HomeMy WebLinkAbout29-94 RESOLUTION• •
RESOI UTION NO. 29-94
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A CONTRACT IN THE AMOUNT OF
$368,040. PLUS A l07c CONTINGENCY OF $36,804 WITH
RJN ENVIRONMENTAL ASSOCIATES. INC. FOR
ENGINEERING SERVICES FOR THE RFPI ACEMENT AND
REHABILI IA I1ON OF SANITARY SEWER MAIN
MINISYSTEM 18 BIC.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Council hereby authorizes the Mayor and City Clerk to execute
a contract in the amount of $368,040, plus a 10% contingency of $36,804 with RJN
Environmental Associates Inc. for engineering services in the replacement and rehabilitation of
sanitary sewer main Minisystem 18 BIC. A copy of the contract is attached hereto marked
Exhibit "A" and made a pari hereof.
PASSED AND APPROVED this 1st day of March . 1994.
APPROVED:
By: c's
Fired Hanna, Mayor
ATI EST.
By:u• y
Sherry L Thomas. City Clerk
•
•
• •
AGREEMENT
CITY OF FAYETTEVILLE, ARKANSAS
AND
RJN GROUP, INC.
DALLAS, TEXAS
THIS AGREEMENT made this hit day of MILAILAL , 1994 by
and between the City of Fayetteville, hereinafter called OWNER
and RJN GROUP, INC., Dallas, Texas hereinafter called ENGINEER.
WHEREAS, the OWNER has conducted a Sewer System Study for
the White 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.
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 Mini System 18 B/C of the White River Watershed.
Services shall include preliminary engineering design, final
engineering design, resident engineering, and post -rehabilitation
flow monitoring for sewer improvements to City sewers located in
the Mini System 18 B/C as defined in the OWNER's Consultant's
Report to the City of February 1991. Extent of improvements are
described in the OWNER's Consultant's Report and further
delineated in Exhibit A of this Contract. Services for this
contract 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.
January 28, 1994 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, TV
tapes, field forms, 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 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.
January 28, 1994 2
•
•
• 1•
AGREEMENT (Cont.)
•
7. Bear all costs of advertising the construction bid
request.
8. Provide copies of all available as -built records for
sewer lines in study area
9. Location and exposure of missing or buried manholes as
needed.
10. Perform flow meter servicing on a weekly basis and
provide flow data to ENGINEER in a timely manner. City
shall also provide to the ENGINEER a meter maintenance
log that gives the manual depth and velocity readings
versus the metered depth and velocity readings.
11. Provide any water and water meters necessary for field
inspection activities at no cost to the ENGINEER.
12. Should the City elect to provide field support
personnel during the manhole inspection and resident
engineering activities, the City agrees to provide the
same personnel throughout the project, to the greatest
extent possible.
13. Service the pump station event recorder at the North
Street Lift Station on a weekly basis and provide the
data to the ENGINEER in a timely manner. The ENGINEER
shall provide training to the City staff in the proper
operation of the event recorder.
14. 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.
January 28, 1994 3
•
1
• •
AGREEMENT (Cont.)
Section V - Fees and Payments
•
•
Compensation to the ENGINEER by the OWNER for work set forth
in this Agreement will not exceed $368,040.00 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.
It is understood that the estimated level of effort and cost
for Final Engineering Design and Construction Resident
Engineering are estimated based on the Phase I recommendations
contained in the 1991 report prepared by the City's Consultant.
The estimated level of effort and cost may need to be reestimated
at the completion of the Preliminary Design Study, should the
actual level of rehabilitation and/or relief differ substantially
from those given in Exhibit A, Table 1, hereto and made part of
this Agreement. The estimated cost for Resident Engineering
Services may also need to be modified at the completion of final
engineering design should the extent of construction differ
substantially from those given in Exhibit A, Table 1.
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.
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.
January 28, 1994 4
•
• •
AGREEMENT (Cont.)
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) of
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.
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
partners, successors,
legal representatives
covenants, agreements
ENGINEER each binds itself and its
executors, administrators, assigns and
of such other party, in respect to all
and obligations of this Agreement.
January 28, 1994 5
•
•
• •
•
•
AGREEMENT (Cont.)
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 contract
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.
January 28, 1994 6
•
•
• •
AGREEMENT (Cont.)
IN WITNESS THEREOF, the parties hereto have caused this
Agreement to be executed and their seals to be hereto affixed,
this i4 day of t , 1994.
For the OWNER:
CITY 9F F7ETTEVILLE
NamO
Title
Attachments:
For the ENGINEER:
RJN GROUP, INC.
in ak >
Nam
014447-u•tAt
Title
Exhibit A - Work Plan
Exhibit B - Work Schedule
Exhibit C - Compensation Schedule
January 28, 1994 7
•
•
• •
EXHIBIT A
SCOPE OF SERVICES
CITY OF FAYETTEVILLE
MINI SYSTEM 18 B/C SEWER IMPROVEMENTS
•
This section is a detailed description of the Work Plan that
would be implemented for this project. Specific Work items were
developed based on our understanding of the project needs, our
familiarity with the City of Fayetteville's Wastewater Collection
System, and our experience with many similar projects.
The Mini System 18 B/C Wastewater Collection System contains
approximately 83,000 L.F. of sewer and 350 manholes. A Sewer
System Study of Mini System 18 B/C was conducted in 1989 and 1991
by a Consultant retained by the City of Fayetteville. The Sewer
System Study included flow monitoring, physical inspection, smoke
testing, and television inspection. The final report of the
Sewer System Study dated February, 1991 contained recommendations
for Phase I, Phase II, and Phased III sewer improvements to
reduce the I/I entering the wastewater collection system. The
Work Plan for this project includes preliminary design services
to develop a plan to reduce the occurrence of overflowing
manholes in Mini System 18 B/C and final design of the Phase I
sewer improvements as described in the 1991 report.
Work Plan
Major phases of the Work Plan are listed below with work
item details shown on the following pages.
Item I -
Item
Item
Item
Item
Project Initialization, Administration, and
Management
Preliminary Design
Final Engineering Design
Resident Engineering
Post Rehabilitation Flow Monitoring
The Work Plan for the City of Fayetteville includes all the
necessary engineering, planning, and survey work for developing
an Overflow Elimination Plan in Mini System 18 B/C.
I. Project Administration and Management
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.
A-1
•
•
• •
EXHIBIT A (Cont.)
II. Preliminary Design
Preliminary design services consists of determination of
system flows, analysis of system hydraulic capacity, inspection
of existing manholes to determine rehabilitation requirements,
quantification of identified I/I sources to project the level of
I/I reduction achievable, and data analysis to evaluate the
impact of the Phase I Improvements.
The purpose of wastewater flow analysis will be to determine
system flows during dry -weather and wet -weather conditions. It
is the ENGINEER's intent to utilize the City's Permanent Flow
Metering Stations at the outlets of Mini System 18 B/C (2), Mini
System 18 A (1), and Mini System 2 (1). The ENGINEER shall
install a pump station event recorder at the North Street Lift
Station. The City will furnish rainfall data from the City's
rain gauge network.
A hydraulic computer model will be developed to analyze the
systems capacity to transport peak wet -weather flow and to
evaluate the impact of anticipated I/I Reduction. Information
from the City's existing record drawings and computer model will
be used where possible. Additional information will be obtained
from field surveys as necessary.
Inspection of existing manholes will be performed to
determine the extent of required rehabilitation and to quantify
I/I rates from manhole defects.
Information from the previous Sewer System Study of Mini
System 18 B/C conducted by McGoodwin, Williams, and Yates, Inc.
will be analyzed to determine the inflow rates from identified
sources during the previous study. The quantified inflow rates
from the previous study will be combined with the results of the
manhole inspections activities to project the total identified
inflow rates. The identified inflow rates will then be compared
with the results of the wastewater flow analysis to determine if
further investigations are required to identify additional inflow
sources.
The preliminary design services are further described in the
following sections.
A. Wastewater Flow Monitoring and Analysis
1. Install pump station event recorder at the North Street
Lift Station.
2 Calibrate the North Street Lift Station to determine
existing pumping capacity.
3. Tabulate rainfall data provided by the City.
A-2
•
•
• •
EXHIBIT A (Cont.)
•
4 Provide calibration of the existing permanent flow
metering stations in Mini System 18 B/C, Mini System
18A, and Mini System 2. It is anticipated that the
City will service the existing flow meters on a weekly
basis and provide the information to the ENGINEER in a
timely manner. The ENGINEER will provide qualified
field personnel to evaluate and calibrate each
monitoring site. It is anticipated that the metering
stations will be evaluated by the ENGINEER a total of
three times during the course of the project.
5. Analyze flow data from the existing metering station
and from the North Street Lift Station to determine the
following:
a. Average daily dry -weather flow and peaking factors.
b. Peak infiltration rates if possible.
c. Peak inflow rates for selected rainfall events and
establish the relationship between peak inflow and
rainfall (Q vs i) for each metering site.
B. Analysis of System Hydraulic Capacity
1. Obtain preliminary sewer segment distances, sewer
diameter, sewer slopes, and available invert elevations
from City's existing computer model.
2. Perform elevations survey of all 15 -inch diameter and
larger sewers. For the purpose of the cost estimate,
it is estimated that 16,000 L.F. will require a field
survey. Minimum pipe slope will be used for 12 -inch
diameter and smaller sewers except for critical
capacity sewers.
3. Fill out Hydraulic Network Forms for all City Main and
collector sewers and input to ENGINEER's computer
system.
4. Calibrate the hydraulic model based on the results of
field investigation activities and flow data analysis.
C. Below Ground Manhole/Visual Pipe Inspections
1. Perform comprehensive internal manhole and visual pipe
inspection for manholes in Mini System 18 B/C. The
ENGINEER shall commit a minimum of 15 minutes to
searching for manholes in order for manholes to be
counted for payment. The ENGINEER shall notify the
City of any inaccessible or unlocated manholes. Any
A-3
•
•
• •
EXHIBIT A (Cont.)
manholes exposed or made accessible by the City within
30 days following notification by the ENGINEER will be
inspected at no additional cost to the City.
2. Input below ground/visual pipe inspection data to the
ENGINEER' computer system, assign I/I flow rates, and
obtain output reports for I/I sources and I/I
rehabilitation costs.
D. I/I Source Ouantification
1. Review previous Sewer System Study Report and quantify
identified inflow source flow rates where possible.
2. Perform dyed water flooding test on selected inflow
sources identified during the 1991 study to determine
nature of defect and potential flow rates. For the
purpose of the cost proposal, it is estimated that ten
(10) tests will be required.
3. Combine the projected flow rates from the previous
study and the projected flow rates from the manhole
inspection program and compare to results of the
wastewater flow analysis. Determine the level of
identified inflow versus monitored inflow.
E. Data Analysis and Report
1 Perform hydraulic analysis at base flow or dry -weather
conditions.
2 Perform hydraulic analysis at wet -weather condition at
one (1) storm for existing condition (no rehabilitation
or relief sewers).
3 Perform hydraulic analysis at wet -weather condition
simulating the removal of all identified inflow
sources. Determine relief sewer requirements based on
the anticipated I/I reduction and future upgrade of the
North Street Lift Station.
4. Based on the results of the flow data analysis and
inflow source quantification balancing, determine if
additional field investigations may be required to
identify additional inflow sources.
5. Prepare brief letter report detailing the results of
the preliminary design activities. The report will
also include recommendation for any additional
investigation, if required. Submit five copies of the
report to the City.
A-4
•
•
•
EXHIBIT A (Cont.)
III. Final Engineering Design/Bidding Assistance
A. Final Engineering Design
1. Manhole Rehabilitation Design
•
a. Review selective computer output reports from
the Manhole Inspection Program to determine
I/I sources to be rehabilitated.
b. Evaluate site specific manhole repair
alternatives including cover type, grade
adjustments, sealing techniques, manhole
interior repairs, and/or manhole replacement.
c. Using ENGINEER's basic specifications, prepare
project specifications which shall include but
not be limited to: (1) bidding documents, (2)
contractural documents, (3) conditions of the
contract, (4) standard project forms, (5)
technical specifications, (6) Schedule of
Manhole Rehabilitation, (7) Location Map
and(8) General Details.
d. Prepare ENGINEER's Opinion of Probable
Construction Cost.
e. Submit two (2) copies
documents to the City
f. Perform final changes
based on City review.
Submit two (2) copies of the
documents to the City.
g•
of the draft contract
for review.
to contract documents
2. Sewer Line Rehabilitation
final contract
a. Review the 1991 Sewer System Report prepared
by McGoodwin, Williams, and Yates, Inc. to
determine the extent of sewer rehabilitation
included in the recommended Phase I
Improvements.
b. Review field inspection reports and television
inspection tapes provided by the City for
Phase I Improvement.
A-5
•
• •
EXHIBIT A (Cont.)
•
c. Based on the results of the hydraulic capacity
analysis, evaluate the options of providing a
gravity relief sewer or extension of the
existing force main to transport the peak flow
from the North Street Lift Station. The
evaluation will be based on the future
capacity of the North Street Lift Station.
d . Perform sewer profile leveling and site
inspections for sewer replacement, repairs,
and relief sewer construction.
e. Investigate public utility locations.
f . Evaluate pipe repair alternatives including
pipe replacement and lining options if
necessary because of site conditions.
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.
h . 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) Plan and Profile of
Replacement and Repair Line Segments, (4)
Special Details, and (5) General Details.
i. 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.
Prepare ENGINEER's Opinion of Probable
Construction Cost by major items.
k. Submit two (2) copies of the draft plans and
specifications to the City for review.
g•
j.
1. Perform final changes to contract documents.
A-6
•
•
• •
EXHIBIT A (Cont.)
•
•
m. Submit two (2) copies of the final project
drawings and contract specifications to the
City.
n. Assist the City in obtaining permit approvals
from regulatory authorities.
B. Additional Final Design 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. Assistance in obtaining permit from Railroad,
Highway, and any other state permits, if
necessary, for relief sewer.
C. Bidding Assistance
For the purpose of the cost proposal, it is anticipated
that two (2) construction contracts will be bid. The first
bidding phase shall include Manhole Rehabilitation while the
second project shall include sewer line construction and repairs.
The following services are included for both bidding phases.
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.
A-7
•
•
• •
EXHIBIT A (Cont.)
•
•
IV. Resident Engineering
For the purpose of the cost estimate, it is anticipated
that the ENGINEER will provide resident engineering services for
both construction projects.
A. 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 submittal 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 horizontal and vertical reference points
which are necessary for the Contractor to
construct the work. Coordinated 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) location are included.
8. Review and respond to complaints received by City
and report any differences of opinion between the
Contractor, ENGINEER and complaining party.
A-8
•
• •
•
•
EXHIBIT A (Cont.)
9. Review applications for partial payment with the
Contractor for compliance with contract
specifications and submit to the City a
recommendation for payment.
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
v. Post Rehabilitation Flow Monitoring
A. Perform flow monitoring on the collection system for a
maximum of 60 days at 5 locations. It is anticipated
that the City's permanent flow monitoring Stations will
be used where possible. Locations will be
approximately the same as in ENGINEER'S preliminary
design report.
B. 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 preliminary design report and work
improvements completed.
A-9
•
•
• •
EXHIBIT A (Cont.)
•
•
C. If the analysis indicates the project is not
substantially achieving the design performance based on
the results of the preliminary design study and
completion of optional services, the Engineer shall
conduct additional studies to determine the cause of
the non-performance and shall make recommendations for
bringing the system into compliance with the design
specifications and criteria.
Optional Services
Should the results of the preliminary design study indicate
that additional investigations are necessary to achieve the
desired level of I/I reduction, the ENGINEER is available to
furnish and perform future service as desired and authorized by
the City. These service may include, but not be limited to,
smoke testing and dyed water flooding activities to locate and
quantify additional inflow sources. These services would only be
initiated after written authorization by the City.
The optional services are further described in the following
sections:
A. Smoke Testing
1. Area resident inquiries will be handled by the City.
2. Distribute smoke notices prior to performing field
testing work in areas to be tested. Flyers will be
distributed no more than seven working days prior to
the actual performance of the smoke testing. If
weather conditions prevent smoke testing within this
time frame, flyers will be passed out again. Notices
will be provided by the ENGINEER.
3 Perform dual blower smoke testing with partial plugging
of all sewers.
4 Input smoke data computer files, obtain reports for
potential cross connections or main sewer defects and
develop recommendations for dyed water flooding.
Prepare and submit brief letter report detailing the
results of the smoke testing activities.
B. Dved Water Flooding
1. Select locations for dyed water flooding based
primarily on smoke testing results mental location
based on the map review and reconnaissance survey.
A-10
EXHIBIT A (Cont.)
2 Perform dyed water flooding on selective storm sewer
sections; suspected overflows, storm and ditch
sections, and other ponding areas in the public sector
that may be contributing to inflow.
3 Perform dyed water flooding in private sector (drains,
downspouts, etc.) with prior notification of the
resident.
4. Input dyed water data to computer to obtain reports for
cross connections and estimated flows.
C. Television Inspection
1. Should the smoke testing and/or dyed water testing
indicate the need for additional television inspection
provide a listing of sewer segments requiring
inspection to the City.
2. It is the intent of the City and Engineer that the City
would provide all labor and equipment necessary to
perform television inspection of selected sewer
segments,
3. Provide field personnel necessary to perform concurrent
dyed water flooding during television inspection
activities.
4. Review television inspection tapes provided by the
City.
A-11
Maior Repair Items
•
Table 1
Phase I
City of Fayetteville
Mini System 18 B/C
Summary of Improvements
Manhole Repairs
Main Line Point Repairs
Municipal Service Line
Repairs
Sewer Rehabilitation
Relief Sewers
Estimated
Quantity
•
•
Description
•
300 Consists of manhole cover
replacement, frame seal
repairs, frame adjustment
and manhole wall repair.
9 Repair of main sewer
defects as detailed in the
1991 report.
19 Repair of municipal
service line leaks as
detailed in the 1991
Phase I Recommendations.
10,000 LF1/
Consists of complete
replacement or lining of
sewer segments at
locations detailed in 1991
Phase I Recommendations.
9,500 Consists of relief sewer
Construction from the
North Street Lift Station
Force Main Outlet to the
Outlet of Mini System
18 B/C.
1/ Does not include all of the sewer segments recommended for air test
and seal in the Consultant's 1991 report. It is anticipated that
the quantity of sewer segments requiring rehabilitation may
increase or decrease based on the results of the preliminary design
study. It is the intent to rehabilitate only those sewer segments
that are contributing to overflows or that contain major structural
deficiencies that should be repaired to restore sewer system
integrity.
A-12
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 February, 1994.
Maior Tasks
Months from Notice to Proceed
Phase I
Preliminary Design Study 4
Draft Manhole Rehabilitation Plans/Specifications 3
Final Manhole Rehabilitation Plans/Specifications 4
Draft Sewer Line Rehabilitation Plans/Specifications 41/
Final Sewer Line Rehabilitation Plans/Specifications 51/
Bidding and Award
Manhole Rehabilitation 51/
Sewer Line Rehabilitation 51/
Construction
Manhole Rehabilitation 8
Sewer Line Rehabilitation 101/
Post Rehabilitation Flow monitoring 17
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.
1/ It is understood between the City and ENGINEER that the schedules
for sewer line rehabilitation may change based on the results of
the preliminary design report.
I
•
AGENDA REQUEST (Change Order)
XX CONTRACT REVIEW
GRANT REVIEW
0
..
K.nJ :ri•InJS'
v.••I fa Vt15
- r.
'.AA -,-
roc r
,) u}
For the Fayetteville City Council meeting of N/A- Mayor Approval.
FROM:
David Jurgens _-- Engineer/Water&Sewer Public Works
.•.• ➢ivision ➢.pnrt..nt -
A ION REQUIRED: The Mayor approve Change Order Nuwher 2 to the
Engineering Contract to RJN Group, Inc., for Engineering of
Sanitary Sewer Main Replacement and Rehab., White River Watershed
minisystem 18B/C, in the amount of $26,310.00; for smoke testing.
LLSr ru C1TY:
$26,310.00 __.2?b Sewer Rehabilitation
cst Cf thin spun: C.t.gory/ 10 .ct Budget Catpaty/Pra;.ct 11
BUDGET REVIEW: _X_ Budgeted Item Budget Adjustment Attached
uR1HA l'/l>HN'1'/1iAl A15 H15V1151M: GRANTING AGENCY:
Aacoant�^e4• p.{•),p. Coordinator Data
City Attu ey ➢ate lrtrral Aud_tar Date
-19-9
b..1p ➢f[:cer _ •- alt.
oraer as
+a flats Cross Reference:
➢ir.c:or ➢.•. New Item: 305 NO
-- --
Ad•:Y .tr�tiva aa-vtcam terecter tarn
■.ym ➢.G
Prev Ord/Res I: 29-94
Orig Contract Date:03/01/94
tXGR\NS].-I s.m
FA 'TTE\LLE
•
T+E CI'Y OF FAYETTEVIILE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Mayor Hanna
Thru: Kevin Crosson,
Don Bunn, City
From: David Jurgens,
Date: September 15,
Public Workp Director
Engineer ����llll
Water/Sewer
1994
Re: Change Order 1 2- Sewer Rehabilitation, Minisystem 18B/C
1. Background. Preliminary investigation in minisystem 18B/C south
and east of the University of Arkansas indicate that there is 0.6
million gallons of inflow unaccounted for which enters the sewer
system in a 1 -year storm. Smoke testing is required to identify the
sources of this inflow. This possibility was recognized and taken
into account when we drafted the original contract with RJN, and we
included smoke testing as an optional service to the contract.
2. Cost and
approximately
authorized coi
\) Q " ensnte a cansi
their -share.
Scope of Work. The smoke testing will take
30 days at a cost of $26,310. This is below the
1tingency of $36,804.
nct '_ wn rk perfo rme1 on the University cyctems
manmen _�,.s ent=ws
.all remain �EtiYlLrhp �� *y-, which -will
stent- and -quality study while the Univers₹ty-gays-for
3. City Crew Participation. We are working City Sewer personnel
with the contract crews as much as possible to reduce overall
project costs.
4. Staff Recommendation. The Staff recommends the Mayor approve the
change order in the amount of $26,310.
Enclosures:
Change Order Review Request
RJN Group Proposed Change Order, Minisystem 18B/C (3 originals)
RJN Group Original Contract, Minisystem 18B/C
KNCN\EINa8-ln PEP
0 I •
Amendment No. 2
WHEREAS, on the first day of March, 1994 the City of
Fayetteville, Arkansas and RJN Group, Inc. made and entered into
a contract for Engineering Services related to sewer improvements
in Mini System 18 B/C of the White River Watershed and
WHEREAS, it
has become necessary
to expand
the engineering
service contract
covering the Contract
and
WHEREAS, the City of Fayetteville and RJN Group, Inc.
desire to amend said Contract, so as to include therein the
necessary scope of work;
NOW THEREFORE, KNOW
ALL MEN BY THESE PRESENTS:
That the City of Fayetteville, a municipal corporation
situated in Washington County, Arkansas, hereinafter called
"City" and RJN Group, Inc. hereinafter called "Engineer", hereby
make and enter into the following agreement:
1.
The March 1, 1994 contract between the City of Fayetteville,
Arkansas and RJN Group, Inc. is hereby amended to include
additional services required to investigate the sewer system in
Mini System 18 B/C. The additional services are as follows:
1. Based on the results of the preliminary engineering
study of Mini System 18 B/C, perform smoke testing in
accordance with the optional services scope of services
as described in the March 1, 1994 Contract.
The contract entered into on March 1, 1994 is hereby amended
by increasing the cost not -to -exceed ceiling in Section V. Fees
and Payments to $468,209. A breakdown by unit cost for the
amendment is as follows:
1. Smoke Testing (82,997 linear feet) $0.317/LF $26,310
-1-
I • '
2.
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 9th day of September,
A.D. 1994.
For the Owner:
City of Fayetteville
�. '
Name
X02
Title
Date
Attest
For the Engineer:
RJN Group, Inc.
game
Title
Date
n
Attest
September 9, 1994 (Amended) -2-
E's• j DES. 29 99
. . ChiAn1GE oR: Ef2 &3
k..' 1 cc••:TkAcr
Axwr AGENDA REQUEST (Change Order)
_ X _ CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of N/A- Mayor ADDroval.
...
ACTION REQUIRED: The
Mayor approve Change
Order
Numher 3 to the
Engineering Contract to RJN Group, Inc.,
for
Engineering of
Sanitary Sewer Main
Replacement and Rehab.,
White
River Watershed
minisystem 18B/C,
in the amount of $9,980.00;
for dyed water
testing and television inspection.
COST TO CITY:
$9,980.00
S P
Sewer
Rehabilitation
cost of this request
c.t.gory/rroi.ct •ndget
ZerlgoryIPro].ct Name
S?op
5400-40= -5815.00
S �:.r
Sewer
Mains Const
Acarut Macs
rind. un� to &t•
rregx....me
90012-8210 Sc C'9 Water and Sewer
Project Miner anal ii H.l.xa rind
I: �j Budgeted Item Budget Adjustment Attached
J
Adminl.iratlw A.rvlcme ciraatar
IT/LEASE REVIEW: GRANTING AGENCY:
• �e.G//: .l � a�ti�.ti
Aa:nil ng linp•r
City
A nI Z. five 1 nlrector
•NGM\I 1. -».co
nets
Cate
1t —►c4 -`)A
Cat.
Staff
an.
'las
Coovdlr.aloe _
I Data
1
l
I.
-
I!'(
Y:
y/
I
AWStnx
note
'J
approve
Lw
New Item: YES NO
Prev Ord/Res ,f:4 -Q4
Orig Contract Date:03/01/94
FAYETTE`tLLE •
THE C TY 01 FAYETTEVILLE, ARKANSAS
DEPARTMENTAL_ CORRESPONDENCE _
To: Mayor Hanna
Thru: Kevin Crosson, Public
Don Bunn, City Enginee
From: David Jurgens, Water/S
Date: November 5, 1994
Re: Change Order 1 3- Sewer Rehabilitation, Minisystem 18B/C
1. Background. Preliminary investigation in minisystem 18B/C south
and east of the University of Arkansas indicate that there is 0.6
million gallons of inflow unaccounted for which enters the sewer
system in a 1 -year storm. The smoke testing has been performed and
identified the sources of this inflow. Now we must perform dyed
water and television inspections to pinpoint the sources in order
to make the appropriate repairs. This possibility was recognized
and account for when we drafted the original contract with RJN, and
we included smoke testing, dyed water flooding and television
inspection as an optional service to the contract.
2. Cost and Scope of Work. The dyed water flooding and televising
will take approximately 30 days at a cost of $9,980. This makes the
cumulative change order total $36,290, which is below the
authorized contingency of $36,804.
3. City Crew Participation. We are working City Sewer personnel
with the contract crews as much as possible to reduce overall
project costs. City crews will do all televising- RJN will perform
analysis on the tapes. Dye water flooding will be conducted by
mixed City-RJN crews. Previous work performed by City crews is
giving a credit of $3,700 in this change order.
4. Staff Recommendation. The Staff recommends the Mayor approve the
change order in the amount of $9,980.
Enclosures:
Change Order Review Request
RJN Group Proposed Change Order, Minisystem 18B/C (3 originals)
RJN Group Original Contract, Minisystem 18B/C
MGM NMI8-22.DEP
• Amendment No. 3 •
WHEREAS, on the first day of March, 1994 the City of
Fayetteville, Arkansas and RJN Group, Inc. made and entered into
a contract for Engineering Services related to sewer improvements
in Mini System 18 B/C of the White River Watershed and
WHEREAS, it has become necessary to expand the engineering
service contract covering the Contract and
WHEREAS, the City of Fayetteville and RJN Group, Inc.
desire to amend said Contract, so as to include therein the
necessary scope of work;
NOW THEREFORE, KNOW
ALL MEN BY THESE PRESENTS:
That the City of Fayetteville, a municipal corporation
situated in Washington County, Arkansas, hereinafter called
"City" and RJN Group, Inc. hereinafter called "Engineer", hereby
make and enter into the following agreement:
1.
The March 1, 1994 contract between the City of Fayetteville,
Arkansas and RJN Group, Inc. is hereby amended to include
additional services required to investigate the sewer system in
Mini System 18 B/C. The additional services are as follows:
1. Based on the results of the preliminary engineering study
and subsequent smoke testing of Mini System 18 B/C,
perform dyed water testing and television inspection
coordination in accordance with the optional services
scope of services as described in the March 1, 1994
Contract.
The contract entered into on March 1, 1994 is hereby amended
by increasing the cost not -to -exceed ceiling in Section V, Fees
and Payments to $478,189. This includes a cost reduction of
$3,100.00 for 148 hours of field technician services provided by
the City of Fayetteville. A breakdown by unit cost for the
amendment is as follows:
1. Dyed Water Testing (31 Tests) $280/EA $8,680
2. Television Inspection/
Dyed Water Flooding Coordination T & M1' 55,000
Total Increase $13,680
3. Services provided by the City of Fayetteville ($3,700)
(148 field technician hours)
Total Reduction ($3,700)
Total Net Increase $9,980
1/ To be performed on a time and expense basis. Personnel
charge out rates are Principal ($113/hr), Senior Engineer
($85/hr), Project Engineer ($60/hr), Draftsperson ($45/hr)
Construction Resident Observer (55/hr), Field Manager
($55/hr), Field Survey Leader ($35/hr), Field Technician
($25/hr), Office/Clerical ($29/hr}.
-1-
2.
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 9th day of September,
A.D. 1994.
For the Owner:
City of Fayetteville
Name
NWya2
Title
For the Engineer:
RJN Group, Inc.
ame
Title
Date
2S ldi5 4
October 25, 1994 (Amended}
-2-
,
r n� (/
N
STAFF REVIEW FORM Pc-
- i
`
-
AGENDA REQUEST
XXX CONTRACT REVIEW (Change Order # 4)
GRANT REVIEW
For the Fayetteville City Council meeting of N/A- Mayor Approval.
FROM:
David Jurgens Enaineer/Water&Sewer Public Works
h.. Divi.icn D.p.rtrht
ACTION REQUIRED: The Mayor approve Change Order Number 4 to the
Engineering Contract to RJN Group, Inc., for Engineering of
Sanitary Sewer Main Replacement and Rehab., White River Minisystem
18B/C, at no additional cost to the City; for changes in contract
amounts in this project. Budget figures are for this contract,
including all change orders (including the U of A change).
COST TO CITY:
SO
Oo.t of thi. r.gn.t
BIILL 4. ditcr ASIri strstiu San1cn Director
CONTRA GRANT E REVIEW: GRANTING AGENCY:
bcotrtia n.j.r D.t. ea coo91nsmr ].t.
4tY ',
/ 1 / ! f
mss:-� �� ��
It Dt. Jr t ii Mdix Dt.
ing Officer Data
F COMMENDATION: Sta recommends approve change or er as
t t ibove.
z� /9
Division D.:. Cross Reference:
D.psrtw.t Director D.t. New Item: YES �NO
A�irl.t.t ewira. illir.etm Data
I —
*t.
Prev Ord/Res #: 2914, 88-94
Orig Contract Date:03/01/94
OT.R\M81.-25.SOP
FA ETTE` ?LLE •
THE CITY OF PAYETTEVIEIE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Mayor Fred Hanna
Thru:
From:
Date:
r
Kevin Crosson, Public World:
David Jurgens, Water/Sewer
April 26, 1995
Re: Sewer Rehabilitation Change Orders, RJN Group, Inc.
1. General. The attached change orders reflect changes in two
sewer rehabilitation engineering contracts with the RJN Group, Inc.
2. Hinisystea 18B/C. This is a no -cost change order which
consolidates reporting tasks, removes design of the relief sewer,
adds a consolidated sewer lining design, increases flow monitoring,
and corrects projected numbers to match actual amounts used in the
contract.
a. The relief sewer design is removed pending the results of
the sewer master facilities plan. This plan may significantly
change the size of the relief sewer. The existing relief line was
analyzed and determined to be able to carry a 2 -year storm, with
minor modifications. Those modifications have been made in-house.
b. The original contract included two reports- one of the
SSES information identified in the beginning of the contract, and
another for results after the project was completed. It is more
cost-effective to consolidate these into one report at the end of
the project.
C. Early in the projects we identified several lines which
would require a no -dig repair. We have used INSITUF0RM" for these
type repairs in the past. These repairs are needed in the two
areas RJN was working, and also in several areas where City forces
are performing rehabilitation. This work is much more cost
effective when separated from traditional construction projects,
and when all of it is performed at one time. Thus, this project
was consolidated into this one task in the Minisystem 18B/C
project.
d. Flow monitoring is increased for two reasons. First all
monitoring perfon
insufficient rain
additional meters
provide additional
monitoring and the
Hill and RJN.
med in the fall was
to adequately perform
have been installed
simultaneous data for
Master Facilities Plar
invalid, as there was
the monitoring. Also,
throughout the area to
the post -rehabilitation
being performed by CH2M
3. Illinois River Basins 12-14/17/20-22. This is a $21,585.35
change order which reflects actual amounts used in the course of
the project. It includes increases in the resident engineering due
to scope of construction changes, decreases in several other areas
to match actual expenditures, and eliminates a redundancy between
this contract and the Master Facilities Plan regarding hydraulic
modeling. Resident engineering costs were higher than originally
estimated because the scope of construction increased between the
time when the original engineering contract was approved and when
the construction took place. The City included several lines to
the project which were causing significant maintenance problems and
a number of overflows. These lines were not included in the
inflow/ infiltration removal plan on which the engineering contract
was developed, as they were not sources of external water.
4. Budgeting.
a. Minisystem 18B/C. No cost incurred. Total contract
budget, including the change order with the University of Arkansas,
is $478,702.59; $513.59 remains in the contingency allowed under
this contract. Resolutions 29-94 and 88-94 are attached.
b. Illinois River Basins 12-14/17/20-22. Funds for this
change order are covered by the contingency established for this
project in Resolution 73-94 (attached), by which the original
contract was approved. The contingency contains $46,434.00. This
change order will reduce that amount by $21,585.35, leaving
$24,848.65 in contingency funds approved with this contract.
4. Staff Recoaendation. The Staff recommends that the change
orders be approved.
Enclosures:
Agenda Review Request (2 each)
Proposed Change Order Number 4 :mini 18B/C], 7original copies
Resolutions 29-24, 88-94
Proposed Change Order Number 1 [basins 12 et al], original copies
Resolution 73-94
•flAs-e.n,182a-25. Df
Amendment No. 4
WHEREAS, on the first day of March, 1994 the City of
Fayetteville, Arkansas and RJN Group, Inc. made and entered into
a contract for Engineering Services related to sewer improvements
in Mini System 18 B/C of the White River Watershed and
WHEREAS, it has become necessary to modify the engineering
service contract covering the Contract and
WHEREAS, the City of Fayetteville and RJN Group, Inc.
desire to amend said Contract, so as to include therein the
necessary scope of work;
NOW THEREFORE, KNOW
ALL MEN BY THESE PRESENTS:
That the City of Fayetteville, a municipal corporation
situated in Washington County, Arkansas, hereinafter called
"City" and RJN Group, Inc. hereinafter called "Engineer", hereby
make and enter into the following agreement:
1.
The March 1, 1994 contract between the City of Fayetteville,
Arkansas and RJN Group, Inc. is hereby amended to include
additional services required to investigate the sewer system in
the City of Fayetteville. The additional services are as
follows:
1. In order to collect additional data on the City's
wastewater collection system, the original Contract
Task V: Post -Rehabilitation Flow Monitoring is amended
to include additional monitoring. The additional
monitoring will include installation, maintenance, and
analysis of two RJN meters for a 60 -day period and
bi-weekly servicing and analysis of six additional City
meters for a 60 -day period.
The contract entered into on March 1, 1994 is hereby amended
by decreasing the engineering fees for items as specified below
and by increasing the cost of Post -Rehabilitation Flow Monitoring
as specified below. The result is no net change in the cost
not -to -exceed ceiling in Section V, Fees and Payments of
$478,189. Reference is hereby made to the correspondence of
April 2, 1996 to the City from RJN Group, Inc. in which
assumptions or specific items are identified. The costs of the
March 1, 1994 agreement are hereby amended as follows:
April 2, 1996 -1-
•
nrwi
iTairl i EV LLE
THE CITY OF FAYETTEVA.E. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Traci Paul
Yolanda Fields I I rl
From: David Jurgens, Water/Sewer &J ,
Date: November 1, 1996
Re: Sewer Rehabilitation Change Orders, RJN Group, Inc.
Upon reviewing my files, I discovered two different copies of the
first page of change order 4 to the RJN Group, Inc., contract for
minisystem 18B/C engineering contract. A copy of the correct page
is attached. Please verify that your file copy has the correct
page one. If you have the incorrect page, please replace it with
the one attached. The correct page should show a not -to -exceed
cost of $478,189 in the fourth line from the bottom of the page.
This was a no -cost change order. This project should be filed with
resolutions 29-94 and 88-94. The project number is 90012-8210.
Please call if you have any questions.
RIIA!-A#�MS1S-35.CP]
. • r •
Original Amended Change in
Contract Contract Contract
Task Item Amount Amount Amount
Preliminary Engineering Design
Manhole Inspection $19,360.00 $16,593.00 ($2,767.00)
Data Analysis/Report $7,640.00 $6,112.00 ($2,767.00)
Final Engineering Design
Sewer Line Rehabilitation $128,800.00 $120,040.00 ($8,760.00)
Additional Services
Geotechnical Investigation
Easement Survey
Railroad & State Permits
$2,000.00 $0.00 ($2,000.00)
$7,000.00 $1,050.00 ($5,950.00)
$2,000.00 $1,000.00 ($1,000.00)
Resident Engineering $139,700.00 $139,659.50 ($40.79)
Post -Rehabilitation $8,400.00 $38,558.26 $30,158.26
Flow Monitoring
Phase I/II U of A Study
Phase I/II U of A Study
(City)
City Assistance
Optional Services
Net Change
April 2, 1996
$61,995.10 $64,349.53 $2,354.43
$11,903.47 $12,512.56 $ 609.09
$0.00 ($5,582.01) ($5,582.01)
$39,990.00 $34,496.11 ($5,493.89)
$ 0.00
-2-
2.
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 day of April, A.D.
1996.
For the Owner:
City of Fayetteville
Name
Title
i
iO ICI..
For the Engineer:
RJN Group, Inc.
Title
2t,145Z
Dte
Attest
April 2, 1996 .3 —
htaat4.�•
`L se
AGENDA REQUEST
XXX CONTRACT REVIEW (Change Order # 5)
GRANT REVIEW
For the Fayetteville City Council meeting of N/A- Mayor ADoroval.
FROM:
David Jurgens Engineer/Water&Sewer Public Works
■s n:Y. a:or. D.part..nt
ACTION REQUIRED: The Mayor approve Change Order Number 5 to the
Engineering Contract to RJN Group, Inc., for Engineering of
Sanitary Sewer Main Replacement and Rehab., White River Minisystem
18B/C, at no additional cost to the City; for changes in contract
amounts in this project. Budget figures are for this contract,
including all change orders (including the U of A change).
COST TO CITY:
$o $ 478.702.59 Sewer Rehabilitation
Coat of tnla regn..t Categorymro]ett gadget Cat agory/prOeCt leee
III.I!llttltllfli3lentll
1*
1-4.y.
•1.
Vv
PROazing Ctficar
a
$ 513.59
:ate
l i-`1-fib
Cate
•fl -
A61 rnord:;tor 1
I
r
:n na: Aditnr
approve
a •1R4 C41t(tu
_
:ate
rate
New Item: YES
M
Prey Ord/Res #: 29-94, 88-94
Orig Contract Date:03/0 94
AIal\MSI6-26.00
E\ATE TTEV! LI,E
THE CITY OF tAYETTEV.I.E. ARKM SAS
DEPARTMENTAL CORRESPONDENCE
To: Mayor Fred Hanna �1 e
Thru: Kevin Crosson, Public WorkB//�� '}D' for yp(
From: David Jurgens, Water/Sewer `
Date: October 29, 1996 1
Re: Sewer Rehabilitation Change Orders, RJN Group, Inc.
1. General. The attached change orders reflect changes in three
sewer rehabilitation engineering contracts with the RJN Group, Inc.
2. Minisystem 18B/C. This is a no -cost change order which deletes
sewer lining design and increases flow monitoring.
a. The INSITUFORM" type repairs are being deleted from this
contract to consolidate all similar work under a different
engineering contract. This will allow us to close out this
contract and perform one unified INSITUFORM" type design.
b. Flow monitoring is increased because we were dry in the
early spring and the monitors had to be in place for 30 extra days
to get sufficient rain for accurate data.
3. Illinois River Basins 12-14/17/20-22. This is a $23,040 change
order which reflects an increase in the flow monitoring period from
60 to 90 days and deletes one lift station evaluation.
4. White River Minisystens 7A, 14 and 15. This is a $15,517
change order which reflects an increase in the flow monitoring
period from 60 to 90 days and an addition of one flow monitor site,
which was not covered by the City's monitors.
4. Budgeting.
a. Minisystem 18B/C. No cost incurred. The approved
contract budget, including the change order with the University of
Arkansas and contingency, is $478,703. $514.00 remains in the
contingency. Resolutions 29-94 and 88-94 are attached.
Base
Contract
C.
0.
1
($73,859)
C.
0.
2
($26,310)
C.
0.
3
($ 9,980)
C.
0.
4
($ 0)
C.
0.
5
($ 0)
iL
$368,040.00
441,899
468,209
478,189
478,189
478,189
Contingency
Remaining
$36,804
36,804
10,494
514
514
514
s ^f
b. Illinois River Basins 12-14/17/20-22. Funds are allocated
in the contingency approved in Resolution 73-94 (attached), which
contains $24,848.65. This change order will reduce that amount by
$23,040, leaving $1,808.65 in contingency funds approved with this
contract.
Base Contract
C. O. 1 ($21,585
C. O. 2 ($23,040
Contract Amount
$464,344.00
35) 485,929.35
00) 508,969.35
Contingency Remaini
$46,434.00
24,848.65
1,808.65
c. Minisystems 7A, 14, and 15. Funds are allocated in the
contingency approved in Resolution 93-95 (attached). The
contingency contains $21,073. This change order will reduce that
amount by $15,517, leaving $5,556.00 in contingency funds.
Base Contract
C. O. 1 ($15,517.00)
4. Staff Recommendation
orders be approved.
Enclosures:
Contract Amount Contingency Remaining
$210,725.00 $21,073.00
226,242.00 5,556.00
The Staff recommends that the change
Minisystem 18B/C Documents
Agenda Review Request with Staff Review Form
Change Order Number 5, 3 original copies
Resolutions 29-24, 88-94
Illinois River Basins 12-14/17/20-22 Documents
Agenda Review Request with Staff Review Form
Change Order Number 2, 3 original copies
Resolution 73-94
White River Minisystems 7A, 14 and 15 Documents
Agenda Review Request with Staff Review Form
Change Order Number 1, 3 original copies
Resolution 93-95
RERAB-SW\MS18-25.DPA
RESOLUTION NO. 29-94
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A CONTRACT IN THE AMOUNT OF
$368,040, PLUS A 10% CONTINGENCY OF $36,804 WITH
RJN ENVIRONMENTAL ASSOCIATES, INC. FOR
ENGINEERING SERVICES FOR THE REPLACEMENT AND
REHABILITATION OF SANITARY SEWER MAIN
MINISYSTEM 18 B/C.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Council hereby authorizes the Mayor and City Clerk to execute
a contract in the amount of $368,040, plus a 10% contingency of $36,804 with RJN
Environmental Associates, Inc. for engineering services in the replacement and rehabilitation of
sanitary sewer main Minisystem 18 B/C. A copy of the contract is attached hereto marked
Exhibit "A" and made a part hereof.
PASSED AND APPROVED this jt day of March , 1994.
APPROVED:
By: /4
red Hanna, Mayor
ATTEST:
By: al
Sherry L,. Thomas, City Clerk
RESOLUTION NO. 88-94
MICROFILMED
A RESOLUTION APPROVING AN AGREEMENT WITH THE
UNIVERSITY OF ARKANSAS FOR A SEWER STUDY AND
AUTHORIZING THE MAYOR AND CITY CLERK TO
EXECUTE AMENDMENT NO. I TO THE ENGINEERING
CONTRACT WITH RJN GROUP, INC. TO INCLUDE THE
UNIVERSITY OF ARKANSAS SEWER STUDY.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYE7TEVIIyLE, ARKANSAS:
1 I Council
1 '•a `.11 1 /•:. 1 'J L" II 41 • 1 I - 1 1 11 1 1 1 \ _ 1 ~
1 1 :1 � T 1 1 1 YI"I \ 1 'J II NI IY, 1 .1 I M � 1
:11 11.1- 1,•
1 M/
S�di4�2. The Council hereby authoru
Amendment No. 1 to the engineering contract with
of Arkansas study in the amount of 573, 858.59 and
$36,804.00. A copy of the change order is attached
hereof.
as the Mayor and City Clerk to execute
RJN Group, Inc. to include the University
maintain the current project contingency of
hereto marked Exhibit Band made a part
PASSED AND APPROVED this i_ day of August, 1994.
APPROVED:
By:
Fred Hanna, Mayor
ATTEST,
By: a!;:) L'I $272411
laul, City Clerk
Amendment No. 5
WHEREAS, on the first day of March, 1994 the City of Fayetteville, Arkansas and
RJN Group, Inc. made and entered into a contract for Engineering Services related to sewer
improvements in Mini System 18 B/C of the White River Watershed and
WHEREAS, it has become necessary to modify the engineering service contract
covering the Contract and
WHEREAS, the City of Fayetteville and RJN Group, Inc. desire to amend said
Contract, so as to include therein the necessary scope of work;
NOW THEREFORE, KNOW
ALL MEN BY THESE PRESENTS:
That the City of Fayetteville, a municipal corporation situated in Washington County,
Arkansas, hereinafter called "City" and RJN Group, Inc. hereinafter called "Engineer",
hereby make and enter into the following agreement:
The March 1, 1994 contract between the City of Fayetteville, Arkansas and RIM
Group, Inc. is hereby amended to include additional services required to investigate the
sewer system in the City of Fayetteville. The additional services are as follows:
1. In order to collect additional data on the City's wastewater collection system, the
original Contract Task V: Post -Rehabilitation Flow Monitoring and
Amendment 4 are amended to include an additional 30 days of monitoring. The
additional monitoring is necessary to collect additional wet -weather data, since
sufficient wet -weather did not occur during the original 60 -day monitoring period.
The contract entered into on March 1, 1994 is hereby amended by decreasing the
engineering fees for Task Ill. Item B by $17,000.00 and by increasing the cost of Post -
Rehabilitation Flow Monitoring by $17,000. The result is no net change in the cost not -to -
exceed ceiling in Section V. Fees and Payments of $478,189.00. Reference is hereby made
to the correspondence of October 30, 1996 to the City from RJN Group, Inc. in which
assumptions or specific items are identified. The costs of the March 1, 1994 agreement are
hereby amended as follows:
October 31, 1996 -1-
A• •
2.
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
Nouem6 r
on this date, the is ih day of 6ctober-A.D. 1996.
RIN GROUPS INC
Firm Name
Signal
Regional Vice President
Title
VS S I X1
CITY OF FAYETTEVILLE
Signal re
Mayor
Title
October 31, 1996
-3-