Loading...
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