Loading...
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