planning • 7 Takeoffs and Estimate of Probable Cost 11 5 Pre are Demolition / Cutover Plans 4 Prep are Standard and Special. Details 3 Existing Utility and Easement Coord. • 14.r.... 2 Prep are Project Plan and Profile Sheets • N 4 o�p D' v D y < > 3 7 .00 o n 1' - P( W' r q� 1 N- D m n p 11 o olnalina flneinn I °( N( c c v� o f — 1 1 ' eo Q. ihnnnci !It nnt.rnct Ila- 1 'G technical Investigation • Work Task Description P rt D 'Construction Plans Anil Specifications PROFESSIONAL SERVICES COST BREAKDOWN • CITY OF FAYETTEVILLE, ARKANSAS ATTACHMENT B pN++ N -. +++ N N V N+ N N++ O+ N N + + hr Estimated Manhours PD• PM PE CE CADD CLOT TOTAL Direct Cost • HOURLY RATE WORK A CO N N+ N N N O N O _.43t0 N O + !T A N A N d.. T at V N A O A CO A N V CO +A COO N A N N O O co W A A I 313 N O 20 CO + CO W N N' N I 152 W N 1 382 - 5 A + O N+ A N Al CO W N 237 N A Al N hr I 464 I 24 O O ON 48 ro V O N O O. [ 32 • O O . 38 N I 460 O 12 N I 0 28 ,. N to 0 54. N CD O O co co co hr IA4AW IA VIM(A CO A A g W O (O . CO O N W W N V O O CO MH N O O O V (O co O el V -- A O EA A O+ CO O EA N O O VI A N+ O O O Al + (O O O 04 . HV1 + V A+ O O + N O Cr. GI upO A 171 EA O W 0 W O 40 0 EA N O V to O+ 01 01 V/ J to W 0 co CO 0 (A V O N+ 0 + N N 0 O co N CO O dl co N O N I - > m A IA • 01 M IA V! M EA EA N 0 O O. 0 O O • N O O co - 43 O O O O O co - ' N O O co O O O A O O N O A co V 0 O O Vi CO W EA • lA IA fA CO . A lA lA + fA (A -s3 N EA EA Vi (A EA EA 01 O J fA + EA VI 01 Co lA U. lA 01 =. 0 -1 0 0 N ry V A N (J O CO co O N CO (o O J O O co N -co CO co N (O CO N J i A N A -CO 10 V. N O 01 A+ -CO O co t0 O co _+ A + O O N O O W -CO (n O A CO O co W O t0 0 N O J (O O+ O IA J (O W CO CO 0 01 W O N N. J+ 0 O CO .O O O O O A O CO N O U. ID • Subtotal Subconsultant Cost . 9. Attend Water and Sewer Committee / City Council Mtg 1 ,8. Bid Recommendations -to City 7. Review 1 Check Contractor References 6. Review Bids 5. Attend Pre -Bid Conference • 4. Track Bid Documents 3. Secure Wage Rate Information • 2. Prepare Addenda • 1. Bidding Notices . Part E - Bidding Assistance (1 package' Subtotal . .. . . 6.- Final Construction Submittal (1) N C c O p) — - c. Review Comments w/ City (1) or b q , O o 3 a m m' --0 m u co c CO O 3 a m i 5. Document Submittal - .. Subtotal .. Sub -Consultant cost d. 'Specifications • -• c: Select/size forcemain air release valve scrubbers b. Select / Size Equipment a. Final Process Design • 4..Odor Control Design y c c y^ 8. Lift Station Specifications 7. Instrumentation Design• 6. Electrical Design 5. Architectural 1 4. HVACDesign 3. Structural Design 2. Mechanical Design 1. Basis of Design a. Hamestring Lift Station 3. Lift Station #12 Design , Work Task Description PROFESSIONAL SERVICES COST BREAKDOWN CITY OF FAYETTEVILLE, ARKANSAS ATTACHMENTB 0 tD -S i N -S - Al a 13 A a a —S a M M ..a hr Estimated Manhours PD PM PE CE CADD CL/OT TOTAL Direct Cost S 0 -aN A CON N+ 4 . A CO A A N of A A A EntCO Al N A A' O 'N A N Na N N N ca N -+ 0 0) N O) O) A ----- 40 50 12 00 - N N N N O P A I 12 co m a - -+ v co 10 28 1 65 V N N A I hr IOURLY RATE WORK O O O) O) A N 12 1 N CO CO CO Co CA O m m N = 34 N N A -a m Ai 5 N' O O O CO N N A CO CA 60 S _ 785 W $ 825 (R $ 7201 fA EA (A $ 5251 b 01 $ 5,3901 fA 1$ 2,695 $ 2,085 $ 59,070 1. $ 685 $ 685 1. $ 17,560 LABOR 00 A V O1 V 10 CO :.a A 01 CO co 01 CO N O N Oo N N N Oo N CO fA N O) N M O• to 0 0) A O CO 0 CO 0) P O CI CO (o OCA M A (A A (A (0 O) O) 01 60 Of CD 01 CO W CO M 1 $ 1,350 1 $ 20,584 $ 14,300 Ca fA oO CA CO (T p O (A • 61 Al V 0 d1 (J U1 O fA N O, V N fA CA N J 01 $ 45,156 CA CO A O 0 CA co J Al CA 10 V IA fA , (A V co 01 CA V 10 01 CA co N N N a A (T $ 4,220 11 CA CO (J 01 $ 895 $ 950I V) 01 N CO CA N N Al 1-11 $ 2.825 II 4A co O, (0 O CA $ 4,045 II CA A O A N CR N O O 01 1 $ 45,675 $ 2,085I CA A V 0 CA W O 01 CA A V 0 1 $ 104,226 11 CA O) (O (O O EA A N IA CA N O O CO N co. in CO CA $ 10,085 I'I $ 18,605 $ 17,560 (A a N 00)) V I Total Cost Estimate • • • Total Amount of Amend Tnrnt - IJ S O + -0 N + (O p O C. : r( 11 R ' Wt 19 Instrument Review J( >: r( II -R WI r19 Stn intura A 5550- i v A "NO W N- = i II Y,1 PrnipM Mananement 0 3) i n • 7 Wnrk Task Onscriotion PROFESSIONAL SERVICES COST BREAKDOWN CITY OF FAYETTEVILLE, ARKANSAS • ATTACHMENT B. N 3 3 D ro 3 CD .l^ 5 0 5" 0 O O m N N 2 0 N O 3 0 I . -0wN O .-. a7 f to -•.. p N>. a ° •<• NI c : V co ! N N -s. V 1 n( Ai � i D 1.ac 5ooa ��� r N+ N (U r - co,( r� O E u 1 J • i ' D c m < o m N CO E XI N (o (Ment 4 oa 3 0 O J N O - O 26 ._J + 'p CO V 26 hr Estimated Manhours PD PM PE CE - CADD CL/OT TOTAL Direct Cost HOURLY RATE WORK 765 N Co? N A 14 + 0 8 O N N O) OI 234 630 0 A CO A co A A N m 70 ? Co A CD m 806 1 co m A m N co 37 37 37 J I 234 N 01 A O O N N N V + O O H CO A O) N EA 4) W N O EA (P Oa (J O fA N+ N N O (A W O O EA i fA • EA + O A+ O EA O) V O EA O A C I $ .70,470 03 V • (O I N+ S O EA V N N r D 0 73 IA WCO CO (O + *A Su O 10 O a EA (OO O+ O EA a V EA N OO O O M CO O O EA _ N A W CO fA N W (O CO EA N (J (O W (A N d N O I �10,000 II (A CO OI W A f O fA + a N ACD N EA + O co N + EA W V !O OWi O) IA O) N O EA N A V N+ N 0 fA(A4A CO3 0 N 0 0 N+ 0 O Ell A 0 fn. + V N A CO d O 00 0 1 COIEA !+ • O ] O-5 I O —6N V N m . 0 0 N d (p • David Jurgens Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts 21 -Nov -06 City Council Meeting Date /PE 5- //12,6 ///zg (a4 /1-i eJ/l/ Groep, S iGeinivezaern- WW System Improvement Project Water/Wastewater Division Action Required: Department 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 oversight Farmington Is Davina $480.000 of the total amount leaving a net Fayetteville cost of $513 049 00 $513,049 Cost of this request 4480.9480.5315.00 Account Number 02133-0401 114,765,766 Category / Project Budget Wastewater System Imp Project Program Category / Project Name 109,705,364 Water and Wastewater Funds Used to Date Program / Project Category Name $ 5,060,402 Project Number Remaining Balance Budgeted Item xx • Budget Adjustment Attached Water/Sewer Fund Name Depa m nt Di City Atto ney ctor Finance and Internal Service Director 3 4Jo,.. ao Date t date 1-4 -06 Date //A% <- Mayor Date Previous Ordinance or Resolution # 112-03 Original Contract Date: 7/15/2003 Original Contract Number: 916 Receive n City erk's Office E 1 tr Received in Mayor s Office Comments: /,�hlt/( vo /x/5/04 CYy&,'i//4. 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 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 Stonnwater 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. 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 stonnwater 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 Fannington and southwest portion of Fayetteville portions of the WSIP was deferred pending the results of the Fannington-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. BUDGET IMPACT 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 S480,000 of this engineering cost. Fayetteville will invoice Farmington and Farmington will reimburse Fayetteville: WL -10-1 1-12 RJN CCMcmo 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 Pro ect (WSIP Subprojects WL -10, WL -11 and WL -12. A copy of Amendment #4„r "ted Exhibit "A,” is attached hereto and made a part hereof. Section 2. That the City Council of the C, iY; e aye hereby approves a contingency in the amount of $4 3I.00.00.00..� PASSED and APPROVED this 2d ay of No'vI€ b PPROVED: rkansas jSDRA SMITH, City Clerk DAN COODY, Mayor 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'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 $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, 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 additional services set forth in this Amendment No. 4 Fayetteville shall pay RJN the amended lump sum amount of NINE 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 EIGHTY;FIVE 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 l 10/27/2006 • IN WITNESS WHEREOF, the parties hereto`have:caused this Amendment to be duly executed • this day of , 2006. City of Fayetteville, Arkansas By: - Dan Coody Mayor RJN Group, Inc. By: )t' // Hugh Iso Vice President Sondra Smith City Clerk Attachments: Attachment A: Attachment B: Scope of Services Cost Estimate • • Amendment No. 3 2 10/27/2006 City OF:FAYETTEVILLE • AGREEMENT FOR ENGINEERIN&SERVICES APPENDIX A — SCOPE OF. SERVICES FOR FINAL DESIGN PHASE This is Appendix A; consisting of.- 6_ pages; referred to in and part of the Agreement For -Professional Engineering Services between.City of Fayetteville, Aikansas-hereinafier referred to asCity; and RJN Group, Inc. hereinafter referred to as RJN Group, Inc. dated' The following contains additional Scope of Services tasks for theFinal-Design Phase. Generally; -the project will'include the final design of sewer improvements including an interceptor sewer, pump station, and force main necessaryto reroute the areas tributary to the -City of Farmington Lift Stations'to the proposed Westside Wastewater Treatment Plant. A summary of the sewer improvements is presented in Table A-1. PHASE.I PART A - PROJECT ADMINISTRATION AND MANAGEMENT 1. Project Administration a) Perform Project Initiation activities - - - b) Perform generaladministration and project management activities. c) Finalize agreements with subconsultants. d) • Perform-RM's intemalproject control including budgeting, scheduling, and -quality control activities. -- e) Prepare and submit monthly work progress reports to the City and Program Manager and cont-ini compliance with final design schedule. • . f) Develop and maintain project Completion schedule throughout project. - • g) Incorporate and maintain City's design standards and CADD standards -throughout project. 2- Coordination -Meetings • - - - - - a) Attend project kickoff meeting with City staff and .other consultants involved in 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, A}ITD and ADHHS.as necessary to obtain permits for construction of • - project. - ... d)....•Prepare and participate in a Value ngineering session with City of Fayetteville and City's consuhant. One three (3) daysession is anticipated. 11 is anticipated that RJN.Group, Inc.'s Preliminary Design Report will serve 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 Surveys for Design a) RJN Group; Inc. will perform field surveys to collect horizontal and vertical elevations and other information which will be needed for Use by RJN Group, Inc. in design and preparation of plans for.the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations of existing sewers, location of buried utilities where possible, 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. • AA -1 will not be responsible for.actual location of buried:utilities•and contract documents will require the Contractor to ]ocate:utilitiesprior to construction.., Thejocation of trees will be in accordance with the City's current specifications. b) RJN Group, Inc..will.provide all plans,.field notes, plats, maps, legal- descriptions, or other specified documents prepared in conjunction.with the requested services in a digital format. All text data such as plan and profile, coordinate files, cut sheets„etc., shall be provided in the American Standard -Code for Information. Interchange (ASCII) format; all drawin g files shall be provided in AutoCAD (DWG or DXF) format. • The minimum information to be provided in.the:plans shall include: 1) A Project Control Sheet showing ALL Control Points used or set while,gathering data, generally on a 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. Public Notification Prior to conducting design survey, RJN Group, Inc. or its Subconsultant wilt/toffy affected residents of the project in writing. The notification letter shall,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 Permits - Duringthe design phase, RJN Group, Inc. shall coordinate with all Milities and other 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 Mi. the plan sheets: RJN Group, Jim. shall Show the location of the proposed utility lines, anth existing utility lines within •the piojectlinitis. RJN Group; lne. 'shall coniplete'all forms 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; .. Right-of-Way/EasementPreparation and Submittal • • a) RJN Group, Inc. will conduct research for availability of existing. easements where construction is probable: Teinpomry and permanent-easeinerits will be prepared based un- available information. The City will negotiate and obtain the necessary easements. 'A total of 38 easements are'ahticipated. b)” Revise easements as required to'obtain approval'frorn property` owners. A total of 9 revisions. • are anticipated. • 404/1711ase Il Stormwater Permitting., All requited.404 periiiits (Wetland delineation and initigation) andthase II Stermwater permits . will be prepared by a subconsultant to RJN Group, The.' WEN 'Group, Inc. 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. City Construction Permits RJN Group; Inc. will collect information and prepare and submit'applicatious 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 units or contracts. 'Final Engineering Pipe Line Design- Sewers esignSewers WL -10 (Interceptor) and WL -I 1 (Force Main) — RJN Group; Inc. will -conduct final engineering as follows: a) Conduct geoleclmica] investigations as necessary to design the project: The eztent'of the • geotechnical investigation is summarized in Table A-2. b)- Prepare overall sanitary sewer layout sheets and overall easement layoin'sheet(s). • .c). prepare preliminary project plans and profile sheets which show the following: Proposed sanitaryse%verplan/proftle and recommended pipe size, water service lines andineter bones, gate valves; and all pertinent information needed to construct the project. Construction plans shall also' include details to re-route flows from the existing lift stations to the'proposed interceptorlioes: •The plan and profile sheets will be prepared on a 1" = 40' scale horizontally • and 1 = 4'• vertically. d) Existing utilities and utility easements will be shown on the plan and-profilesheets based cin 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 determine;if any,future improvements are planned that may impact the project. e) RJN Group, Inc. will prepare standard and special detail sheets for sewer line -construction. - These.may include connection details between -various pant' of the project, tunneling details, boring -and jacking details, waterline relocations, and details unique to the construction of the project: f) RJN Group, Inc. shall prepare demolition details for the existing lift station(s) to be abandoned and include in the construction plans. g) RJN Group, Inc. will.consult with the City and 01‘41 -to develop"a cut -over and startup plan to`bring the nevi sewer•system on line. 2. • Lift Station Design= WL -12 -Lift Station No. -12 • RJN Group, Inc. will conduct engineering design as follows:. a) Lift Station No. 12 (Relocated) 1). Prepare detailed Basis of Design for Lift Station No.;12 (Relocated)force main hydraulics, basic pump/wet well.layout, 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,'plumbing,:and miscellaneous Mechanical details... 3) Conduct Structural design: Prepare Synclinal drawings including foundation plan, lower • level plan dnd sections, and,typtcalstrirctural details. • _, .:14) Conduct HVAC design and prepare HVAC lower level plan, odor control equipment, �rrd l ffileal HVAC sections and details. • • • 5) Conduct Electrical design including selection/sizing of Motor Control equipment, lift station standby generator and switchgear. 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, odorr control system, and general instrumentation details. . 7) Prepare Lift Station specifications including site work, concrete, masonry, metals, wood, thermal andmoisture protection, doors and windows, finishes, specialties, equipment, Conveying. systems, mechanical, electrical, and control end devices. b) his -anticipated that instrumentation design including SCADA, Human Machine Interface (HMI), telemetry and Programmable Logic Control (PLC) controls will be provided by others for all lift stations. AA -3 3. Odor Control . RJN Group, Inc. will conduct engineering as follows: a) Conduct final Process Design for selection of Farmington Lift Station odor control equipment. b) Select and size odor control equipment/media type compatible with Lift Station mechanical and HVAC equipment. • 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: 1) 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 Fayetteville's standard general conditions and forms.. Bid documents shall include required forms_for State Revolving Loan Fund funding. • 5. Preliminary:Construction Document Submittal a) `RJN.Group, Inc. shall deliver five (5) sets.of conceptual design plans (30% complete) for design review. Plan sets shall includealignment plans, survey data, existing utility. information, and available environmental data. Opinions of probable cost and major • 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. Two.review meetings each plan set submittal is anticipated. Final Construction Document Submittal a)- Following City approval of the preliminary documents, RJN Group, Inc shall prepare fmal plans and specifications and contract documents (each sheet shall be stamped, dated, and signed by RUN Group, Inc.) and submit five (5) sets of plans and construction contract documents for City's final approval. PHASE II — BIDDING SERVICES The following is the Scope of Services for the Bidding Phase. Arrange for bidding notices to be sent .to contractors publishing" services and -direct mailing to • contractors of record: Notices Shall comply with' requirements of City and Revolving Loan Fund '(RLF) administered by the Arkansas Natural Resources Commission, and' the Arkansas Development Finance Authority (ADFA). The legal notice io be placed m' legal notices section of a'Iocal newspapershallbe coordinated with City purchasing agent and an:affidavit of publication secured. PiePare addenda for drawings•and Bid' Documents as required and submit to City in timely ❑tanner Stich `that addenda can be issued in accordance with Construction Contract General Conditions. - Secure updated staie and federal wage rate decisions and incorporate by addenda into the Bid Documents. Assist City in issuing and tracking Bid Documents, addenda and communications during bidding and maintain list of plan holders. Provide additional copies of plans andspecifications for prospective bidders. RJN Group, Inc. shall be responsible for costs of additional copies. - AA -4 RJN Group, Inc. shall organize, convene, and conduct'a Pre -Bid Conference. 'RJN Group, Inc. shall explain the project requirements'and receive .questions from prospective bidders. RJN Group, lnc..sliall consider the questions received and issue necessary clarifications and changes to the Bid Documents through the use of addenda. Assist City in obtaining and evaluating bids and preparing con§(ruction contracts. Provide four (4) copies of the bid tabulation for the project: Consult with and advise City as to the acceptability of subcontractors and other persons and `organizations proposed' by the prime construction'contractoi(s), hereinafter called "Contractor(s)," for those portions of the work as to which such acceptability is required by the Bid Documents. Make recommendations regarding award of construction contracts. 9. Attend Water and Sewer Committee meeting and the ensuing City Councit meeting to recommend action by the respective bodies. -Prepare and present a recommendation complete with such supporting information as necessary for the bodies to make an informed decision on the action recommended. - PHASE II}—CONSTRUCTION P}IASE 1. Consult with and advise City of Fayetteville and act as City of Fayetteville's Engineer as • provided in Cityof Fayetteville'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. Z: 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. • • Review and accept Submittals of Contractor(s) for conformance with the design concept and intent of the Contract Documents. Resident Services During Construction a. A Resident Project Inspector(s) 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 ofjobsite records on conditions and activities, shall assist RJN Group Inc in determining that the Project is proceeding In 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 Io perform the construction work in accordance with the Contract Documents. 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 make recommendations to City of Fayetteville on claims of City of Fayetteville and Contractor(s) relatingto the execution and AA -5 • progress of the Work and other matters and questions relatedthereto; but RJN.Group Inc. shall not be,liable for the results of any such recommendations, interpretations, or decisions rendered by -RJN Group Inc: in good faith. 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. - . Conduct an inspection to determine if the Project is substantially complete and a final inspection to deterinine if the Project 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: Post Construction Phase a. Provide qualified. personnel during equipment start-up and instruct City" .of Fayetteville's personnel in equipment function and intended use.. 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 - Sewer Pipeline Table A-1 LIMITS OF DESIGN Diameter Length (in) (11) WL -10 Farmington Interceptor Sewer 12-24 13,322 WL -11 Force Main from LS # 12 to WS WWTP 18 9 683 Total 23,005 Lift Stations Extent of Improvements WL -12 Farmington Lift Station (LS #12) New Station 1 Quantity 1 Units Unit'Price I Extended 1 • Table 2-A McCL EL LAND CONSULTING �rs���u,�fil6• —__ __1 ENGINEERS, INC. 41ATERIAIS LABORATORY REVISED SEPTEMBER 2006 GEOTECHNICAL INVESTIGATION:SCOPEAND-FEE SCHEDULE FARMINGTON SEWER LINES .& PUMP STATIONS WEST SIDE TREATMENT FACILITIES FAYETTEVILLE, • ARKANSAS RJN DALLAS, TEXAS September 28, 2006 rY ) x.6,..;.'. 2701.1 17:-5117- rn 1 -r r J. . ;.; ;. q '.l r !Item No. (Item •Description / ASTM Designation 1 Equipment Mobilization and Demobilization ( Per Trip ) -Engineering Technician (. For Utility Locations "One Calf' ) Dozer Rental ( For Clearing Sites) ( 4 Hr. Minimum per day ) Soils Technician ( Clearing of Sites ) Soils Technician ( Site Access Negoiations ) 2 Boring Setup Charges Drill Rig and.Crew Standby Time ( During Clearing) Boring Layout • 3 Soil:Drilling and Sampling, ASTM D-1586 8 ASTM D-1587 Soil Diilljng ,( 78 Borings - 8 feet to 25 feet max. ) Rock Drilling Diamond Core Drilling 4 Soil and Rock Laboratory Testing ASTM:D=2216, Moisture Content Determination ASTM 0-4318, Liquid and -Plastic Limit of Soils ASTM (1422, Gradation Analysis of Soils (6 Sieves ) ASTM D-2166, Unconfined Compressive Strength of Soils ASTMDD 2166, Dry Unit Weight of Soil Specimens 5 • •Geotechnical Engineering Report and Recommendations - •Engineering Supervision (Project Manager) -Enginee'ring Analysis 8 Recommendations"(Project Engr.) Boring'Lrog.Preparation (Senior Draftsman) Boring Plot Plan Preparation (Draftsman) Report Preparation (Clerical) 12 Trips 16 HR 40 HR 24 HR 40 HR '78 EA 16 HR 40 HR 900 LF 50 LF 200 LE. $75.00.. $65.00 190.00 $45.00 145.00 Subtotal • • • $35.00 _. ,$110:00 $65.00 Subtotal $10.00. $13.00. :t35. O0 Subtotal 160 EA $10.00 75 EA $50.00 75 EA $50-00 80 EA -- .$2.10:.00 •BO•EA - -$10.00. Subtolat. • 10 HR 1140.00- 24 HR $90:00' - 50 HR $72.00, 8 HR $60.00. 2,HR . $45.00 Subtotal ESTIMATED • GEOTECHNICAL INVESTIGATION.AND ENGINEERING Any Additional -Items shall be according to attached Fee Schedule SUBMITTED BY: C: !DICE 01 ECHVay-sewer farm -0905 W62wj '$900.00 11,040.00 $3.600.00 .$1,080.00 11,800.00 $8,420.00 $2,730.00 $1,760.00 12,600.00 $7,090.00 $9,000.00 • $650.00 $7.00o.00 • $16,650.00 $1:600.00 $3,750.00 $3,750.00 '$3.200.00 •: $800.00 • $13,.100.00 $1,400.00 .$2,160.00 $3.600.00 1480.00 $90.00 '$7; 730.00 $52,990.00 te MCCLELLAND ILZ CONSULTING r r,r.r,. r,. ^ rer, j ENGINEERS, INC. MATERIALS LABORATORY. GEOTECHNICAL INVESTIGATION FEE SCHEDULE June 2006 ' . , Table 2-A (Cont.) 1.nreg4 tkir -t r. i8 ufl X 4!.11:11-1 1.,':,; CATEGORY Mobilization of $2.10/mile 1 each way 1 Soil Drilling including Sampling Rock Drilling (Rotary Bit) ' Rock Coring (Diamond Bid Setting Casing Through Overburden, as required Boring Setup Charge Standby Time (Rig and Crew On -Site), if required Layout of.Boring Crew Travel Time Per Diem (per night) Allerberg Limits . Moisture Content Unit Weight Test (Soil Sample) Unconfined Compression Test Gradation Tests DrySieve Wet Sieve - California Bearing Ratio(CBR) with Std Proctor With Mort Proctor •In-situ Permeability • In-situ Permeability (Flexwall) Remolded Sample Triaxial Test (Single Stage) Triaxial Test (Multi -Stage). Remolded Sample Draftsman • Senior Draftsman Clerical Design Engineer ProjectEngineer (Soils Engr.) . Project Manager (Senior. Soils:Engr.) Principal Engineer Senior Engineering Technician Engineering. Technician Soils Technician Two Flagmen Mileage Backhoe Rental -( 4,hour minimum ) Dozer Rental (4 hour minimum ) ( from Fayetteville, Ark. ) Rock Bits "' Diamond Bits • HOURLY RATE $ 75.00 minimum 8.50 per foot 12:00. per foot 32.00 per foot 8.00 per foot 35.00 per each 110:00 per hour 60.00 per hour 60.00 per hour 70.00 per man 45.00 each 12:00 each 12:00 each 40.00 each 8.00 each 35:00 each 250:00 each 275:00 each 150.00 each 250.00 each 90.00 each 135.00 eadh 180.00 each 50:00 each 50.00 per hour 60.00 per hour 45.00 per hour BO.00,per hour 90.00per hour 130.00;per hour 140.00 per hour 72.00 per hour 55.00 -per hour :40.00•per hour 75:00 per hour 0 .42 per mile 75.00 per hour (min) 90.00 per, hour (min) 300.00 each 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 then, a very hard'limestone formation, or other very -hard formation, whenever new or. slightly used drill bits are worn out during the drift operations Hourly Rates subject to adjustment' annually Chau%GEOTECHUee! &EO-rEEn006 wpd qn •