HomeMy WebLinkAbout242-25 RESOLUTIONPage 1
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 242-25
File Number: 2025-2140
A RESOLUTION TO APPROVE AMENDMENT #1 TO THE ENGINEERING SERVICES AGREEMENT
WITH RJN GROUP, INC., IN THE AMOUNT OF $814,113.00 FOR WATERLINE CONDITION
ASSESSMENTS, AND TO APPROVE A CONTINGENCY IN THE AMOUNT OF $120,000.00.
WHEREAS, because of increasing failures of aging large-diameter water transmission liners, on October 1, 2024, the
City Council passed Resolution 245-24 authorizing an agreement with RJN Group, Inc. for Waterline Condition
Assessment Pre-planning services; and
WHEREAS, the initial scope has identified the highest critical water transmission mains that should be targeted for
field testing and further data collection; and
WHEREAS, Amendment #1 will provide for ‘smart-ball’ inspection of about 10 miles of the 36-inch diameter
waterline from Beaver Water District as well as vibroacoustic inspection of approximately 8.7 miles of additional aging
waterlines in town with diameters from 24-inch to 30-inch.
NOW, THEREFORE, 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 authorizes Mayor Rawn to sign
Amendment #1 to the engineering services agreement with RJN Group, Inc., in the amount of $814,113.00 for
Waterline Condition Assessments and further approves a project contingency in the amount of $120,000.00.
PASSED and APPROVED on November 4, 2025
Approved:
_______________________________
Molly Rawn, Mayor
Attest:
_______________________________
Kara Paxton, City Clerk Treasurer
Mailing address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
CITY COUNCIL MEMO
2025-2140
MEETING OF NOVEMBER 4, 2025
TO: Mayor Rawn and City Council
THRU: Keith Macedo, Chief of Staff
FROM: Tim Nyander, Utilities Director
SUBJECT: RJN Group, Inc. - Amendment No. 1 for Waterline Condition Assessments
RECOMMENDATION:
Staff recommends approval of Amendment No. 1 to the Engineering Services Agreement with RJN Group, Inc.
in the amount of $814,113.00 for Waterline Condition Assessments, and approval of a project contingency in
the amount of $120,000.00.
BACKGROUND:
In response to historical failures on aging large-diameter waterlines in the Fayetteville system, the West
Transmission Main project was expedited to install a critical third feed of treated water from Beaver Water
District to Fayetteville. One goal of that project was to allow critical shut-downs and repairs on other water
transmission lines that currently cannot be taken out of service due to demands for water usage in the system.
Construction is progressing on-time and on-budget for the West Transmission line to be operational by
Summer 2026. During this time, desktop review and planning for condition assessments of other aging large
diameter waterlines has been underway with RJN Group (Resolution 245-24; October 1, 2024). This initial
scope has identified the highest critical water transmission mains that should be targeted for field testing and
data collection using various technologies.
DISCUSSION:
The proposed amendment with RJN Group will provide for ‘smart-ball’ inspection of the 36-inch diameter
waterline from Beaver Water District (approximately 9.8 miles) as well as vibroacoustic inspection of
approximately 8.7 miles of additional aging waterlines in town with diameters from 24-inch to 30-inch.
The aim of these inspections is to further refine the areas of highest risk in our water transmission mains so
that targeted repairs, rehabilitation, and replacements can proceed in the most cost-effective manner. The
proposed contract amendment will allow for final planning, field coordination, preparation, and deployment of
each scanning technology. It will also provide the subsequent detailed data analysis, reports, and
recommendations for repair, rehab, and/or replacements along these alignments. Furthermore, a contingency
is built into the fee to allow flexibility for additional field scans or other data collection if determined to be
beneficial for the project to give actionable results. For example, if large portions of the 36-inch waterline from
Beaver Water District are determined to have significant wall-loss using the ‘smart-ball’ technology, the team
may elect to further investigate this line with additional deployment of the vibroacoustic analysis. Having
contingency allows the project to only deploy the secondary scans in most-critical areas, thereby reducing
scope and cost.
Mailing address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
The existing contract was able to omit soil testing that was part of the project scope, resulting in project savings
in the amount of $44,000.00. Staff recommends approval of Amendment No. 1 to the Engineering Services
Agreement with RJN Group for waterline condition assessments.
BUDGET/STAFF IMPACT:
Funds are available in the Water System Rehabilitation/Replacement account.
ATTACHMENTS: 3. Staff Review Form, 4. Amendment #1 - Agreement for Professional Engineering Services
Page 1
City of Fayetteville, Arkansas
Legislation Text
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
File #: 2025-2140
A RESOLUTION TO APPROVE AMENDMENT #1 TO THE ENGINEERING SERVICES
AGREEMENT WITH RJN GROUP, INC., IN THE AMOUNT OF $814,113.00 FOR
WATERLINE CONDITION ASSESSMENTS, AND TO APPROVE A CONTINGENCY IN THE
AMOUNT OF $120,000.00.
WHEREAS, because of increasing failures of aging large-diameter water transmission liners, on
October 1, 2024, the City Council passed Resolution 245-24 authorizing an agreement with RJN Group,
Inc. for Waterline Condition Assessment Pre-planning services; and
WHEREAS, the initial scope has identified the highest critical water transmission mains that should be
targeted for field testing and further data collection; and
WHEREAS, Amendment #1 will provide for ‘smart-ball’ inspection of about 10 miles of the 36-inch
diameter waterline from Beaver Water District as well as vibroacoustic inspection of approximately 8.7
miles of additional aging waterlines in town with diameters from 24-inch to 30-inch.
NOW, THEREFORE, 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 authorizes Mayor Rawn to
sign Amendment #1 to the engineering services agreement with RJN Group, Inc., in the amount of
$814,113.00 for Waterline Condition Assessments and further approves a project contingency in the
amount of $120,000.00.
City of Fayetteville Staff Review Form
2025-2140
Item ID
11/4/2025
City Council Meeting Date - Agenda Item Only
N/A for Non-Agenda Item
Tim Nyander 10/15/2025 WATER SEWER (720)
Submitted By Submitted Date Division / Department
Action Recommendation:
Staff recommends approval of Amendment No. 1 to the Engineering Services Agreement with RJN Group, Inc. in the
amount of $814,113.00 for Waterline Condition Assessments, and approval of a project contingency in the amount
of $120,000.00.
Budget Impact:
5400.720.5600-5314.00 Water and Sewer
Account Number Fund
12009.1 Water System Rehabilitation/Replacement
Project Number Project Title
Budgeted Item?Yes Total Amended Budget $9,528,818.00
Expenses (Actual+Encum)$8,462,632.30
Available Budget $1,066,185.70
Does item have a direct cost?Yes Item Cost $934,113.00
Is a Budget Adjustment attached?No Budget Adjustment $-
Remaining Budget $132,072.70
V20221130
Purchase Order Number:2024-915 Previous Ordinance or Resolution #Res. 245-24
Change Order Number:1 Approval Date:
Original Contract Number:2024-51
Comments:
DCN: OP-CON-02-20-R2 Page 1 of 15 R1605-CAC
CITY OF FAYETTEVILLE, ARKANSAS
AMENDMENT NO. 1
FOR
PROFESSIONAL ENGINEERING SERVICES
WITH
RJN GROUP. INC.
In accordance with the AGREEMENT for Professional Engineering Services dated October 1,
2024, between the City of Fayetteville, Arkansas (hereinafter called OWNER) and RJN GROUP,
INC. (hereinafter called ENGINEER), OWNER hereby authorizes ENGINEER to proceed with the
following services:
Section I - Project Description
Under the AGREEMENT, the OWNER retained RJN Group to provide professional engineering
services. The Project involved planning, ascertaining methods of inspection, determining the level
of effort, and developing cost estimates for assessing the condition of thirteen sections of critical
waterlines, totaling approximately 47.3 miles of pipes. It has since been determined that
additional services will be needed. Specifically, the additional services consist of certain condition
assessment tasks, for certain waterlines, stemming from recommendations generated in the
original scope of work.
Section II - Scope
The ENGINEER shall perform professional services utilizing the procedures identified in the
original Scope of the AGREEMENT and as described in Exhibit A herein.
Section III - Time of Service
ENGINEER will proceed with providing the services set forth herein immediately upon execution
of this Authorization and as described in Exhibit B herein.
Section IV - Compensation
OWNER shall compensate ENGINEER for providing these additional services a total sum not-to-
exceed $814,113.00, as provided in the Compensation Table (Exhibit C) herein provided.
All prices will remain firm for the initial term of the Agreement period. Any de-
escalation/escalation in prices will be made on an annual basis thereafter at the sole discretion of
the OWNER. Requests for price adjustments must be made by the ENGINEER in writing at least
60 days in advance. The baseline for determining price adjustments will be based upon the closing
date of the solicitation. All requests for price increase or decrease are subject to review and
approval by the ENGINEER. The maximum increase will have a ceiling of 10% annually and a net
decrease of 10% annually. Changes in prices shall be based on the U.S. Bureau of Labor Statistics,
Employment Cost Index, average increase or decrease for the most recent calendar year (see
http://www.bls.gov/ECI; update with the appropriate ECI Index, CIU1010000100000A and
Management, Professional, and Related).
In consideration of the mutual covenants and Agreements herein contained, the OWNER and
ENGINEER stipulate and agree that the Agreement for Professional Engineering Services dated
October 1, 2024, is hereby amended as described in Exhibits A and B, attached hereto and made
part of this agreement.
All other provisions of the original Agreement remain in full force and effect.
IN WITNESS THEREOF, the parties hereto have caused this AGREEMENT to be executed this
day of ,20 .
AUTHORIZED BY:
CITY OF FAYETTEVILLE, Arkansas
By: ___________________________________________________
Name: _______________________________________________
Title: _________________________________________________
Date: _________________________________________________
ACCEPTED BY:
RJN Group, Inc.
By: ___________________________________________
Name: _______________________________________
Title: _________________________________________
Date: _________________________________________
END OF AMENDMENT
Daniel Jackson
Sr. Vice President
10/15/25
4th November 25
Molly Rawn
Mayor
11/04/2025
EXHIBIT A – SCOPE OF SERVICES
RJN is proposing the following scope of services for the Water Main Assessment for the City of
Fayetteville.
A.Project Management and Meetings
1.Provide project management services including invoicing, scope, schedule, and fee
tracking, and closeout services.
2.Provide monthly updates to City staff through the duration of the project.
3.Meet with City staff as necessary to discuss progress of the project.
B.Pipeline Section 2
1.Preparatory Work, Data Review, and Planning
a.Conduct a kickoff meeting with the City to discuss the project.
b.Finalize determination of Pipers® launch and retrieval locations.
c.Perform mock deployment planning. This may include planning for
strategies/provisions such as a “dummy” Pipers multi-sensor, a clamp-on
flowmeter, and/or other measures to finalize the preparation of the Pipers
deployment and ensure its success.
d.Prepare for a field planning visit.
e.INGU Data Preparation
i.Kickoff Meeting – RJN and INGU
ii.INGU Deliverables
iii.KMZ File of Water Main Paths
1.Mapping grade locates
2.Excel Elevation Profile(s)
3.Questionnaire(s)
2.Field Reconnaissance Visits and Equipment Preparation
a.Meet with City staff on-site for site visit inspections. During visit, discuss any
questions that arose during the data review process.
b.Observe pump operations and take steps to measure travel time.
c.Field assessment:
i.Observe valve exercising by City staff to confirm operation, if possible.
ii.Finalize methodology for inserting and catching Pipers.
d.Discuss results of preliminary assessment with City.
e.Following installation of valved taps by City, provide equipment and personnel to
perform internal inspection of the water main and retrieval of the inspection
tools. Customize catching devices as necessary.
3.Internal Inspections
a.Contract with INGU on the rental of Pipers multi-sensors.
b.Work with the City to assist in the Pipers launching.
c.Perform up to three Pipers deployments, with a minimum of two successful
capture and retrievals. Being that the Pipers ball is carried through the pipeline
with the flow of water, the duration of time it stays within the pipeline is a
function of the water velocity. We understand from the City that typical
velocities in this pipeline are 2.5 fps to 3.7 fps. Thus the Pipers ball would likely
need to stay in this pipeline for approximately four hours per deployment.
4.Data Evaluation and Technical Memorandum (TM)
a.Review and analyze inspection results and recommendations.
i.Pipers’ technology includes the following results:
1.Acoustic leak detection
2.Air and gas pocket detection
3.High resolution pressure sensing
4.Deposit, debris, and blockage locating
5.Magnetometer survey to detect variations in bulk wall thickness
and internal corrosion, with a minimum wall loss threshold of
30%. The Pipers ball will ONLY be able to state “yes/no” for wall
loss of 30% or greater at all points along the pipe. It does not
give precise info about wall loss. (Pipes having wall losses of 30-
45% can be considered to be in “marginal” condition; beyond
45%, they can be considered to be in “distressed” condition.)
The Pipers ball uses microelectromechanical systems (MEMS)
magnetometers to measure the passive magnetic field within
ferromagnetic pipelines. Metal loss has a significant impact on the
magnetic structure of the pipeline, thereby influencing the passive
magnetic field detected by the Pipers ball. Research has shown
that metal loss features with a minimum depth of 30% of the
nominal wall thickness consistently reduce axial and radial magnetic
flux density (MFD). The average total MFD within each pipe
segment is calculated and compared with the average total MFD of
the parent pipeline. If the disparity exceeds an empirically
determined threshold, the pipe segment is flagged as a potential
candidate for containing a “metal loss” anomaly with a depth
exceeding 30% of the nominal wall thickness.
b.Include a summary of the work completed and results of the internal screening.
c.Prepare a GIS map of the water main system, including findings from the site
inspections, document review, and internal screening.
d.Provide recommendations for further inspections, rehabilitation/repair, and/or
maintenance of the water main. “Recommendations for further inspection”, if
any, would likely entail Broadband Electro-Magnetic (BEM) inspection. This
would likely be recommended in certain areas if Pipers detects wall loss of at
least 30%.
The BEM assessment is a non-destructive testing method of measuring wall
thickness. Wall conditions are recorded along the area at which the hand scanning
tool is placed. These recordings are converted using software and a calibration
database to develop an apparent wall thickness. The original pipe wall thickness
(“reference wall thickness”) is determined using industry handbook information
that was current at the time the pipeline was constructed. Subtracting the
measured wall thickness from the reference wall thickness yields a determination
of wall loss. Although the BEM assessment can detect where internal and/or
external wall loss has occurred, it cannot distinguish between internal and external
wall loss.
Compared with Pipers, the BEM would provide much more precise wall loss data
at the point(s) where it is applied on the excavated pipe.
It would also be appropriate during BEM inspection to make use of the excavated
trench and perform soil corrosivity testing and visual inspection of the external
pipe wall. The BEM and related tasks constitute the “Step 2” Condition Assessment
action presented in the Water Line Condition Assessment Planning & Prep Report;
“Step 2” would likely cost approximately 80% of the Pipers work (“Step 1”)
proposed herein. This is based on the assumption that ten BEM excavations would
be conducted for Pipeline Section 2.
e. Include budgetary pricing and recommended timing (urgency) for
implementation of recommendations.
f. Technical Memorandum (TM) Submittal:
i. Provide a digital draft of TM,
ii. Revise draft based on City comments and submit a digital and two hard
copies (if desired) of final TM.
iii. Provide digital copies of all data, results, and photographs from
inspections.
iv. Submit a digital and two hard copies (if desired).
C. Pipeline Sections 7, 8, 9A and 12
RJN is proposing the following scope of services for the “Advanced Vibroacoustic Analysis”
(AVA) Condition Assessments: Water Transmission Pipeline Sections 7, 8, 9A, 12” project in
the City of Fayetteville:
1. Preparatory Work & Data Review
a. Conduct a kickoff meeting with the City to discuss the project scope, objectives,
roles, and establish lines of communication for the duration of the work.
b. Discuss project approach, schedule of work, and set expectations for the project.
c. Share follow-up questions with the City for discussion.
d. Visit the project area and investigate the access points.
e. Prepare a confirmation list for the City to check accessibility to fire hydrants,
valves, and vaults to meet project objectives.
f. Ensure selected sites are acceptable and provide suitable locations concerning
safety and equipment performance, adjust segment plans accordingly based on
access availability and site conditions.
2.AVA powered by DRI™ Inspections
3.Provide all necessary AVA inspection equipment and a three-to-four-person crew to
complete field work.
a.Use external vibroacoustic sensors and data acquisition units at predefined
access points (e.g., hydrants, valves, or hydro-excavated “potholes”) along each
pipeline segment to enable AVA testing.
b.Introduce Vibroacoustic signals into the water column using a centrally
positioned wave generator between the sensors to excite the pipeline and
capture its dynamic response. (AVA instrumentation contacts the metallic
pipe/appurtenances, but does not contact the water column directly.)
c.Measure the distance between access points to ensure appropriate resolution
and segment coverage.
d.Perform on-site and remote QA/QC of field data before demobilization to confirm
data integrity.
4.Data Analysis, Report and Recommendations
a.Determine if any leaks are present on the testing segments and inform the City
of the location within three working days.
b.Post-process the inspection data to assess localized pipe wall stiffness and
identify structural anomalies using both time and frequency domain analyses.
Correlate wall stiffness to wall loss averaged over the available resolution length.
Post-inspection analysis in the time-frequency domain identifies and locates leaks
and pipe wall distress and reports residual wall thickness for most iron pipes with
a resolution of 20 to 30 feet, when access points are spaced at 1,000 feet or
less. This capability will ensure that sub pipe stick levels defects are both
detected and located, not lost in an average result over a longer resolution
length.
The AVA/Kenwave analysis is such that average pipe wall loss over the resolution
length (20 to 30 feet) can be calculated to quantify and characterize wall loss as
follows: “Good (Less than 5%)”, “Satisfactory (5% to 20%)”, “Sufficient (20% to
30%)”, “Marginal (30% to 40%)”, or “Distressed (Greater than 40%)”. We will
use the calculated wall loss data and follow AWWA M28 guidelines to craft a
recommended scope of improvements.
c.Include a summary of the work completed and results of the AVA inspections
delivered in a draft report including:
i.A GIS map of the water main system, including findings from the AVA
inspections.
ii.Engineering recommendations for further inspections,
rehabilitation/repair, and/or maintenance based on the inspection data.
“Recommendations for further inspection”, if any, would likely entail
Broadband Electro-Magnetic (BEM) inspection. This would likely be
recommended in certain areas if AVA detects significant wall loss. While
AVA provides precise wall loss data averaged across the entire
circumference of the pipe along a resolution segment, BEM provides
precise wall loss data at the exact point(s) on the pipe circumference
where it is applied on the excavated pipe. It would also be appropriate
during BEM inspection to make use of the excavated trench and perform
soil corrosivity testing and visual inspection of the external pipe wall. The
BEM and related tasks constitute the “Step 2” Condition Assessment
action presented in the Water Line Condition Assessment Planning & Prep
Report; “Step 2” would likely cost approximately 20% of the AVA work
(“Step 1”) proposed herein. This is based on the assumption that four
BEM excavations would be conducted for Pipeline Section 9A and two
each would be conducted for Pipeline Sections 7, 8, and 12.
iii.Budgetary pricing and recommended timing (urgency) for implementation
of recommendations.
d.Meet with City Staff to discuss findings and recommendations and revise draft
accordingly.
e.Submit a digital and two hard copies (if desired) of the final report. The basic
inspection deliverable includes a condition assessment report with residual wall
thickness, identified leaks, location of both leaks and pipe wall distress along the
inspected watermain, and structural integrity grading 1-3 based on percent wall
loss with supporting Excel tables and color-coded GIS shapefile.
The report will include recommendations based on these findings. The
recommendations may entail some combination of additional analysis (likely
consisting of BEM and related tasks, as described above), repairs, rehabilitation,
and/or replacements; all identified at specific portions of the pipeline.
f.Provide digital copies of all inspection data, analysis results, and photographs
from inspections, including GIS databases and shapefiles
g.Upload final report and supporting documents to Clarity®. Clarity is RJN’s digital
platform that unites powerful data analytics, smart AI automation, and GIS data
management tools to deliver a single resource for monitoring and assessing
system conditions and performance.
D.Contingency
This represents an allowance for unexpected issues that may arise during the course of the
work and would necessitate appreciable additional effort. RJN would promptly notify the City
if any such issues arise, and their related cost impact. Contingency funds could be used for
subsequent AVA inspection of portions of Segment 2 should additional inspection data become
necessary.
In the Water Line Condition Assessment Planning & Prep Report, $44,000.00 was allocated
for soil condition testing. However, as work on the report advanced it was determined that,
all things considered, soil condition testing would not yet be a cost-effective expenditure, and
RJN recommended that it not be performed as part of the Report. Thus, those related funds
have not been, and will not be, spent as part of the Report contract.
E.Items Requested from the City
1.Updated GIS geodatabases and/or shape files for the water distribution system.
2.Facilitating coordination with Beaver Water District.
3.Access to pipeline for inspection. Assistance locating and operating (i.e. opening and
closing valves) facilities as required.
4.Excavation of pipes at Pipers launch and retrieval stations, sufficient for valved taps as
described below. Related trench safety, backfill, compaction, and site restoration.
5.One valved pipeline tap at Pipers launch station and another one at retrieval station.
Based on recent conversations with INGU, it is anticipated that a tap as large as 6” may
be needed at the launch location (within BWD site) and a tap as large as 8” may be
needed at the retrieval location (near Joyce Blvd. valve vault). Both locations are
unpaved. These taps will need to be made at the 12 o’clock position on the pipe, a gate
valve (full tap size) will need to be installed at the tapping flange, and a riser assembly
projecting above the ground surface must be installed. (RJN will furnish and install the
additional equipment needed for Pipers insertion and retrieval, as discussed above.)
6.Operation of valves as necessary for isolating the pipeline and launching the Pipers
multi-sensor.
7.Assistance with traffic control in high traffic areas, as necessary.
8.Hydro-excavating (“potholing”) as necessary such that AVA equipment can access the
pipe sufficiently. It is anticipated that a total of 22 potholes will be necessary (5 for
Pipeline Segment 7, 7 for #8,10 for #9A, and 0 for #12). Further description, including
cost projections, is provided in the Waterline Condition Assessment Planning & Prep
Report.
F.Map of All Involved Pipeline Sections
G.Maps of Each Pipeline Section
EXHIBIT B– PROPOSED SCHEDULE
RJN is prepared to start work immediately upon an Agreement.
Task Timeline
Pipeline Section 2
Field Reconnaissance Visit To be completed within one month of NTP.
Internal Inspections To be completed within two months of a successful
Field Reconnaissance Visit.
Technical Memorandum To be completed within three months of successful
Internal Inspection.
Pipeline Section 7, 8, 9A, 12
Site Investigation and Planning To be completed in early 2026
AVA Inspections
To be completed within two months of site
investigations, weather permitting (anticipated for
Feb & March 2026)
Preliminary Analysis Results To be completed within two months of successful
inspections.
Draft Report To be completed within two months of completion of
analysis.
EXHIBIT C – COMPENSATION SCHEDULE
Pricing Terms for Invoicing: Lump Sum
Original Contract Value: $267,380.00
Amendment Value: $814,113
Not-to-Exceed Total Project Cost: $1,081,493
This project will be invoiced on a lump sum, percent complete basis based on the Cost Schedule
on the next page.
Task Unit Price Units Fee
Project Management $56,790
Pipeline Section 2
Preparatory Work, Data Review, and Planning $25,940
Field Reconnaissance Visits and Equipment Preparation $40,110
Internal Inspections $51,010
Data Evaluation and Technical Memorandum $30,450
Subtotal $147,499
Pipeline Section 7, 8, 9A, 12
Site Investigation and Planning Lump Sum $71,530
AVA Inspection $9/ft 45,417 ft $408,753
Analysis and Reporting Lump Sum $129,530
Subtotal $609,813
Total $814,113
Proposal Option
This Proposal can be amended to include additional work upon joint approval by the City and
RJN.