Loading...
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-