HomeMy WebLinkAbout64-92 RESOLUTION•
•
•
RESOLUTION NO. 64-92
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE AN ENGINEERING CONTRACT WITH
RJN ENVIRONMENTAL ASSOCIATES, INC. IN THE
AMOUNT OF $255,000 PLUS A CONTINGENCY AMOUNT
OF $25,500 FOR WORK IN CONNECTION WITH SEWER
REHABILITATION IN THE WILSON PARK AREA.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby
authorized and directed to execute an engineering contract with RJN
Environmental Associates, Inc. in the amount of $255,000 plus a
contingency amount of $25,500 for work in connection with sewer
rehabilitation in the Wilson Park area. A copy of the contract
authorized for execution hereby is attached hereto marked Exhibit
"A" and made a part hereof.
PASSED AND APPROVED this 21st day of April , 1992.
ATTEST: '`/�
By: C'it y�Cler..,
ity ClerW%
APPROVED:
Ma�
By:
•
AGREEMENT
CITY OF FAYETTEVILLE, ARKANSAS
AND
RJN ENVIRONMENTAL ASSOCIATES, INC.
THIS AGREEMENT made this Xct day of, 1992 by
and between the City of Fayetteville, hereinaft r called OWNER
and RJN ENVIRONMENTAL ASSOCIATES, INC., hereinafter called
ENGINEER.
WHEREAS, the ENGINEER has conducted a. Sewer System Study for
the Illinois River Watershed and identified needed improvements
to the Sewer System.
NOW, therefore, the OWNER hereby engages the ENGINEER to
provide the following professional services as set forth in this
agreement. Services will be performed by the ENGINEER with
McClelland Consulting Engineers, Inc. of Fayetteville, Arkansas
as a subconsultant.
Section I - Basic Services of ENGINEER
The ENGINEER agrees to furnish and perform various
professional engineering services related to improvements to the
Sewer System in the Illinois River Watershed.
Services include engineering design, resident engineering,
and post -rehabilitation flow monitoring for sewer improvements to
City sewers located in the Wilson Park Area which consists of
Basin 10 and Basin 11 as defined in the ENGINEER's Report to the
City of March 1992. Extent of improvements are described in the
ENGINEER's Report and further delineated in Exhibit A of this
Agreement. Services for this Agreement are also described in
Exhibit A.
Section II - Future Services for ENGINEER
The ENGINEER is available to furnish and perform, under a
separately negotiated agreement, future engineering services as
desired and authorized by OWNER for additional planning work,
design, construction, and testing with respect to extensions of
this Project or others.
March 27, 1992 1
•
AGREEMENT (Cont.)
Section III - OWNER's Responsibility
Mr. Don Bunn, P.E., or other designee of the City of
Fayetteville shall be the OWNER's Representative, and is
authorized to act with authority on behalf of the OWNER with
respect to all work tasks of the Project for which services are
to be rendered by the ENGINEER.
As responsible agent and beneficiary of the Project, the
OWNER's responsibilities shall include the following:
1. Assist ENGINEER by placing at his disposal all
available information pertinent to the Project
including maps, records, and any other data relative to
the ENGINEER's services.
2. Furnish to ENGINEER, as required for performance of
ENGINEER's Basic Services, except to the extent
provided by the ENGINEER's Basic Services, data
prepared by or services of others, including without
limitations any previous plans for the sewer system,
maps, and other special data or consultations not
covered in ENGINEER's Basic Services; all of which
ENGINEER may rely upon in performing his services.
3. Arrange for access to and make all provisions for
ENGINEER to enter upon public property, public
easements, private property as possible, as required
for ENGINEER to perform his services.
4. Examine studies, reports, sketches, drawings,
specifications, proposals and other documents presented
by ENGINEER, obtain advice of any attorney, insurance
counselor and other consultants as OWNER deems
appropriate for such examination and render in writing
decisions pertaining thereto within a reasonable time
so as not to delay the services of ENGINEER.
5. Provide such accounting, independent cost estimating,
and insurance counseling services as may be necessary
for the Project, such legal services as OWNER may
require or ENGINEER may reasonable request with regard
to legal issues pertaining to the Project.
6. Give prompt written notice to ENGINEER whenever OWNER
observes or otherwise becomes aware of any development
that affects the scope or timing of ENGINEER's
services.
7. Bear all costs of advertising the construction bid
request.
March 27, 1992 2
•
•
AGREEMENT (Cont.)
1
8. Perform all negotiations related to obtaining
easements, permits, and licensing agreements for the
project.
9. Provide copies of all available as -built records for
sewer lines in project area.
10. Bear all costs incident to compliance with the
requirements of this Section III.
Section IV - Schedule of Service
The schedule of services is described in Exhibit B attached
hereto..
The work described shall be carried out as expeditiously as
weather and other physical conditions permit. The ENGINEER shall
not be liable to the OWNER, if delayed in, or prevented from
performing the work as specified herein through any cause or
causes beyond the control of the ENGINEER, and not caused by his
own fault or negligence including acts of God, or the public
enemy, inclement weather conditions, acts, regulations, or
decisions of the Government or regulatory authorities after the
effective date of this Agreement, fires, floods, epidemics,
strikes, jurisdictional disputes, lockouts, and freight
embargoes
Section V - Fees and Payments
Compensation to the ENGINEER by the OWNER for work set forth
in this Agreement will not exceed $255,000 without prior written
approval of the OWNER. Compensation to the ENGINEER shall be as
detailed in Exhibit C.
Payments to the ENGINEER shall be made monthly upon receipt
of the combined status report and invoice to be submitted to the
OWNER by the ENGINEER. Invoices shall be due and payable to the
ENGINEER within thirty (30) days of each billing.
Section VI - General Considerations
Standards of Performance
The ENGINEER shall perform all services under this Agreement
in accordance with the standards of the engineering profession.
March 27, 1992 3
•
AGREEMENT (Cont.)
Estimate of Probable Cost
Since the ENGINEER has no control over the cost of labor,
materials, or equipment, or over the contractor's method of
determining prices, or over competitive bidding or market
conditions, his opinions of preliminary or probable construction
cost or total project cost provided for herein are to be made on
the basis of his experience and qualifications. These opinions
represent his best judgement as an experienced and qualified
professional engineer. However, the ENGINEER cannot and does not
guarantee that actual project cost will not vary from opinions of
cost by him.
Reuse of Documents
All data and documents including drawings, forms, computer
programs, and specifications furnished by the ENGINEER pursuant
to this Agreement are instruments of service with respect to the
Project. They are not intended or represented to be suitable for
reuse by the OWNER or others on extensions of this Project or on
any other project. Any reuse without written verification or
adaptation by the ENGINEER will be at the OWNER's sole risk and
without liability or legal exposure to the ENGINEER.
Verification or adaptation by the ENGINEER may entitle ENGINEER
to further compensation at a rate agreed upon by the OWNER and
the ENGINEER.
Termination of Services
This Agreement may be terminated by either party in the
event of substantial failure. Termination may not be effected
unless the other party is given not less than ten (10) days
written notice (delivered by certified mail, return receipt
requested) or intent to terminate and an opportunity for
consultation with the terminating party.
Upon receipt of a termination action, the ENGINEER shall
promptly discontinue all services affected (unless the notice
directs otherwise) and deliver or otherwise make available to the
OWNER (subject to "Reuse of Documents" provisions) all data,
other information and materials accumulated by the ENGINEER in
performing this Agreement, whether completed or in process. The
OWNER shall compensate the ENGINEER for any termination
settlement costs the ENGINEER incurs related to commitments which
had become firm prior to the termination.
March 27, 1992 4
•
•
AGREEMENT (Cont.)
Controlling Law and Disputes
•
If any of the provisions of this Agreement are invalid under
any applicable statute or rule of law, they are, to that extent,
deemed omitted. This Agreement shall be governed by the laws of
the State of Arkansas.
Successors and Assigns
The OWNER and the ENGINEER each binds itself and its
partners, successors, executors, administrators, assigns and
legal representatives of such other party, in respect to all
covenants, agreements and obligations of this Agreement.
Neither the OWNER nor the ENGINEER shall assign, sublet or
transfer any rights under or interest in (including, but without
limitation, moneys that may become due or moneys that are due)
this Agreement without the written consent of the other, and
except to the extent that the effect of this limitation may be
restricted by law. Unless specifically stated to the contrary in
any written consent to an assignment, no assignment will release
this Agreement. Nothing contained in this paragraph shall
prevent the ENGINEER from employing such independent consultants,
associates, and subcontractors as he may deem appropriate to
assist him in the performance of services hereunder. Nothing
herein shall be construed to give any rights or benefits
hereunder to anyone other than the OWNER and the ENGINEER.
Insurance
ENGINEER shall procure and maintain insurance for protection
from claims under Workers' Compensation Acts, claims for damages
because of bodily injury including personal injury, sickness, or
disease or death of any and all employees or of any person other
than such employees, and from claims or damage because of injury
to or destruction of property including loss of use resulting
therefrom. ENGINEER shall procure and maintain professional
liability insurance for protection from claims arising out of
performance of professional services caused by any negligent
error, omission or act for which the insured is legally liable;
and certification indicating that such insurance is in effect
will be submitted to the OWNER within three (3) days of Agreement
execution by both parties. Certificates shall provide for not
less than 30 days prior notice to the ENGINEER of any
cancellations or in the amount of coverage in the policies for
the ENGINEER.
March 27, 1992 5
•
AGREEMENT (Cont.)
IN WITNESS THEREOF, the parties hereto have caused this
Agreement to be executed and their seals to be hereto affixed,
this J/—h day of , 1992.
For the OWNER:
OF F YETT EVI7.J�F,
ame
Title
ATTE e
q/�
livi` r NA940,.,., For the ENGINEER:
RJN ENVIRONMENTAL ASSOCIATES, INC.
M /lD
Attachments:
Name
Title
Exhibit A - Work Plan
Exhibit B - Work Schedule
Exhibit C - Summary of Costs
March 27, 1992 6
EXHIBIT A
SCOPE OF SERVICES
CITY OF FAYETTEVILLE
ILLINOIS RIVER WATERSHED
The scope of services consists of engineering design,
bidding, resident engineering, and post -rehabilitation flow
monitoring for sewer system improvements in Basin 10 and Basin 11
of the Illinois River Watershed as referred to by the City of
Fayetteville. The extent of approved improvements are described
in the ENGINEER's Report to the City of Fayetteville of March,
1992. The improvements are for flow reduction repairs and
maintenance related repairs and are summarized in Table 1.
Phase I - Basic Design
Basic Design Services for (Public Sector) Improvements in
Table 1.
1. Perform Project Initiation Activities.
2. Perform general administration and project management
including meetings with City staff as necessary.
3. Procure subcontractors for such work as aerial
photography.
4. Review selective computer output reports for
infiltration and inflow sources to be rehabilitated,
sewer line maintenance items, and sewer line
replacement.
5. Perform sewer profile leveling and site inspections for
sewer replacement.
6. Investigate public utility locations.
7. Evaluate pipe repair alternatives including pipe
replacement and lining options if necessary because of
site conditions.
8. Evaluate site specific manhole repair alternatives
including cover type, grade adjustment, sealing
techniques, and manhole interior repairs.
March 27, 1992 A-1
•
•
•
Exhibit A (Cont.)
•
9 Provide the City with the technical information for
location of the easements, if any, required for
construction of the project. Information to include
width and general location of the easements, and
distances from the property lines. Property line
information shall be obtained from existing maps
provided by the City to the ENGINEER.
10. Prepare contract design drawings for I/I
rehabilitation, sewer replacement/relief and/or sewer
lining. Drawings shall indicate permanent and
temporary easements for construction based on
information supplied by City. Drawings shall include
but not be limited to: (1) Title Sheet/Drawing Index,
(2) Location Maps, (3) Schedule of Manhole
Rehabilitation, (4) Plan and Profile of Replacement and
Repair Line Segments, (5) Special Details, and (6)
General Details.
11. Using ENGINEER's basic 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.
12. Prepare ENGINEER's Opinion of Probable Construction
Cost by major items.
13. Submit two (2) copies of the draft plans and
specifications to the City for review.
14. Perform final changes to contract documents.
15. Submit five (5) copies of the final project drawings
and contract specifications to the City for review.
16. Assist the City in obtaining permit approvals from
regulatory authorities.
March 27, 1992 A-2
•
•
Exhibit A (Cont.)
Additional Services
1. Obtain typical soil boring data for replacement/relief
sewer locations, as required. Ten (10) locations are
estimated.
2. After approval by the City, the ENGINEER will prepare,
type, and issue legal description of easements. The
City will secure easements as necessary. A maximum of
twenty (20) easements are included.
3. Evaluate alternatives of constructing new lift station
in Wilson Park Area, upgrading of North Street Lift
Station, or constructing a new lift station to replace
existing North Street Lift Station. Based on results
of the evaluation design relief sewers under Basic
Services through Wilson Park as required.
4. Assistance in obtaining permit from Railroad, if
necessary, for relief sewer.
Phase II - Bidding
Bidding
1. Assist the City in advertising, obtaining, and
evaluating Bid Proposals for the construction contract
and awarding thereof. Provide assistance to the City
in responding to bidder inquiries during advertisement
of the construction contract, and participate in
project pre-bid conference. Provide and distribute
bidding documents and addendum. Non -refunded bid
deposits shall remain the property of the ENGINEER for
administrative, printing, and handling.
2. Assist the City in reviewing the bids for completeness
and accuracy. Develop bid tabulations and submit a
written recommendations of contract award to the City
along with five (5) copies of the bid tabulations.
3. Consult with and advise the City on the responsibility
and responsiveness of contractors, the acceptability of
subcontractors, substitute materials, and equipment
proposed by the project bidders.
March 27, 1992 A-3
•
•
•
•
Exhibit A (Cont.)
Phase III - Resident Engineering
Resident Engineering
1. Provide the successful bidder with three (3) sets of
the contract specifications for execution and the
insertion of the required insurance certificates.
Provide the successful bidder with five (5) sets of the
contract documents for construction purposes.
2. Assist the City in conducting a pre -construction
conference with the Contractor by notifying utilities,
governmental agencies, and other interested parties,
and answer questions at the conference.
3. Review shop drawings, scheduling, test results, and
other submittals which the Contractor is required to
submit.
4. Consult with City and act as the City's engineering
representative in dealings with the Contractor. Issue
instructions of City to Contractor and issue necessary
interpretations and clarification of the contract
specifications.
5. Provide engineering survey(s) for construction to
establish vertical reference points which are necessary
for the Contractor to construct the work. Coordinate
the taking of preconstruction photos and surface video
taping with the Contractor as necessary.
6. Provide resident observation for rehabilitation and
sewer replacement construction for general conformance
to the contract drawings and contract specifications.
Also provide resident observation of acceptance testing
and restoration work by the Contractor.
7. Provide sample, independent acceptance testing of
Contractor's sewer rehabilitation construction
techniques. Ten (10) locations are included.
8. Review and respond to any complaints received by City
and report any differences of opinion between the
Contractor, ENGINEER and complaining party.
9. Review applications for partial payment with the
Contractor for compliance with contract specifications
and submit to the City a recommendation for payment.
March 27, 1992 A-4
•
•
•
•
Exhibit A (Cont.)
10. Issue field orders to Contractor after consultation
with the City. Review any change orders proposed by the
Contractor and provide recommendations to the City.
11. Conduct an on-site review to determine if the project
is substantially complete and submit to the Contractor
a list of observed items requiring completion or
correction.
12. Conduct a final on-site review, in the company of the
City and Contractor, to verify the project is fully
complete. Submit a recommendation for final acceptance
of the project to the City.
13. Provide the City with one (1) set of record drawings on
reproducible double matt (4 mil) mylar and two (2) sets
of black line prints of the record drawings.
14. Provide the City with a report that summarizes I/I
sources that have been removed and listing of line
segments and their attributes that have been added.
15. ENGINEER is not responsible for the means or sequences
of the construction work or the implementation program
for safety of the construction contractor and
subcontractors and will be stipulated as such in the
contract documents.
phase IV - Post Rehabilitation Flow Monitoring
Post Rehabilitation Flow Monitoring
1. Perform flow monitoring on the collection system for a
maximum of 60 days at 2 locations. Locations will be
approximately the same as in ENGINEER's planning
report.
2. Perform analysis of flow data as compared to rainfall
events and report on the collection systems ability to
transport estimated flows generated during the design
storm event and compare results to those predicted in
the ENGINEER's planning report and work improvements
completed.
March 27, 1992 A-5
•
•
Major Repair Items
Manhole Repairs
•
Table 1
PHASE I
CITY OF FAYETTEVILLE
ILLINOIS RIVER WATERSHED
SUMMARY OF IMPROVEMENTS
Main Line Point Repairs
Estimated
Ouantity
•
Description
250 Consists of manhole cover
replacement, frame seal
repairs, frame adjustment
and manhole wall repair.
59 Repair of main sewer
defects.
Replacement/Relief Sewers 13,500 LF
March 27, 1992 A-6
Consists of complete
replacement/relief at
locations detailed in
Engineer's Report.
•
•
•
Exhibit B
AUTHORIZATION PROGRESS AND COMPLETION
The City and ENGINEER agree that the project is planned to be
completed according to the schedule below with anticipated Notice to
Proceed in late April, 1992.
Major Tasks
Draft Plans/Specifications
Final Plans/Specifications
Months from Notice to Proceed
Phase I
4
5 (Assumed 2 week
review time by City
Staff)
Bidding and Award 6 (Estimated)
Construction 11 (Estimated)
Flow Monitoring 14 (Estimated)
The ENGINEER shall employ manpower and other resources and use
professional skill and diligence to meet the schedule; however, he
shall not be responsible for schedule delays resulting from conditions
beyond his control. With mutual agreement, the City and the ENGINEER
may modify the project schedule during the course of the project and
if such modifications affect the ENGINEER's compensation, it shall be
modified accordingly, subject to City Council approval.
For Special Services, the authorization by the City shall be in
writing and shall include the definition of the services to be
provided, the schedule for commencing and completing the services and
the basis for compensation therefore, all as agreed upon by the City
and ENGINEER in writing.
March 27, 1992 B-1
Phase
•
Exhibit C
SUMMARY OF COSTS
CITY OF FAYETTEVILLE
ILLINOIS RIVER WATERSHED
BASIN 10 AND BASIN 11 SEWER IMPROVEMENTS
Description
Unit
Cost
Cost
I. Design
1. Basic Design Services
A. Basin 10 and Basin 11 Design
B . Relief Sewer to North Street
Lift Station
2. Additional Design Services
A. Geotechnical Investigations
(10 Borings)
B . Easement Survey
(20 Easements)
C. Lift Station Evaluation
D . Railroad Permit
II. Bidding
III. Resident Engineering (based on 2,064
manhours and a construction period of four
calendar months)
IV. Post -Rehabilitation Flow Monitoring/Report
(2 locations for 60 days)
Total Not -To -Exceed
L.S.
L.S.
$200/Ea
$350/Ea
L.S.
L.S.
L.S.
T&MJ
L.S.
$113,700
6,600
2,000
7,000
3,000
2,000
5,200
105,000
10,500
$255,000
J To be performed on a time and expense basis. Personnel charge out
rates are Principal ($113/hr), Senior Engineer ($76/hr), Project
Engineer ($65/hr), Draftsperson ($45/hr), Construction Resident
Observer ($45/hr), Field Survey Leader ($42/hr), Field Technician
($29/hr), Office/Clerical ($29/hr).
March 27, 1992 C-1
•
•
Task Wo
(
Task Description
•
RJN ENVIRONMENTAL ASSOCIATES, INC.
ESTIMATED LEVEL OF EFFORT AND COST 03/27/92
ILLIN01S RIVER WATERSHED IMPROVEMENTS
CITY OF FAYETTEVILLE
] ( • Class Code • 7 Total Total
PR SE PE DP RE FS FT OT/CL Hours Cost
] ( •Hours• ] ( 7 ( 7
Phase I - Basic Design Services
1. Project .Initiation 2 8 12 0 0 0 0 8 30 $1,846
2. Project Mgmt./Meetings 16 48 24 0 0 0 0 16 104 $7,480
3. Relief Sewer Design
A. Basin 10 8 11 Relief and 6 48 108 340 0 100 100 6 708 $33,920
Replacement
B. North St. Relief 2 8 24 60 0 20 20 2 136 $6,572
4. Manhole Rehabilitation 4 8 40 40 0 60 0 16 220 58,444
5. Main Line Repairs 8 22 72 360 0 136 128 8 734 $33,112
6. Specifications 4 22 60 4 0 0 0 80 170 58,524
7. Cost Estimates 2 8 16 0 0 0 0 8 34 $2,106
8. Permits -State 0 4 8 4 0 0 0 8 24 51,236
9. Design Review 4 8 16 0 0 0 0 0 28 $2,100
10. Project Completion 6 16 24 32 0 0 0 8 86 $5,126
Other Direct Costs
Aerial Photographs $2,000
Per Diem 52,800
Printing and Postage $1,000
Field Supplies 5500
Mileage/Rental Car 51,500
Airfare $2,000
Total Phase I Basic Services 54 200 404 840 0 316 248 160 2274 $120,266
Additional Services
Geotechnical Investigations (10 a 5200/EA) $2,000
Easement Survey (20 a 5350/EA) 57,000
Pump Station Evaluation 53,000
Permits (Railroad) $2,000
Total Additional Services 514,000
Phase II - Bidding Assistance
2 12 40 0 0 0 0 8 62 $5,270
Phase III - Resident Engineering
Estimated for 4 Month Constuction 6 66 254 42 1496 80 80 40 2064 5105,000
Period
Phase IV - Post Rehabilitation Flow Monitoring $10,500
PR = Principal PE = Project Engineer
SE = Senior Engineer DP = Draftsperson
RE = Resident Observer FT = Field Technician
FS = Field Survey Leader OT/CL = Office Tech/Clerical
•
0\P . L @12 41,51‘).SN
(2 -14,44 -0 -
Amendment No. 1
ICP 3Tt ED
t`1- y -a3-13
WHEREAS, on the twenty first day of April, 1992 the City
of Fayetteville, Arkansas (Owner) and RJN Environmental
Associates, Inc. (Engineer) made and entered into a contract
for Engineer to provide engineering services related to
conducting sewer system rehabilitation in the Wilson Park Area
(Basins 10 and 11) of the Illinois River Watershed.
WHEREAS, it has become necessary to amend the contract,
Exhibit B - AUTHORIZATION PROGRESS AND COMPLETION, and Exhibit
C - SUMMARY OF COSTS, due to re -bid of the project.
WHEREAS, RJN Environmental Associates, Inc. desires to
amend said contract, Exhibit B, so as to add the following
Major Task to the completion schedule:
Re -Bidding and Award 12 (estimated)
and change the number of months as follows:
Construction 19 (estimated)
Flow Monitoring 22 (estimated)
WHEREAS, RJN Environmental Associates,
amend said contract, Exhibit C, so as to add
item:
II. (A) Re -Bidding T&MY
and change the Total
$260,200.
Inc. desires to
the following
Not -To -Exceed Cost from $255,000 to
Amended Exhibits B and C are attached.
$5,200
The contract entered into on April 21, 1992 is hereby
amended by adding re -bidding to the Contract.
All other provisions, covenants, recitals, terms and
conditions of the Contract, which are not expressly amended
herein, shall remain in full force and effect.
IN WITNESS WHEREOF, the parties have executed this
rg.g eement in triplicate originals on this date, the 2S J day of
, A.D. 1993.
Owner Engineer
City of Faa ettev lle, Arkansas RJN Environmental Associates, Inc.
By j// By ��V "/ /+� ./444)
Title 403/4u` Title N4vo2u4..
Date /143 jai"
/) Date t27w.L /6 //1 3
Attest U jai"a4i Attest
Exhibit B'
AUTHORIZATION PROGRESS AND COMPLETION
The City and ENGINEER agree that the project is planned to be
completed according to the schedule below with anticipated Notice to
Proceed in late April, 1992.
Major Tasks
Draft Plans/Specifications
Final Plans/Specifications
Months from Notice to Proceed
Phase I
4
5 (Assumed 2 week
review time by City
Staff)
Bidding and Award 6 (Estimated)
Re -Bidding and Award 12 (Estimated)
Construction 19 (Estimated)
Flow Monitoring 22 (Estimated)
The ENGINEER shall employ manpower and other resources and use
professional skill and diligence to meet the schedule; however, he
shall not be responsible for schedule delays resulting from conditions
beyond his control. With mutual agreement, the City and the ENGINEER
may modify the project schedule during the course of the project and
if such modifications affect the ENGINEER's compensation, it shall be
modified accordingly, subject to City Council approval.
For Special Services, the authorization by the City shall be in
writing and shall include the definition of the services to be
provided, the schedule for commencing and completing the services and
the basis for compensation therefore, all as agreed upon by the City
and ENGINEER in writing.
April 16, 1993 (Amended Date)
March 27, 1992 B-2
•
Phase
•
•
Exhibit C
SUMMARY OF COSTS
CITY OF FAYETTEVILLE
ILLINOIS RIVER WATERSHED
BASIN 10 AND BASIN 11 SEWER IMPROVEMENTS
Description
Unit
Cost
Cost
I.
Design
1. Basin Design Services
A. Basin 10 and Basin 11 Design
B . Relief Sewer to North Street
Lift Station
2 Additional Design Services
A. Geotechnical Investigations
(10 Borings)
B . Easement Survey
(20 Easements)
C. Lift Station Evaluation
D . Railroad Permit
II. Bidding
II.(A) Re -Bidding
III. Resident Engineering (based on 2,064
manhours and a construction period of four
calendar months)
IV. Post -Rehabilitation Flow Monitoring/Report
(2 locations for 60 days)
Total Not -To -Exceed
L .S.
L .S.
$200/Ea
$350/Ea
L .S.
L .S.
L .S.
T&Ml'
T&M1'
L .S.
$113,700
6,600
2,000
7,000
3,000
2,000
5,200
5,200
105,000
10,500
$260,200
1/ To be performed on a time and expense basis. Personnel charge out
rates are Principal ($113/hr), Senior Engineer ($76/hr), Project
Engineer ($65/hr), Draftsperson ($45/hr), Construction Resident
Observer ($45/hr), Field Survey Leader ($42/hr), Field Technician
($29/hr), Office/Clerical ($29/hr).
April 16, 1993 (Amended Date)
March 27, 1992 C-1
•
/.0.4--S Cf/J--,-e9 c ,
p. �
�=P s .- NA- - Sa- -
,o r 11
%d ailtrid / Amendment No.11
Li ----3-6i3
WHEREAS, on the twenty first day of April, 1992 the City
of Fayetteville, Arkansas (Owner) and RJN Environmental
Associates, Inc. (Engineer) made and entered into a contract
for Engineer to provide engineering services related to
conducting sewer system rehabilitation in the Wilson Park Area
(Basins 10 and 11) of the Illinois River Watershed.
MICROFILMED
WHEREAS, it has become necessary to amend the contract,
Exhibit B - AUTHORIZATION PROGRESS AND COMPLETION, and Exhibit
C - SUMMARY OF COSTS, due to re -bid of the project.
WHEREAS, RJN Environmental Associates, Inc. desires to
amend said contract, Exhibit B, so as to add the following
Major Task to the completion schedule:
Re -Bidding and Award 12 (estimated)
and change the number of months as follows:
Construction 19 (estimated)
Flow Monitoring 22 (estimated)
WHEREAS, RJN Environmental Associates, Inc.
amend said contract, Exhibit C, so as to add the
item:
II. (A) Re -Bidding T&M!'
desires to
following
and change the Total Not -To -Exceed Cost from $255,000
$260,200.
Amended Exhibits B and C are attached.
to
$5,200
The contract entered into on April 21, 1992 is hereby
amended by adding re -bidding to the Contract.
All other provisions, covenants, recitals, terms and
conditions of the Contract, which are not expressly amended
herein, shall remain in full force and effect.
IN WITNESS WHEREOF, the parties have executed this
agreement in triplicate originals on this date, the cg day of
Y , A.D. 1993.
Owner Engineer
City of Fa ettevil,le, Arkansas RJN Environmental Associates, Inc.
By
Title
Date
*.Attest
By
Title
Date
Attest
pie /G , /413