HomeMy WebLinkAbout73-94 RESOLUTION•
RESOLUTION NO. 73-94
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXLCLTE A ENGINEERING CONTRACT WITH
RJN GROUP, INC.. IN THE AMOUNT OF $464,344.00 WITH
A 10% PROJECT CONTINGENCY AMOUNT OF $46,434.0,
FOR SANITARY SEWER MAIN REPLACEMENT AND
REHABILITATION PROJECT OF THE ILLINOIS
WATERSHED BASINS, 12-14, 17, 20-22.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby authorized to execute a
engineering contract with RJN Group, Inc., in the amount of $464,344.00 with a 10% project
contingency amount of $46,434.00. for the Sanitary Sewer Main Replacement and Rehabilitation
Project of the Illinois Watershed Basins 12-14. 17, 20-22. A copy of the contract is attached
hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 5th day of July , 1994.
ATTEST://
By: �L Lt fi4 j_Se.!-,Lre'Vt144)
Sherry
Thomas. City Clerk
APPROVED:
• /
By: './
Fred Hanna, Mayor
•
• •
AGREEMENT
CITY OF FAYETTEVILLE, ARKANSAS
AND
RJN GROUP, INC.
THIS AGREEMENT made this 5th day of July , 1994 by
and between the City of Fayetteville, hereinafter called OWNER
and RJN GROUP, INC., Dallas, Texas hereinafter called ENGINEER.
WHEREAS, the ENGINEER has conducted a Phase II Sewer System
Study for the Illinois River Watershed and identified needed
improvements to the Sewer System.
NOW, therefore, the OWNER hereby engages the ENGINEER to
provide the following professional services as set forth in this
agreement. Services will be performed by the ENGINEER with
McClelland Consulting Engineers, Inc. of Fayetteville, Arkansas
as a subconsultant.
Section I - Basic Services of ENGINEER
The ENGINEER agrees to furnish and perform various
professional engineering services related to improvements to the
Sewer System in the Illinois River Watershed and selected areas
of the White River Watershed.
Services include engineering design, resident engineering,
and post -rehabilitation flow monitoring for sewer improvements to
City sewers located in the Illinois River Phase II I/I Reduction
Study Area. The Phase II Study Area included Basins 12, 13, 14,
17, 20, 21, and 22 as defined in the ENGINEER's Report to the
City of May 1993. Extent of improvements are described in the
ENGINEER's Report and further delineated in Exhibit A of this
Agreement.
Services also include an evaluation of the Old Wire Road
Lift Station and the Gregg Street Lift Station in the Illinois
River Watershed. Also included is an evaluation of the
interceptor sewers to the wastewater treatment plant from the
White River Watershed and an evaluation of the Happy Hollow Lift
Station.
An I/I Reduction Study of the Phase II Area of the
University of Arkansas is also included in the services.
The services for this Agreement are further described in
Exhibit A attached and hereto made part of this Agreement.
June 6, 1994 1
•
• •
AGREEMENT (Cont.)
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.
Section III - OWNER's Responsibility
Mr. Don Bunn, P.E., or other designee of the City of
Fayetteville shall be the OWNER's Representative, and is
authorized to act with authority on behalf of the OWNER with
respect to all work tasks of the Project for which services are
to be rendered by the ENGINEER.
As responsible agent and beneficiary of the Project, the
OWNER's responsibilities shall include the following:
1. Assist ENGINEER by placing at his disposal all
available information pertinent to the Project
including maps, records, and any other data relative to
the ENGINEER's services.
2 Furnish to ENGINEER, as required for performance of
ENGINEER's Basic Services, except to the extent
provided by the ENGINEER's Basic Services, data
prepared by or services of others, including without
limitations any previous plans for the sewer system,
maps, and other special data or consultations not
covered in ENGINEER's Basic Services; all of which
ENGINEER may rely upon in performing his services.
3. Arrange for access to and make all provisions for
ENGINEER to enter upon public property, public
easements, private property as possible, as required
for ENGINEER to perform his services.
4. Examine studies, reports, sketches, drawings,
specifications, proposals and other documents presented
by ENGINEER, obtain advice of any attorney, insurance
counselor and other consultants as OWNER deems
appropriate for such examination and render in writing
decisions pertaining thereto within a reasonable time
so as not to delay the services of ENGINEER.
5. Provide such accounting, independent cost estimating,
and insurance counseling services as may be necessary
for the Project, such legal services as OWNER may
require or ENGINEER may reasonable request with regard
to legal issues pertaining to the Project.
June 6, 1994 2
1
• •
AGREEMENT (Cont.)
6. Give prompt written notice to ENGINEER whenever OWNER
observes or otherwise becomes aware of any development
that affects the scope or timing of ENGINEER's
services.
7. Bear all costs of advertising the construction bid
request.
8. Perform all negotiations related to obtaining
easements, permits, and licensing agreements for the
project.
9. Provide copies of all available as -built records for
sewer lines in project area.
10. Bear all costs incident to compliance with the
requirements of this Section III.
Section IV - Schedule of Service
The schedule of services is described in Exhibit B attached
hereto.
The work described shall be carried out as expeditiously as
weather and other physical conditions permit. The ENGINEER shall
not be liable to the OWNER, if delayed in, or prevented from
performing the work as specified herein through any cause or
causes beyond the control of the ENGINEER, and not caused by his
own fault or negligence including acts of God, or the public
enemy, inclement weather conditions, acts, regulations, or
decisions of the Government or regulatory authorities after the
effective date of this Agreement, fires, floods, epidemics,
strikes, jurisdictional disputes, lockouts, and freight
embargoes
Section V - Fees and Payments
Compensation to the ENGINEER by the OWNER for work set forth
in this Agreement will not exceed $464,344.00 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.
June 6, 1994 3
•
•
• •
AGREEMENT (Cont.)
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.
Reuse of Documents
All data and documents including drawings, forms, computer
programs, and specifications furnished by the ENGINEER pursuant
to this Agreement are instruments of service with respect to the
Project. They are not intended or represented to be suitable for
reuse by the OWNER or others on extensions of this Project or on
any other project. Any reuse without written verification or
adaptation by the ENGINEER will be at the OWNER's sole risk and
without liability or legal exposure to the ENGINEER.
Verification or adaptation by the ENGINEER may entitle ENGINEER
to further compensation at a rate agreed upon by the OWNER and
the ENGINEER.
Termination of Services
This Agreement may be terminated by either party in the
event of substantial failure. Termination may not be effected
unless the other party is given not less than ten (10) days
written notice (delivered by certified mail, return receipt
requested) or intent to terminate and an opportunity for
consultation with the terminating party.
Upon receipt of a termination action, the ENGINEER shall
promptly discontinue all services affected (unless the notice
directs otherwise) and deliver or otherwise make available to the
OWNER (subject to "Reuse of Documents" provisions) all data,
June 6, 1994 4
•
• •
AGREEMENT (Cont.)
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 ENGINEER each binds itself and its
partners, successors, executors, administrators, assigns and
legal representatives of such other party, in respect to all
covenants, agreements and obligations of this Agreement.
Neither the OWNER nor the ENGINEER shall assign, sublet or
transfer any rights under or interest in (including, but without
limitation, moneys that may become due or moneys that are due)
this Agreement without the written consent of the other, and
except to the extent that the effect of this limitation may be
restricted by law. Unless specifically stated to the contrary in
any written consent to an assignment, no assignment will release
this Agreement. Nothing contained in this paragraph shall
prevent the ENGINEER from employing such independent consultants,
associates, and subcontractors as he may deem appropriate to
assist him in the performance of services hereunder. Nothing
herein shall be construed to give any rights or benefits
hereunder to anyone other than the OWNER and the ENGINEER.
Insurance
ENGINEER shall procure and maintain insurance for protection
from claims under Workers' Compensation Acts, claims for damages
because of bodily injury including personal injury, sickness, or
disease or death of any and all employees or of any person other
than such employees, and from claims or damage because of injury
to or destruction of property including loss of use resulting
therefrom. ENGINEER shall procure and maintain professional
liability insurance for protection from claims arising out of
performance of professional services caused by any negligent
error, omission or act for which the insured is legally liable;
and certification indicating that such insurance is in effect
will be submitted to the OWNER within three (3) days of agreement
June 6, 1994 5
•
• •
AGREEMENT (Cont.)
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.
IN WITNESS THEREOF, the parties hereto have caused this
Agreement to be executed and their seals to be hereto affixed,
this 3 day of , 1994.
For the OWNER:
CITY, OF FAYETTEVILLE
NaMe
w
Title
ATTEST: �j
A���%Lpy
Attachments:
For the ENGINEER:
RJN GROUP, INC.
in au)
Title
Exhibit A - Work Plan
Exhibit B - Work Schedule
Exhibit C - Compensation Schedule
June 6, 1994 6
•
• •
EXHIBIT A
SCOPE OF SERVICES
CITY OF FAYETTEVILLE
ILLINOIS RIVER WATERSHED
PHASE II SEWER IMPROVEMENTS
The scope of services for this project is divided into three
phases. Phase I services consist of engineering design, bidding
assistance, resident engineering, and post -rehabilitation flow
monitoring for sewer system improvements in the Illinois River
Phase II Study Area and the interceptor sewers from Basin 22 to
the Gregg Street Lift Station. The extent of approved
improvements are described in the Engineer's Report to the City
of Fayetteville dated May 1993 and are summarized in Table 1 and
Table II.
Phase II includes an evaluation of the Old Wire Road Lift
Station and the Gregg Street Lift Station in the Illinois River
Watershed. Also included is an evaluation of the interceptor
sewers to the wastewater treatment plant from the White River
Watershed and an evaluation of the Happy Hollow Lift Station.
The purpose of Phase II is to determine the volume of sidestream
retention required for wet -weather flows and to evaluate the
capacity of the Lift Station and interceptor sewers in Mini
System 15 to transport the peak wet -weather flows,
Phase III includes the evaluation of the University of
Arkansas and City of Fayetteville sewer lines on the University
of Arkansas campus identified as the Phase III Study Area in the
Engineer's proposal to the City dated May 4, 1994.
Phase I - Engineering Design, Bidding Assistance,
Resident Engineering, and Post -Rehabilitation Flow Monitoring.
Item I. Final Engineering Design/Bidding Assistance
A. Final Engineering Design
1. Proiect Administration and Management
a. Perform Project Initiation Activities.
b. Perform general administration and project
management including meetings with City staff
as necessary.
c. Procure subcontractors for such work as legal
surveying and aerial photography.
2. Manhole Rehabilitation Design
a. Review selective computer output reports from
the Manhole Inspection Program to determine
I/I sources to be rehabilitated.
A-1
•
•
•
•
•
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)
contractual 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 of the draft contract
documents to the City for review.
f . Perform final changes to
based on City review.
g . Submit two (2) copies of
documents to the City.
3. Sewer Line Rehabilitation
contract documents
the final contract
a. Review selective computer output reports for
infiltration and inflow sources to be
rehabilitated, sewer line maintenance items,
and sewer line replacement.
b. Perform sewer profile leveling and site
inspections for sewer replacement.
c. Investigate public utility locations.
d . Evaluate pipe repair alternative including
pipe replacement and lining options if
necessary because of site conditions.
e . 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.
f . Prepare contract design drawings for I/I
rehabilitation, sewer replacement 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
A-2
•
•
•
•
Sheet/Drawing Index, (2) Location Maps, (3)
Schedule of Manhole Rehabilitation, (4) Plan
and Profile of Replacement, (5) Plan of Repair
Line Segments, (6) Special Details, and (7)
General Details.
g. 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.
h. Prepare Engineer's Opinion of Probable
Construction Cost by major items.
i. Submit two (2) copies of the draft plans and
specifications to the City for review.
j.
Perform final changes to contract documents.
k. Submit five (5) copies of the final project
drawings and contract specifications to the
City for review.
1. 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.
Five (5) 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 ten (10) easements are
included.
3. Assistance in obtaining permit from Railroad,
Highway, and any other state permits, if
necessary, for sewer construction.
C. Bidding Assistance
For the purpose of the cost proposal, it is anticipated
that two (2) construction contracts will be bid. The
first contract bid shall include Manhole Rehabilitation
while the second contract bid shall include sewer line
construction and repairs. The following bidding
assistance services are included for both contracts.
A-3
•
•
•
•
•
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 cost.
2 Assist the City in reviewing the bids for
completeness and accuracy. Develop bid
tabulations and submit a written recommendation 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.
Item II 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)
of the contract specifications for execution
the insertion of the required insurance
certificates. Provide the successful bidder
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.
sets
and
with
3. Review shop drawings, scheduling, test results,
and other submittals which the Contractor is
required to submit.
4. Consult with City and act as the City's
engineering representative in dealings with the
Contractor. Issue instructions of City to
Contractor and issue necessary interpretations and
clarification of the contract specifications.
A-4
•
•
• •
5. Provide engineering survey(s) for construction to
establish horizontal and vertical reference points
which are necessary for the Contractor to
construct the work. Coordinate the taking of
preconstruction photos and surface video taping
with the Contractor as necessary.
6. Provide resident observation for rehabilitation
and sewer replacement construction for general
conformance to the contract drawings and contract
specifications. Also provide resident observation
of acceptance testing and restoration work by the
Contractor.
7 Review and respond to complaints received by City
and report any differences of opinion between the
Contractor, ENGINEER and complaining party.
8. Review applications for partial payment with the
Contractor for compliance with contract
specifications and submit to the City a
recommendation for payment.
9. Issue field orders to Contractor after
consultation with the City. Review any change
orders proposed by the Contractor and provide
recommendations to the City.
10. 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.
11. 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.
12. 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.
13. 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.
14. 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 it
will be stipulated as such in the contract
documents.
A-5
Item III. Post Rehabilitation Flow Monitoring
A. Perform flow monitoring on the collection system for a
maximum of 60 days at 10 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 May 1993
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. Compare results of this analysis to those
predicted in the ENGINEER's report and work
improvements completed.
C. If the analysis indicates the project is not
substantially achieving the design performance based on
the results of the I/I Reduction Study, 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.
Phase II Evaluation of Lift Stations and Interceptors
The evaluation of lift stations and interceptors will include an
evaluation of the Old Wire Road Lift Station, Gregg Street Lift
Station and Happy Hollow Lift Station, and an evaluation of the
hydraulic capacity of the parallel interceptors in Mini System 15
from the Happy Hollow Lift Station west to College Avenue. Flow
monitoring will also be performed to determine system flows to
the interceptors and lift stations and to size future retention
basin construction.
Item I. Lift Station Evaluation
A. Perform calibration of Gregg
Happy Hollow Lift Stations.
B. Evaluate the adequacy of the
expected peak flows.
C.
Street, Old Wire Road, and
lift stations to transport
at the
Provide recommendations for any required work
lift stations.
Item II. Evaluate Interceptor Sewers in Mini System 15
A. Perform comprehensive below ground inspection of
manholes and diversion boxes located on parallel
interceptors between College Avenue and the Happy
Hollow Lift Station. A total of 80 structures are
estimated.
A-6
•
•
1 •
B . Perform elevation survey of all sewer mains on the
parallel interceptors between the Happy Hollow Lift
Station and College Avenue. For the purpose of the
cost estimate, it is estimated that 24,600 linear feet
of sewer will require a field survey.
C. Fill out Hydraulic Network Forms for all interceptor
segments and input to Engineer's computer system.
D . Calibrate the hydraulic model based on the results of
the field investigation activities and flow data
analysis.
E . Perform analysis at three conditions to include dry -
weather flow condition, 10 -year storm analysis with no
rehabilitation of upstream sewer system, and 10 -year
storm analysis with projected I/I reduction from
anticipated rehabilitation.
Item III. Flow Monitoring
A. Install, calibrate, and maintain temporary flow
monitors for a period of 60 days to determine system
flows to the Happy Hollow Lift Station and Wastewater
Treatment Plant from the White River Watershed. It is
anticipated that 13 temporary flow meters will be
required.
B . Install and maintain temporary rain gauges to
supplement City's rain gauge network.
C. Evaluate meter run times far the Old Wire Road Lift
Station. It is anticipated that the City will provide
meter run time data in a format suitable for the
Engineer's use. Data to be provided includes pump
on/off cycles, length of run time, and number of pumps
operating simultaneously.
D . Perform analysis of flow data to determine the
following.
1. Average daily dry -weather flows and hydrographs.
2. Peak infiltration rates if possible.
3. Peak inflow rates.
4. Rainfall intensity/inflow relationships. It is
anticipated that at least 6 rain events will occur
during the monitoring period which do not
surcharge the collection system.
5. Wastewater flow volumes for the purpose of sizing
a retention basin at the wastewater treatment
plant.
A-7
•
•
• •
Item IV. Report
A. Prepare report of Phase II activities which will
include the following.
1. Results of the lift station evaluations.
2. Results of interceptor evaluations.
3. Results of flow monitoring activities.
4. Flow rates and projected volumes for selected
design storm events.
5. Recommendations for any additional work that may
be required in the lift stations or interceptors
in the Phase II Study Area.
Phase III I/I Reduction Study
Major phases of the work program for Phase III are listed
below with work item details shown on the following pages.
Item I - Project Initialization, Administration, and
Management
Item II - Physical Survey
Item III - Rainfall Simulation
Item IV - Interim Report/Cleaning and Internal
Television Inspection
Item V - Analysis and Report
The Phase III Work Plan for the City of Fayetteville
includes all the necessary engineering, planning, and survey work
for evaluating the Phase III University of Arkansas and City of
Fayetteville sewer system as defined in the Engineer's May 9,
1994 proposal to the City.
Item I. Prosect Initiation, Administration, and Management
A. Prosect Initiation
1. Review all existing materials, reports, etc., as
needed for the study and developed for or by the
City and provided by the City.
2. Meet, initially, with the City staff and
University of Arkansas staff to give briefing on
the investigation strategy and to introduce key
personnel.
A-8
•
•
• •
B. Project Administration
1. Meet with City/U of A staff on a periodic basis to
update previous investigative work, to coordinate
upcoming work, and to receive any input from
staff.
2. Perform general consultation with representative
City/U of A staff on an as -needed basis. Provide
general overview opportunities for City personnel
for observing regularly scheduled field inspection
and testing activities.
3 Perform administration and coordination of
television inspection subcontractor including, but
not limited to, contract finalization, performance
coordination, and payment request verification.
Item II. Physical Survey
A. Below Ground Manhole/Visual Pipe Inspection
The below ground manhole/visual pipe inspections will
begin immediately after Item I project initialization.
For the purpose of the cost estimate it is assumed that
49 manholes in the Phase III Study Area will require
inspection.
1. Perform comprehensive internal manhole and visual
pipe inspection for manholes in the study area. Any
manholes exposed or made accessible by the City or
University within 60 days following notification by
the Engineer will be inspected.
2. Input below ground/visual pipe inspection data to
project computer files, assign flow rates, obtain
output reports for I/I sources, I/I flows, and I/I
rehabilitation costs.
Item III Rainfall Simulation
A. Smoke Testing
For the purpose of the cost estimate it is assumed 100
percent of the wastewater collection system in the
Phase III study area will require smoke testing.
1. Area resident inquiries will be handled by the
City/ University of Arkansas.
2. Distribute smoke notices prior to performing field
testing work in areas to be tested. Flyers will
be distributed no more than five working days
prior to the actual performance of the smoke
testing. If weather conditions prevent smoke
A-9
•
• •
•
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. Estimated 12,220 linear
feet.
4. Input smoke data to computer files, obtain reports
for potential cross connections or main sewer
defects and develop recommendations for dyed water
flooding.
B. Dyed Water Flooding
1. Select locations for dyed water flooding based
primarily on smoke testing results with supplemental
locations based on the map review and reconnaissance
survey.
2. Perform dyed water flooding on selective storm
sewer sections; suspected overflows, stream and
ditch sections, and other ponding areas in the
public sector that may be contributing to inflow.
It is estimated that 6 locations in the public
sector will be dyed water flooded.
3. Perform dyed water flooding in private sector
(drains, downspouts, etc.) with prior notification
of the resident. It is estimated that 5 locations
in the private sector will be dyed water flooded.
4. Input dyed water data to computer to obtain
reports for cross connections and estimated flows.
IV. Interim Report/Cleaning and Internal Television Inspection
A. Interim Report
1. Perform analysis of dyed water data and smoke test
data, for internal television (TV) inspection
recommendations.
2. Prepare brief interim report summarizing the
justification and locations of sewers to be TV
inspected. Submit and discuss report with City/
I: of A staff.
B. Selective Clean and Television Inspection
1. Light Cleaning and TV inspection of selected sewer
lines to be performed by subcontractor to Engineer
with an Engineer's representative on location to
observe the work and record the inspection data.
Data to be transferred to the source model for
update of project files. It is estimated that
approximately 1,950 linear feet will be cleaned
A-10
•
and internally inspected as a result of dyed water
flooding results.
2. Perform concurrent dye water flooding at selected
locations during TV inspection.
Item V. Building Inspection
1. Perform interior and exterior inspection of all
buildings with basements on the U of A campus to
determine if any sump pumps, area drains, or
downspouts are connected to the sanitary sewer
system.
Item VI. Analysis and Report
1. Prepare and submit a brief draft letter report,
including, but not limited to:
a. I/I investigation and findings.
b. Recommendations for cost-effective
rehabilitation of both public and private I/I
sources in priority order, cost estimates by
individual rehabilitation type, and estimated
I/I reduction as a result of the
recommendations.
c. Submit ten (10) copies of "draft"
rehabilitation report to City of Fayetteville
and University of Arkansas for review and
comment and provide a presentation of results
and recommendations.
d. Prepare "final" report based on review
comments and submit to the City. Ten (10)
copies of this report will be submitted to
the City.
A-11
•
•
1
Maior Repair Items
1
•
•
Table 1
City of Fayetteville
Sewer Improvements
Summary of Improvements
Manhole Repairs
Main Line Point Repairs
Sewer Rehabilitation
Relief Sewers
Estimated
Ouantity
Description
900 Consists of manhole cover
replacement, frame seal
repairs, frame adjustment
and manhole wall repair.
80 Repair of main sewer
defects as detailed in the
1993 report.
3,139 LF
Consists of complete
replacement or lining of
sewer segments at
locations detailed in 1993
Phase II Recommendations.
579 Consists of relief sewer
Construction at the
Porter Road Lift Station.
A-12
•
Segment
1 •
•
Table II
RECOMMENDED SEWER CONSTRUCTION
Existing Replacement
Diameter Diameter Length
(in) (in) (1f)
Sewer Replacement
(12)042-(12)238 8 8 231
(12)238-(12)041 8 8 184
(12)060-(12)058 8 8 210
(12)071-(12)038 10 10 340
(12)074-(12)073 8 8 527
(12)086-(12)085 6 8 190
(12)091-(12)090 8 8 326
(12)099-(12)098 6 8 306
(12)207-(12)212 6 8 24
(12)217-(12)216 8 8 152
(20)150-(20)010 8 8 250
(21)101-(21)100 8 8 399
Subtotal 3,139
Sewer Relief
(21)001-(14)002 8 10 73
(21)012-(21)001 8 10 44
(21)015-(21)012 8 10 172
(21)020-(21)015 8 10 32
(21)020-(21)015 8 10 258
Subtotal 579
Total 3,718
A-13
•
EXHIBIT B
AUTHORIZATION PROGRESS AND COMPLETION
The City and ENGINEER agree that the
completed according to the schedule below
Proceed in late June 1994.
Maior Tasks
Draft Manhole Rehabilitation
Specifications
Final Manhole Rehabilitation
Specifications
•
project is planned to be
with anticipated Notice to
Completion Date
Plans/ November 30, 1994
Plans/ December 31, 1994
Draft Sewer Line Rehabilitation Plans/ March 1, 1995
Specifications
Final Sewer Line Rehabilitation Plans/ April 30, 1995
Specifications
Bidding and Award
Manhole Rehabilitation
Sewer Line Rehabilitation
Construction
Manhole Rehabilitation
Sewer Line Rehabilitation
February 28, 1995
July 31, 1995
July 31, 1995
December 31, 1995
Post Rehabilitation Flow monitoring July 31, 1996
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.
B-1
•
1
Task Description
• •
EXHIBIT C
SUMMARY OF COST
City of Fayetteville
Illinois River Watershed
Phase II
Sewer Improvements
Unit
Cost
Cost
Phase I Engineering Design, Bidding, Resident Engineering and
Post Rehabilitation Flow Monitoring
I Final Engineering Design
A. Basic Design Services L.S. $119,430
B. Additional Services (if required)
1. Geotechnical Investigation $250/EA 1,250
(5 Borings)
2. Easement Survey $350/EA 3,500
(10 Easements)
3. Railroad and State Permits L.S 2,000
C. Bidding Assistance
1. Manhole Rehabilitation L.S. 5,140
2. Sewer line Rehabilitation L.S. 5,700
II. Resident Engineering
A. Manhole Construction
(Based on 1,848 manhours)
B. Sewer Line Construction
(Based on 861 manhours)
T&MV
T&MV 102,948
T&MV 54,510
III. Post Rehabilitation Flow Monitoring L.S. 50.000
Subtotal Cost Not -to -Exceed $344,478
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), Resident Project
Representative ($45/hr), Draftsperson ($45/hr),
Construction Resident Engineer ($55/hr), Field Survey
Leader ($35/hr), Field Technician ($25/hr), Office/Clerical
($29/hr), Field Manager ($55/hr).
C-1
EXHIBIT C (Cont.)
SUMMARY OF COST
City of Fayetteville
Illinois River Watershed
Phase II
Sewer Improvements
Task Description
Unit
Cost
Cost
Phase II Evaluation of Lift Stations and Interceptors
I. Evaluate Lift Stations (3 EA)
II. Evaluate Interceptor Sewers
A. Manhole Inspection (80 EA)
B ., C. Develop Hydraulic Model
D . Hydraulic Capacity Analysis
III. Flow Monitoring (13 Locations)
IV. Data Analysis/Report (1 EA)
Subtotal Cost Not -to -Exceed
$1,960/EA
$67.00/EA
(1 EA) L.S.
(1 Ea) L.S.
Phase III I/I Reduction Study
I. U of A
A.
B .
C.
D .
E .
F.
G .
Administration (1 EA)
Manhole Inspection (13 EA)
Smoke Testing (2,700 LF)
Dyed Water Testing (5 EA)
TV Inspection (750 LF)
Building Inspection (11 EA)
Data Analysis/Report (1 EA)
Subtotal
II. City
A.
B .
C.
D .
E .
F.
Administration (1 EA)
Manhole Inspection (36 EA)
Smoke Testing (9,520 LF)
Dyed Water Testing (6 EA)
TV Inspection (1,200 LF)
Data Analysis/Report (1 EA)
$5,000/EA
L .S.
L .S.
$55.31/EA
$0.285/LF
$280/EA
$3.25/LF
$85/EA
L .S.
L .S.
$55.31/EA
$0.285/LF
$280/EA
$3.25/LF
L .S.
Subtotal
Subtotal Not -to Exceed Phase II
Total Cost Not -to Exceed
C-2
$5,880
5,360
8,300
4,500
65,000
9.780
$98,820
$250
719
770
1,400
2,438
935
1,000
$7,512
$750
1,991
2,713
1,680
3,900
2,500
$13,534
$21,046
$464,344
•
•
•
•
STAFF REVIEW FORM
AGENDA REQUEST
XXX CONTRACT REVIEW (Change Order 1 1)
GRANT REVIEW
• kJ/J
r. 7i •/
1 i/h
Kf:
For the Fayetteville City Council meeting of N/A- M=yor Aooroval.
FROM:
David Jurgens kngineer/Water&Sewer Public Works
nit Mvieior
CeparLert
ACTION REQUIRED: The Mayor approve Change Order Number 1 to the
Engineering Contract to RJN Group, Inc., for Engineering of
Sanitary Sewer Main Replacement and Rehab., Illinois River Phase
II, in the amount of $21,585.35, for excess engineering costs due
to Garney and Kim Construction project inspection and resident
engineering. Budget figures shown are for this contract only.
COST TO CITY:
521.585.35 $ 510.778 Sewer Rehabilitation
itegolliarciect Budget C.tegory/Pro Jeet ape
Coot of tale rqua.t
5400-570-5815.00
,ceamnt rater
90012-8210
Pro' act tuber
$464.344.00 Sewer Mains Const
ruMo aged to dote Prngrn Boa
$ 46.434.00 Water and Sewer
Rena1n'sg Se" once Fond
BUDGET REVIEW: X Budgeted Item Budget Adjustment Attached
ata
Aainlatret:ve Service. Director
CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY:
Acorn a jc
:-7•=/G
Dots
City Attorney 1' f Date
Purchasing Cfei ger
Data
Aa CcorMlatar Data
16iernel A1d1•Ar Dasa
F RECOMMENDATION: Staff recommends approve change order as
ltedP a..ve.
0-4 4(20/96
Divi Eton Bead
are
Department Director
Admin i lotion Moral Director
A
1'aa(/ is:art."
Mayer
F®OW Si812601-kaR
Date
Cross Reference:
New Item: YES NO
Prev Ord/Res N: 73-94
Orig Contract Date:D7/05/94
FAYETTE`'!LLE
Tek CI•Y OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL_CORRESPONDENCE
•
To: Mayor Fred Hanna 11
Thru: Kevin Crosson, Public Worh Dire6tor
From: David Jurgens, Water/Sewer
Date: 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. Minisystem 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 INSITUFORM" 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 performed in the fall was invalid, as there was
insufficient rain to adequately perform the monitoring. Also,
additional meters have been installed throughout the area to
provide additional simultaneous data for the post -rehabilitation
monitoring and the Master Facilities Plan being performed by CH2M
Hill and RJN.
•
•
i •
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 Recommendation. The Staff recommends that the change
orders be approved.
Enclosures:
Agenda Review Request (2 each)
Proposed Change Order Number 4 [mini 188/C], 5 original copies
Resolutions 29-24, 88-94
Proposed Change Order Number 1 [basins 12 et al], original copies
Resolution 73-94
eflAB-SW\us111-23 Dxp
o.
•
Amendment No. 1 •
WHEREAS, on the fifth day of July, 1994 the City of
Fayetteville, Arkansas and RJN Group, Inc. made and entered into
a contract for Engineering Services related to Phase II Sewer
Improvements in the Illinois 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 modify the original
contract and Exhibit C of the Contract;
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 July 5, 1994 contract between the City of Fayetteville,
Arkansas and RJN Group, Inc. is hereby amended to include
additional services required to provide resident engineering for
sewer improvements. This Amendment also includes revisions in
Exhibit C based on services actually performed, as detailed in
the April 2, 1996 correspondence to the City from RJN.
The contract entered into on July 5, 1994 is hereby amended by
increasing the cost not -to -exceed ceiling in Section V, Fees and
Payments to $485,929. This includes a cost reduction of $700.00
for 28 hours of field technician services provided by the City of
Fayetteville. A revised Exhibit C is hereby attached and made part
of this Amendment.
April 2, 1996
-1-
•
•
•
•
All other provisions,
conditions of the Contract,
shall remain in full force
•
2.
•
covenants, recitals, terms and
which are not expressly amended herein,
and effect.
IN WITNESS WHEREOF, the parties have executed this agreement
in triplicate originals on this date, the th day of April, A.D.
1996.
For the Owner:
City • Fayetteville
1
For the Engineer:
RJN Group, Inc.
in /46u
Name lame
Mayor
Title
May ate,2 R, /996
D��>>�
442.0 c %1101
Attest
, ,'. F, AYE Tri
41/4
i i
April 2, 1996
•
•
-2-
v. � 1),m
Title
2 v /46
to
L
Attest
•
•
•
EXHIBIT C
SUMMARY OF COST
(Revised April 2, 1996)
City of Fayetteville
Illinois River Watershed
Phase II
Sewer Improvements
Task Description
Unit
Cost
•
Cost
Phase = Engineering Design, Bidding, Resident Engineering and
Post -Rehabilitation Flow Monitoring
I. Final Engineering Design
A. Basic Design Services L.S. $119,430.00
B. Additional Services (if required)
1. Geotechnical Investigation $250/EA 250.00
(1 Boring)
2. Easement Survey $350/EA 1,750.00
(5 Easements)
3. Railroad and State Permits L.S. 2,000.00
C. Bidding Assistance
1. Manhole Rehabilitation
2. Sewer Line Rehabilitation
II. Resident Engineering
A. Manhole Construction
B. Sewer Line Construction
L.S. 5,140.00
L.S. 5,700.00
T&MW 111,033.00
T&MW 78,823.00
III. Post -Rehabilitation Flow Monitoring L.S.
Subtotal Cost Not -to -Exceed
50.000.00
$374,126.00
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), Resident Project Representative
($45/hr), Draftsperson ($45/hr), Construction Resident Engineer
($55/hr), Field Survey Leader ($35/hr), Field Technician
($25/hr), Office/Clerical ($29/hr), Field Manager ($55/hr).
April 2, 1996
C-1
•
•
Exhibit C (Cont.)
SUMMARY OF COST
(Revised April 2, 1996)
City of Fayetteville
Illinois River Watershed
Phase II
Sewer Improvements
Task Description
Unit
Cost
•
Cost
Phase II Evaluation of Lift Stations and Interceptors
I. Evaluate Lift Stations (3 EA) 1,960/EA
II. Evaluate Interceptor Sewers
A. Manhole Inspection (78 EA)
B ., C. Develop Hydraulic Model (1 EA)
D . Hydraulic Capacity Analysis (1 EA)
III. Flow Monitoring (13 Locations)
IV. Data Analysis/Report (1 EA)
Subtotal Cost Not -to -Exceed
Phase III I/I Reduction Study
I. U of A
II.
April 2, 1996
A.
B .
C.
D.
E .
F.
G .
Administration (1 Ea)
Manhole Inspection (15 EA)
Smoke Testing (3,870 LF)
Dyed Water Testing (3 EA)
TV Inspection (182 LF)
Building Inspection (34 EA)
Data Analysis/Report (1 EA)
Subtotal
City
A. Administration (1 Ea)
B . Manhole Inspection (36 EA)
C. Smoke Testing (8,500 LF)
D . Dyed Water Testing (6 EA)
E . TV Inspection (1,603 LF)
F. Data Analysis/Report (1 EA)
Subtotal
Subtotal Not -to -Exceed Phase II
Total Cost Not -to -Exceed
C-2
$67.00/EA
L.S.
L.S.
5,880.00
5,226.00
8,300.00
450.00
$5,000/EA 65,000.00
L.S.
L.S.
$55.31/EA
$0.285/LF
$280/EA
$3.25/LF
$85/EA
L.S/
L.S.
$55.31/EA
$0.258/LF
$280/EA
$3.25/LF
L.S.
4.890.00
$89,746.00
$250.00
829.65
1,102.95
840.00
591.50
2,890.00
1.000.00
$7,504.10
$750.00
1,991.00
2,422.50
1,680.00
5,209.75
2.500.00
$ 14.553.25
$ 21,046.00
$485,929.35