Loading...
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