HomeMy WebLinkAbout40-09 RESOLUTIONRESOLUTION NO. 40-09
A RESOLUTION APPROVING AMENDMENT NO. 5 TO THE
ENGINEERING CONTRACT WITH RJN GROUP IN THE
AMOUNT OF $597,704.00 FOR WSIP WEST SIDE COLLECTION
SYSTEM DESIGN AND CONSTRUCTION PHASE SERVICES
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 Amendment No. 5 to the engineering contract with RJN Group
in the amount of $597,704.00 for WSIP West Side Collection System design and
construction phase services. A copy of the Amendment, marked Exhibit "A," is
attached hereto and made a part hereof.
PASSED and APPROVED this 17th day of February, 2009.
APPROVED: ATTEST:
By: 1-)Oletzkai
�...".RK/TRn o�
\S `5‘(/%
• F9
U\ �\TY p,�.p
•A'
FAYETTEVILLE'
SONDRA E. SMITH, City Clerk/Treasurer
•
•
4 Dat
AMENDMENT NO. 5
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 additional design and construction phase services 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 $892,592. A total of $294,888 is remaining in the July 15, 2003 Agreement
leaving $597,704 to be included in this Amendment No. 5.
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 — Revtsions 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. 5 Fayetteville shall pay
RJN the amended lump sum amount of EIGHT HUNDRED NINETY-TWO THOUSAND
FIVE HUNDRED NINETY-TWO DOLLARS (US $892,592). The total amount of the
Agreement including final design, bidding phase services, and construction phase services shall
not exceed FIVE MILLION EIGHT HUNDRED EIGHTY-EIGHT THOUSAND FIVE
HUNDRED NINETY-TWO DOLLARS ($5,883,592.00).
All other provisions of the original Agreement remain in full force and effect.
Amendment No. 5 1 2/18/2009
IN WITNESS WHEREOF, the parties hereto have caused this Amendment to be duly executed
this ht day of F,iruQry , 2009.
City of Fay , teville, Arkansas
neld Jord
Mayor
ATTEST:
RJN Group, Inc.
�itnnn,, By:
F.v'•
G
.• TRFy
•A;
:FAYETTEVILLE:
'• ATTEST:
%.7„,6'41:9„ kANSP f - P.Al/t
Sondra Smith
City Clerk
Attachments:
Attachment A:
Attachment B:
Hugh Kd{'so
Vice President
Scope of Services
Cost Estimate
Amendment No. 3 2 2/18/2009
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
Group, Inc. hereinafter referred to as RJN Group, Inc. dated 4,bf'katf 11, 2.&4.
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 a portion of the area tributary to the Owl Creek
Lift Station to the Westside Wastewater Treatment Plant. The project will also include the design of
replacement of a portion of the Owl Creek Lift Station Force Main. A summary of the sewer
improvements is presented in Table A-1. Construction Phase services are also provided for WL -9 and
WL -10A.
PHASE 1
PART A - PROJECT ADMINISTRATION AND MANAGEMENT
Project Administration
a) Perform Project Initiation activities
b) Perform general administration and project management activities.
c) Finalize agreements with subconsultants.
d) Perform RJN's internal project control including budgeting, scheduling, and quality control
activities.
e) Prepare and submit monthly work progress reports to the City and confirm 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 involved in project.
b) Meet with ANRC, AHTD, and ADHHS as necessary to obtain permits for construction of
project.
c) Prepare for and attend one City Council meeting with City of Fayetteville to provide update
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.
will not be responsible for actual location of buried utilities and contract documents will
require the Contractor to locate utilities prior to construction. The location of trees will be in
accordance with the City's current specifications.
b) RJN Group, 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.
AA -1
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 drawing 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.1.'s, manholes, valves, etc., in the same coordinate
system as the Control.
2. Public Notification
Prior to conducting design survey, RJN Group, Inc. or its Subconsultant will notify affected
residents of the project in writing. The notification letter 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 the Project. These entities shall also be contacted, if applicable, to determine plans for
any proposed facilities or adjustment to existing facilities within the project limits. The
information obtained shall be shown on the plan sheets. RJN Group, Inc. shall show the location
of the proposed utility lines, and existing utility lines within the project limits. 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/Easement Preparation and Submittal
a) RJN Group, Inc. will conduct research for availability of existing easements where
construction is probable. Temporary and permanent easements will be prepared based on
available information. The City will negotiate and obtain the necessary easements. A total of
30 temporary and 4 permanent easements are anticipated.
b) Revise easements as required to obtain approval from property owners. A total of 9 revisions
are anticipated.
404/Phase 11 Stormwater Permitting
All required 404 permits (Wetland delineation and mitigation) and Phase II Stormwater permits
will be prepared by a Consultant to the City. The City will coordinate permitting activities with
Consultant and RJN Group, Inc. will incorporate all requirements into project specifications.
Consultant shall provide Technical Specifications to address environmental, archeological, and
other environmental permitting requirements as necessary. These specifications will be
incorporated into the Construction Documents.
3. City Construction Permits
RJN Group, Inc. will collect information and prepare and submit applications for City
Construction permits.
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 Pipelining Design
Sewers WL -13 (Interceptor and WL -14 (Force Main)— RJN Group, Inc. will conduct final
engineering as follows:
AA -2
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. 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 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.
t) 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 -15 Broyles Road Lift Station
RJN Group, Inc. will conduct engineering design as follows:
a) Lift Station
I) Prepare detailed Basis of Design for Lift Station 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 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.
5) 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, and general
instrumentation details.
6) 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.
3. 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
Fund funding.
4. 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
AA -3
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.
5. 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.
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
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.
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, 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.
8. 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.
AA -4
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.
2. Conduct Construction Phase Services in accordance with the Arkansas Natural Resources
Commission Rules Governing the Arkansas Clean Water Revolving Loan Fund Program and as
directed by the City of Fayetteville.
3. Review and accept Submittals of Contractor(s) for conformance 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 and one lift station projects. A total of 1,400 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 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
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.
7. Conduct an inspection to determine if the Project is substantially complete and a 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. 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 -5
Table A-1
LIMITS OF DESIGN
Diameter Length
Sewer Pipeline (in) (if)
WL -13 Broyles Road Interceptor Sewer 10-12 4,610
WL -14 Force Main from Broyles Road LS to WS WWTP 12 2,290
Owl Creek Force Main 12 6.200
Total 13,100
Lift Stations
WL -15 Broyles Road Lift Station
A-1
Extent of Improvements
New Station
N
N N ca
o o E
H 0 f
UJ
0
N
N
CI
r
to
0
N
N
`
v.
0
0
N
N
NN
0
b
N
N
$ 63,130 II
O
a
N
m
NIA
1
1
MJ
�$ 70011
O
m
d
N
69
O
0)
N
r
1 $ 37,506 1�
W
10
0
N
d6
N
O
m
0
N
MMM
N
CO
CO
N
CO
N
t'1
m
$ 108,390 11
0
W
N
N
69
I $ 44,000 11
CO
m
co
`
N
$ 12,4601
$ 12,460
1 $ 187,800 11
0
O
Cl
It r
CO
$ 218,651 11
e
CO
O
0
N
N
N
Q)
N
N
CO
q
$ 892,592 II
HOURLY RATE WORK
Estimated Manhours
PD PM PE RE CE CADD COOT TOTAL Direct Cost
p
0
N
N
$ 2,500 1
$ 60,840
$ 60,840
$ 37,506
$ 37,506
m
f0
N
N
(0
N
0
CO
0)
$ 44,000
0
LO
17
N
0
10
r
0
N
r
0
0
r
$ 12,380
F
N
O
a)
N
01
N
N
$ 221,462I
M
49
M
N
M
49
M
M
M
M
a
I LABOR 1
$ 10,720 1
$ 10,720
0
W
N
N
0
ID
N
N
CO
0
0)
N
N
0
01
N
N
0
0
I-
0
m
d
N
0
0)
co
r
0
N
on
y
0
(0
CO
N
0
CO
m
N
0
0)
W
m
0
$ 46,290
6 145,180
$ 10,960 1
0
W
CO
O
r
$ 170,800
$ 130,630
0
CO
O
m
m
r
r
0
N
N
co
d
0
o-
u
PROFESSIONAL SERVICES COST BREAKDOWN
CITY OF FAYETTEVILLE, ARKANSAS
ATTACHMENT B
M
M
M
CO
M
M
w
M
w
M
o.
M
M
w
w
I hr
CO
CO
d
d
o
0
0
0
0
0
0
40
1 40
m
$
W
0
0
32 I
N
n
hr
CO
W
0
0
CD
B
0
0
0
0
DI
N
480 I
236
716
O
O
32 I
O
O
M
1 784 I
hr
m
co
O
O
O
O
O
d
m
0
m
m
I 178
m
L 268
O
O
0
0
0
0
COct
ea
0
0
0
0
0
0
O
0
0
O
O
0
O
O
O
0
0
O
O
d
e
O
r
N
r
O
O46
W
r
4210 I
O
N
d
L
N
N
m.-
�
N
N
d
CO
d
m
0
240
L 100
M
36
0
d
m
r
lake!
t
(O'
m
W
d
4 I
r
W
N
0
N
N
n
I 30
N
O
N
N
60 1
.-
0
m
`
co
L
(0
b
m
m
r
r
0
0
OO
0
N
co
H
m
co
W
40
co
o
N
Work Task Description
lett Administration and Management __ __ 1
I 1. Protect Administration _
m
0
a
too
1 2. Coordination _.
m
0
a
co
Part B - Design Survey
m
«
e
too
(Part C - Permits and Easements
g
E
`)
a
2. Right of Way / Easement Preparation _.
a. Right of Way / Easement Preparation (34)
b. Easement Revisions (9) _
N
0
U
E
j
c
8
a
0
Subtotal _
Part D - Construction Plans and Specifications _
1. Geotechnical Investigation
Subconsultant Cost
Subtotal
c
uai
m
0
N
a. Interceptor & Force Mains
b. LIB Station Design
Subconsultant Cost
m
°
c
0
Part E - Bidding Assistance (1 package)
Subtotal
1 Part F- Construction Services
N
0
d
�1
S
m
m
3
o
u
Subtotal
TOTAL
Total Amount of Amendment 5
Part A - Pro
MC
D_SCN_D ro :.•.. ENGINEERS, INC.
McCLELLAND
CONSULTING
P.O. Bar 1229
Fayetteville, Arkansas 72 702-12 29
479-587-1303
MATERIALS LABORATORY FAX: 479-443.9241
GEOTECHNICAL INVESTIGATION SCOPE AND FEE SCHEDULE
WEST SIDE SEWER IMPROVEMENTS ( Broyles Road)
FAYETTEVILLE, ARKANSAS
for
RJN, INC.
DALLAS, TEXAS
January 19, 2009
Item No. Item Description 1 ASTM Designation
Quantity Units Unit Price
1 Equipment Mobilization and Demobilization ($2.l0hni each way) 1 LS
Technician Time (ARXNASAS ONE -CALL LOCATES) 3 HR
2 Boring Setup Charges
Boring Layout
3 Soil Dn'8ing and Sampling, ASTM D-1588 & ASTM 0-1587
Soil Drilling (2 Borings - 20 feet max. )
Soil Drfning (8 Borings -10 feet max. )
Setting Casing through Overburden, as required
Rock Drilling
Diamond Core Drilling
4 Soil and Rock Laboratory Testing
ASTM 0-2216, Moisture Content Detemgnation
ASTM D-4318, Liquid and Plastic Limit of Soils
ASTM D-422, Gradation Analysis of Soils (6 Sieves )
ASTM D-2166, Unconfined Compressive Strength of Sons
ASTM D-2168, Dry Unit Weight of Soil Spedmens
5 Geotechnlcal Engineering Report and Recommendations
Engineering Supervision (Project Manager)
Engineering Analysis & Recommendations (Project Engr.)
Boring Plat Log Preparation (Senior Draftsman)
Boring Plot Plan Preparation (Draftsman)
Report Preparation (Clerical)
10 EA
2 HR
30 LF
80 LF
20 LF
2 LF
15 LF
30
6
6
6
6
2
8
6
2
1
EA
EA
EA
EA
EA
HR
HR
HR
HR
HR
ESTIMATED GEO NICAL INVE TION AND ENGINEERING
SUBMITTED BY:
RJN - Bryoles Roadads
.W•YNEJ' ES
Vice Presid
$200.00
545.00
Subtotal
535.00
580.00
Subtotal
$8.50
$8.50
38.00
512.00
$35.00
Subtotal
$12.00
$50.00
350.00
340.00
312.00
Subtotal
3145.00
$100.00
$70.00
360.00
545.00
Subtotal
Extended
$200.00
5135.00
3335.00
$350.00
3120.00
1170.00
3255.00
$680.00
5160.00
$24.00
5525.00
51,644.00
$360.00
$300.00
5300.00
$240.00
572.00
$1,272.00
$290.00
$800.00
$420.00
$120.00
$45.00
$1,675.00
$5,398.00
ay
Fayetteville - Broyles Rd/Owl Creek
Item
Mobilization
Site Preperation, Clearing & Grubbing
Construction Staking
Construct 48" Diameter Manhole
12" Sewer Pipe and embedment
15" Sewer Pipe and embedment
12" Ductile Iron FM and embedment
16" Ductile Iron FM and embedment
Ductile Iron Fittings
Trench Excavation and Backfill (0-8 ft)
Filter AirNacuum Valve & Vault Assembly
Epoxy Coating of Air Valve Vault
Rock Excavation
30" Steel Encasement By Open Cut
Trench Compaction Test
Seeding and Mulching
Erosion Control
Trench Safety
Surface Video Documentation
Broyles Road Lift Station
Quantity Unit
1 LS
13100 LF
13100 LF
20 EA
4610 LF
LF
8465 LF
LF
16 TON
13100 LF
4 EA
28 VF
1950 CY
50 LF
44 EA
7280 SY
1 LS
13100 LF
13100 LF
1 LS
$/Unit
$95,000.00
$6.00
$2.00
$3,500.00
$80.00
$95.00
$110.50
$9,445.00
$13.50
$12,000.00
$250.00
$150.00
$200.00
$250.00
$2.00
$35,000.00
$2.00
$1.25
$650,000
Total
Total
$95,000.00
$78,600.00
$26,200.00
$70,000.00
$368,800.00
$0.00
$804,175.00
$0.00
$151,120.00
$176,850.00
$48,000.00
$7,000.00
$292,500.00
$10,000.00
$11,000.00
$14,560.00
$35,000.00
$26,200.00
$16,375.00
$650,000.00
$2,881,380.00
David Jurgens
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
2/17/2009
City Council Meeting Date
Agenda Items Only
WW System Improvement Project
Division
Action Required:
Afr-7/oq
yo-oq
km/
Grocet
/I/o, 5
Water and Wastewater
Department
Approval of contract amendment 5 to the Engineering contract with RJN Group in the amount of $597,704, for WSIP
West Side Collection System Design and Construction Phase Services.
892,592
Cost of this request
4480.9480.5315.00
Account Number
02133/0302
Project Number
Budgeted Item
Departmeyl Dire• or
CD tj
City Attorne
$
46,262,358
Category / Project Budget
35,616,539
Funds Used to Date
10,645,819
Remaining Balance
Budget Adjustment Attached
JAni 01
Date
t
Finance and Internal Services Director
Date
Wastewater System Imp Project
Program Category / Project Name
Water and Wastewater
Program / Project Category Name
Water / Sewer
Fund Name
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
112-03
7/15/2003
916
Received in City
Clerk's Office
<p°
Received in
Mayor's Office
J
Comments:
Revised January 15, 2009
ye evi,le
CITY COUNCIL AGENDA MEMO
City Council Meeting of February 17, 2009
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Fayetteville Sewer Committee
From: David Jurgens, Water and Wastewater Director
Date: 30 January 2009
Subject: Approval of contract amendment 5 to the Engineeifing contract with RJN Group in the
amount of $597,704, for WSIP West Side Collection System Design and Construction Phase Services
RECOMMENDATION
Approval of contract amendment 5 to the Engineering contract with RJN Group in the amount of
$597,704, for WSIP West Side Collection System Design and Construction Phase Services, using
$597,704 of WSIP project funding and a savings of $294,888 within the existing scope of work.
BACKGROUND
RJN Group has developed all engineering design and on site inspection for all WSIP West Line
projects. Under their design and supervision, contractors working for the City have completed over
$37.4 million in work. All west line work required to bring the West Side WWTP on line attained
substantial completion in time. The pipes and pump station performed excellently during the real
world test of Hurricane Ike.
DISCUSSION
This amendment covers three primary work tasks:
• Full-time inspection of WSIP Subproject WL -10a in the amount of $218,651. The original
Scope of Services anticipated that WL -10, WL -11, and WL -12 would all be bid and
constructed in the same time frame. During the final design, it was determined that the cost of
constructing a portion of the WL -10 interceptor could be substantially reduced by delaying
construction until the new lift station was in operation and the old force main was no longer in
use. WL -10 and WL -11 are now substantially complete.
• Full-time inspection of the WL -9 construction contract includes tasks associated with the
cutover of the gravity system from the East Side Wastewater Treatment Plant (WWTP) to the
new Westside WWTP in the amount of $143,010. This project was not included in the original
scope of services.
• Engineering design, bidding and full-time inspection for the Broyles Road Lift Station and Owl
Creek Lift Station Force Main in the amount of $530,931.
BUDGET IMPACT
This change order increases the contract amount by $597,704. The scope of work will cost $892,592,
with $294,888 from savings in the actual cost of work already completed.
RJN Amdmt5 CCMemo26Jan09
RESOLUTION NO.
A RESOLUTION APPROVING AMENDMENT NO. 5 TO THE
ENGINEERING CONTRACT WITH RJN GROUP IN THE
AMOUNT OF $597,704.00 FOR WSIP WEST SIDE COLLECTION
SYSTEM DESIGN AND CONSTRUCTION PHASE SERVICES.
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 Amendment No. 5 to the engineering contract with RJN Group
in the amount of $597,704.00 for WSIP West Side Collection System design and
construction phase services. A copy of the Amendment, marked Exhibit "A," is
attached hereto and made a part hereof.
PASSED and APPROVED this 17th day of February, 2009.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
AMENDMENT NO. 5
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 additional design and construction phase services 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 $892,592. A total of $294,888 is remaining in the July 15, 2003 Agreement
leaving $597,704 to be included in this Amendment No. 5.
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. 5 Fayetteville shall pay
RJN the amended lump sum amount of EIGHT HUNDRED NINETY-TWO THOUSAND
FIVE HUNDRED NINETY-TWO DOLLARS (US $892,592). The total amount of the
Agreement including final design, bidding phase services, and construction phase services shall
not exceed FIVE MILLION EIGHT HUNDRED EIGHTY-EIGHT THOUSAND FIVE
HUNDRED NINETY-TWO DOLLARS ($5,883,592.00).
All other provisions of the original Agreement remain in full force and effect.
Amendment No. 5 1 1/30/2009
IN WITNESS WHEREOF, the parties hereto have caused this Amendment to be duly executed
this /l�j day of f bru.ar{ ,2009.
City of Fayetteville, Arkansas RJN Group, Inc.
By: By:
Lioneld Jordan Hugh Kelso
Mayor Vice President
ATTEST: ATTEST:
Sondra Smith
City Clerk
Attachments:
Attachment A:
Attachment B:
Scope of Services
Cost Estimate
Amendment No. 3 2 1/30/2009
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
Group, Inc. hereinafter referred to as RJN Group, Inc. dated
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 a portion of the area tributary to the Owl Creek
Lift Station to the Westside Wastewater Treatment Plant. The project will also include the design of
replacement of a portion of the Owl Creek Lift Station Force Main. A summary of the sewer
improvements is presented in Table A -l. Construction Phase services are also provided for WL -9 and
WL -1 OA.
PHASE 1
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 RJN's internal project control including budgeting, scheduling, and quality control
activities.
e) Prepare and submit monthly work progress reports to the City and confirm compliance with
final design schedule.
0 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 involved in project.
b) Meet with ANRC, AHTD, and ADHHS as necessary to obtain permits for construction of
project.
c) Prepare for and attend one City Council meeting with City of Fayetteville to provide update
on the progress of the final design as requested by the Water and Wastewater Director.
PART B — DESIGN SURVEY
1. Surveys for Design
a) RJN Group, Inc. will perform field surveys to collect horizontal and vertical elevations and
other information 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.
will not be responsible for actual location of buried utilities and contract documents will
require the Contractor to locate utilities prior to construction. The location of trees will be in
accordance with the City's current specifications.
b) RJN Group, 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.
AA -1
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 drawing 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.
2. Public Notification
Prior to conducting design survey, RJN Group, Inc. or its Subconsultant will notify affected
residents of the project in writing. The notification letter 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
1. Permits
During the design phase, RJN Group, Inc. shall coordinate with all utilities 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 on the plan sheets. RJN Group, Inc. shall show the location
of the proposed utility lines, and existing utility lines within the project limits. 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/Easement Preparation and Submittal
a) RJN Group, Inc. will conduct research for availability of existing easements where
construction is probable. Temporary and permanent easements will be prepared based on
available information. The City will negotiate and obtain the necessary easements. A total of
30 temporary and 4 permanent easements are anticipated.
b) Revise easements as required to obtain approval from property owners. A total of 9 revisions
are anticipated.
3. 404/Phase II Stormwater Permitting
All required 404 permits (Wetland delineation and mitigation) and Phase II Stormwater permits
will be prepared by a Consultant to the City. The City will coordinate permitting activities with
Consultant and RJN Group, Inc. will incorporate all requirements into project specifications.
Consultant shall provide Technical Specifications to address environmental, archeological, and
other environmental permitting requirements as necessary. These specifications will be
incorporated into the Construction Documents.
3. City Construction Permits
RJN Group, Inc. will collect information and prepare and submit applications for City
Construction permits.
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 Pipelining Design
Sewers WL -13 (Interceptor and WL -14 (Force Main) — RJN Group, Inc. will conduct final
engineering as follows:
AA -2
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. 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 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.
f) 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 -15 Broyles Road Lift Station
RJN Group, Inc. will conduct engineering design as follows:
a) Lift Station
1) Prepare detailed Basis of Design for Lift Station 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 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.
5) 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, and general
instrumentation details.
6) 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.
3. 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
Fund funding.
4. 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
AA -3