HomeMy WebLinkAbout88-94 RESOLUTIONMENNE-
• •
RESOLUTION NO. 88-94
A RESOLUTION APPROVING AN AGREEMENT WITH THE
UNIVERSITY OF ARKANSAS FOR A SEWER STUDY AND
AUTHORIZING THE MAYOR AND CITY CLERK TO
EXECUTE AMENDMENT NO. 1 TO THE ENGINEERING
CONTRACT WITH RJN GROUP, INC. TO INCLUDE THE
UNIVERSITY OF ARKANSAS SEWER STUDY.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Council hereby approves an agreement with the University of
Arkansas setting forth provisions for a sewer study. A copy of the agreement is attached hereto
marked Exhibit "A" and made a part hereof.
Section 2. The Council hereby authorizes the Mayor and City Clerk to execute
Amendment No 1 to the engineering contract with RJN Group. Inc. to include the University
of Arkansas study in the amount of $73, 858.59 and maintain the current project contingency of
$36,804.00. A copy of the change order is attached hereto marked Exhibit "B" and made a part
hereof.
PASSED AND APPROVED this 2nd day of August , 1994.
ATTEST:
/A•
By: �,, :" , J './
Traci Paul, City Clerk
APPROVED:
By: .. w%
Fred Hanna, Mayor
FAYETTEVR LF
THE C TY OF FAYETTEVILLE. ARKANSAS
•
DEPARTMENTAL CORRESPONDENCE
To: Fayetteville Mayor and City Council
Thru: Kevin Crosson, Public Works Director
Don Bunn, City Engineer c ) 1^
� II
From: David Jurgens, Water/Sewer'L/41,!,Irr
Date: July 22, 1994 I 1
Re: Agenda Request- August 2 Council Meeting, Sewer
Rehabilitation Agreement Between University of Arkansas
and City of Fayetteville, and Change Order
1. Background. The sewer system in the University of Arkansas
campus belongs in part to the University and to the City. Due to
the interconnections, the City's lines cannot be investigated
without also investigating the University's lines as well. These
lines contribute a great deal of inflow and infiltration which
contribute directly to several downstream overflows. After 18
months of negotiations, we have reached an agreement with the
University to have these systems studied in conjunction with City
projects in these areas.
2. Contracting Method. The City will have the contracts with the
Engineering firm, and the University will pay the City the cost for
work performed on the University systems. Thus, contract management
will all remain with the City, which will ensure a consistent and
quality study while the University pays for their share.
3. City Projects Affected. This work will be performed in
conjunction with two City projects which already have executed
contracts: White River minisystem 18B/C rehabilitation and Illinois
River basins 12-14/17/20-22 rehabilitation. Both contracts are with
RJN Group.
4. Changes in Contract Prices. Current contracts, as approved, will
experience minor net cost changes, as shown below. These net cost
changes add only what the City will have to pay; University costs
are deducted. The University area investigation was included in the
original Illinois River basins 12-14/17/20-22 contract; there is a
change order (attached) to add the work to the White River
minisystem 18B/C.
Net Effect on Contract Cost
Project Change
Illinois Basins 12-14/17/20-22
White River minisystem 18B/C
Net Cost to City
- $ 7,512.00
+ 11,903.49
+ $ 4,391.49
L
•
• •
5. Intergovernmental Cooperative Purchasing Agreement with
University of Arkansas. The agreement with the University is their
committment of $$69,552.53 plus a 10% contingency of $6,955.25 for
their share of the sewer study work which will be performed on
their system.
6. Minisystem 18B/C Change Order. The change order for the work in
the Minisystem 18B/C area is for $73,858.59, of which $11,903.49 is
City system work and $61,955.10 is University system work. As this
work is not associated with the minor changes for which contingency
funds are approved, this change order approval should not affect
the contingency funds of $36,804 which was approved with the
original RJN Group Engineering contract. The contingency fund
should remain intact for the project.
7. Timing. If possible, we should try to execute the work during
the August break between classes. The study will involve smoke, dye
and television tests and numerous building and manhole inspections.
8. Staff Recommendation. The Staff recommends approving the
contract with the University of Arkansas; approving the associated
change order to the Engineering Contract to RJN Group, Inc. in the
amount of $73,858.59; and maintaining the minisystem 18B/C
contingency at its current amount of $36,804.
Enclosures:
Agenda Review Request
Proposed Contract with University of Arkansas
RJN Group Proposed Change Order, Minisystem 18B/C
RJN Group Original Contract, Minisystem 18B/C
XS1B-13.➢6P
• •
Amendment No. 1
WHEREAS, on the first day of March, 1994 the City of
Fayetteville, Arkansas and RJN Group, Inc. made and entered into
a contract for Engineering Services for Sewer Improvements in
Mini System 18 B/C of the White River Watershed and
WHEREAS, it has become necessary to expand the engineering
service contract covering the Project and
WHEREAS, the City of Fayetteville and RJN Group, Inc.
desire to amend said Contract, so as to include therein the
necessary scope of work;
NOW THEREFORE, KNOW
ALL MEN BY THESE PRESENTS:
That the City of Fayetteville, a municipal corporation
situated in Washington County, Arkansas, hereinafter called
"City" and RJN Group, Inc. hereinafter called "Engineer", hereby
make and enter into the following agreement:
The March 1, 1994 contract between the City of Fayetteville,
Arkansas and RJN Group, Inc. is hereby amended to include
additional services required to investigate the Phase I/II
University of Arkansas Wastewater Collection System as identified
in the Engineer's Proposal dated May 9, 1994. The scope of
services for this portion of the Project is included in
Exhibit A, attached hereto and made part of this amendment.
The contract entered into on March 1, 1994 is hereby amended
by increasing the cost not -to -exceed ceiling in Section V, Fees
and Payments to $441,899. A breakdown by unit cost for the
additional services included in this Amendment No. 1 is included
in Exhibit B, attached hereto and made part of this Amendment.
All other provisions, covenants, recitals, terms and
conditions of the Contract, which are not expressly amended
herein, shall remain in full force and effect.
•
Exhibit A
WORK PLAN
•
This section is a detailed description of the Work Plan that
would be implemented for this portion of the project. Specific
work items were developed based on our understanding of the
project needs, our familiarity with the City of Fayetteville's
wastewater collection system, and our experience with many other
similar projects.
The current sewer system in the University of Arkansas
campus is estimated to contain approximately 60,585 linear feet
of sewer and 297 manholes. Approximately 42,700 linear feet of
sewer and 223 manholes are owned and maintained by the University
of Arkansas while 17,885 linear feet and 74 manholes are owned
and maintained by the City of Fayetteville. This project will
include investigation of approximately 40,000 linear feet of
University of Arkansas owned sewer and 8,365 of City owned sewer
identified as the Phase I and Phase II Study Area in the
Engineer's proposal dated May 9, 1994. The remainder of the
system is being investigated as part of the Illinois River
Watershed Phase II Sewer Improvement Project.
The purpose of this project is to identify sources of
Infiltration/Inflow (I/I) that is entering the wastewater
collection system and contributing to overflowing manholes during
wet -weather periods. The study will include comprehensive
manhole inspection, dual blower smoke testing, dyed water
flooding, television inspection, building inspection, and data
analysis and reports. The scope of services is further described
in the following sections.
Phase I/II Work Plan
Phase I/II I/I Reduction Study
Major phases of the work program for Phase I/II are listed
below with work item details shown on the following pages.
A-1
•
•
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 I/II Work Plan for the City of Fayetteville
includes all the necessary engineering, planning, and survey work
for evaluating the Phase I/II University of Arkansas and City of
Fayetteville sewer system as defined in the Engineer's May 9,
1994 proposal to the City.
Item I. Project Initiation, Administration, and Management
A. Project 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.
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
248 manholes in the Phase I/II Study Area will require
inspection.
A-2
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 I/II 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
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 48,365 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.
S. Dyed Water Flooding
1. Select locations for dyed water flooding based
primarily on smoke testing results with supplemental
locations based on the building inspections program.
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 15 locations in the public
sector will be dyed water flooded.
A-3
• •
3 Perform dyed water flooding in private sector
(drains, downspouts, etc.) with prior notification
of the resident. It is estimated that 15
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/
U 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.
It is estimated that approximately 6,000 linear
feet will be cleaned 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. A total of 70 buildings are assumed in
the cost estimate.
Item VI. Analysis and Report
1. Prepare and submit a brief letter report,
including, but not limited to:
a. I/I investigation and findings.
A-4
• •
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-5
•
Task Description
Exhibit B
Compensationl/
Quantity
•
Unit
Cost
•
Total
Cost
•
Phase I/II U of A
Administration
Manhole Inspection
Smoke Testing
Dyed Water Testing
TV Inspection
Building Inspection
Data Analysis/Report
Subtotal
Phase I/II City
Administration
Manhole Inspection
Smoke Testing
Dyed Water Testing
TV Inspection
Building Inspection
Data Analysis/Report
Subtotal
1
210
40,000
25
5,000
70
1
1
38
8,365
5
1,000
EA
EA
LF
EA
LF
EA
EA
EA
EA
LF
EA
LF
LS
$55.31/EA
$0.317/LF
$ 280/EA
$ 3.25/LF
$ 85/EA
LS
LS
$55.31/EA
$0.317/LF
$ 280/EA
$ 3.25/LF
0 EA $ 85/EA
1 EA LS
$ 1,000.00
$11,615.00
$12,680.00
$ 7,000.00
$16,250.00
$ 5,950.00
$ 7,500.00
$61,955.10
$ 500.00
$ 2,101.78
$ 2,651.71
$ 1,400.00
$ 3,250.00
$ 0.00
$ 2,000.00
$11,903.49
1/ The Engineer shall invoice the City of Fayetteville on a
monthly basis and shall provide an invoice detailing work
performed on the U of A system and City of Fayetteville
system separately.
B-1
UN!V RSITY OF ARKANSAS
Fay et1.ev=lle
(Lonati:)n)
•
INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT
Icon:actservrccsarenecessarybetause City of Fayetteville under EPA Administrative
Order are required to eliminate all sewage overflows. The University
of Arkansas discharges into city sewers and under City Ordinance we
are to identify sources of storm water run off that discharges that
create sewer overflows.
C Were University employees or other State agencies considered fo: these services? ]f not, why?
No. Testing and inspection of .tnderground sewer lines requires
specialized methods and procedures.
E. Theq_aMicabonsofincrvduato:frmselecteda:cCity of Fayetteville conducted interviews
and selected consulting engineering firm to perform evaluation of
city sewer system.
IV. W at was the method of p-ocurement choscn0 ;is' ceher con razcrs mi:d to subrrut proposa's and ame nt of each bid
nore. why? List reason for not selecting rowest bid
This work would be performed under City of Fayettevfl e contract with
consulting engineering firm. University of Arkansas w7:11 contract with
City of Fayetteville due to the need for consistent data collection
and integrating into City's overall plan of renediation.
Departmertt _ Physical Platt
Date June 15, 1994
Company/Center Number:
(702 20621 00 0000 C ty Sewer ]nspectinn
Company Department Function P-oject Conte: Nate
JustficationBy W.Michael Siegler
(Name)
Apprc.re]
Assoc. Dir.
Design. & Utilities
6/15/94
Date,
6-/6 -9` -
e of Dean, Director or appropriate official)
(Date)
•
• •
UNIVERSITY OF ARKANSAS
Fayetteville
(Location)
1NTERGOVENMENTAL COOPERATIVE PURCHASING AGREEMENT
CONTRACT 1'O
1 DATES PAH IIL.S
'l is ag-eement :s entered .n:c on :he
\101 NO
(Day (Mona:) Fear)
Agency Code 135 the Board o' T•,.s:ees cf the Lnrversiry cf Arka-sas of the State cf A-kansas hereinafter re'ened to as
the University and
.SS Nu-tbei _ o- Ted :I) Number
Iwtveen
City of Fayettevile
(Contra icr Name;
113 West Mountain, Fayettevi! e, AR
(Address)
hereinafter referred to as the Contractor.
'-om: A -GM 056 Hist be used •o assign Social Secun•s nurrbe•s and Federa ID rumbers ;o ne system and br attached to the
contrail antes! ::revicssly estabisbed
I. OBJECT; VE.S AND SCOPE
A The University and Ccn:ractor agrc e that the ofrective and se ox 9! In‘ agreemen' a -e aescres d herein or In attach
melts. if so notec
Identify all sources of store water run off that contribute to
overflow conditions of City of Fayetteville sanitary sewer. Scope
of services are outlined under separate attachment totiis contract.
AAtiac hme t Nos
•
B This co -tract does ; does not me ude ;.^c providin5 0' sennces 'o" data p-ocessng. manaceme-.t systems or
telecommunications equipment planning or services (If so attach a dctai ed descnation of those se-v.ces to be
prcvidc d )
til C ALCLIATich 1 COMP.c.'n' ATf n'
for work to be accomplished under this agreement. the Contractor agrees to provde the ; ersonriei at the rates
scheduled for each levet of consu:ting personnel as listed ht rerr. Caicu'arens of compensa: on and reimbursable
expenses shal only be listed in th.s section If additional space .s required. a continuation sheet may be used as an
attachment
LEVEL Of COMPENSATION TOTAL FOR
PERSONNEL NUMBER RATE IFVEL
Iota compersa'.o-i exclusive of expense reimbursement
REIMBURSABLE EXPENSES ESTIMATED
ITEM (Specify) RATF OF (LIMB TOTAL
10% contingency $ 6,955.25_
Total compensaticn in( brave of retmounab e expenses (Cannot be exceeded
without amendment to co -tract ) $ 69.552 -
TOTAL 76,5C7.78
ore • in . 1 n m..,
•
•
•
IV SOURCL Q!- FUND
CAA
;FUND CODL)
2
00
(`UND CODE)
l reasury I unds
Other 1..nds
Source of f edera' Gran 1 ;. nds
/35
:AGENCY)
/35
:AGENCY)
1
53y
,' IAPPROP4IATION)
1A:'PROi'RLATION)
a3RAN1(;R AGI_N(-s'i
/o
((-11ARAc ER -1
4115) _
(CHARACTLRI
V .RENDERINQ-OT (:QMPLNS.A i,G;s
rhe rielhod(s) of rerdenng corpensaticn and/or evatual o- oc tahsiacicry• actuvement toward attainment o: the
agreement listed herein is as follov., o- n attachment re._____ - to this agreement
Periodic payments upon receipt of invoices. Certified as to acceptable
..ompletion of that portion of work.
VI TERMS
Thc term of this agreement wul twain cn 1 St coy of AUgUSt , 19 94 . arid. shall extend for a
period of apprcximatety 120 actual working cays. and shall end on the Z�tb day of
July . 19 95 . aro/or as agreec tc scparate:y in writing by both part:es, but in no event shat the
dui-at:on of such contract be for lenge- than one ca.endar yea- Provded, however. that n the unusua' event that he
best interest of the state would be served by a contract wine h exceeds one yea-, the Ch•el 17rscal Officer may approve
such contract, having Irst rece ved revsew by the Legislat•ve Council or the Jo.nl Budget Committee Provided further
that in no evert shall the initial term o' a contract extend beyond the erd of the current hienn:al rx•rod unless the
General Assembly- pnor to the expiration o: the bicrn.al pen•,c makes ari appropriation 'or such purpose
Tits contract is subject to al! of the p-ovsio-s of the Genera! A<cuu-tir, a -id Budgetary Procedures :aw• (Ac: 876 of
1973, as amended)
Amendments to contracts lint req..re review by Legislative ro.,nct o• Joint Budge: Committee pnor 10 approval by L'ie
Department of Finance and Aaministrahon if the original contact was reviewed by Legislative Council or ncir.t Budge:
Committee and the amendment increases the dollar amount a-d/or extends the terms and/or involves mator chant( s
:n the objectives and scope of the co -tract
Amendments (to contracts that originals cid rot motive review by Letislat1Qe Council or Jan: Budge: Comm:nee) whic`-
extend the duration of the contract for longer than 20 ac;ua working days and/or increases the total compensation to
exceed the sum o[ $5000, shall -equire review by the Legislat•ve Council or ,Joint Budget Committee. ;her to :Fc
app•oval of the Depalt..ent of Fria-ce ant Ad-itnis;•at.o- and Iv'orf r the exec:tten date o' the arendmert
This contract may be terminated by eller part) :.pen 3C Cay wrtten notice
Contractor agrees that the Lnivcrsity, or any of its ouly authorized representatives. shall '•lave access to and the richt to
auei: and examine, any pertine-t books. documents- papers. and records of Contractor relatee 10 Contractor s charges
and performance under this agreement Such-ecords shall it' epi by Contractor for a perod of three c3) years after final
payment undo- this agreement Cont -actor agrees to refund the Jniversiy any overpayments disclosed by any such audit
VII UNiVERS17Y/CONTRACTQR R SPQNSJB!L-, i Y
A The University agrees to make available advice. course:- Data and personnel. etc - desalted rm-nedately below or
in attachment no. to this agreement
13. The University representative who will act fort
W. Michael Siegler
(Name)
e University :s coordinating work of this Contractor wit be
Assoc. Dir. Design & Util. 575-8472
Title) ;'hone;
C The Contractor agrees to list below, or en anachrreu: hereto. Eames and sexist srrunly lumbers of pc-son-.cl
supplying services to the Lrrveeily at the time of to execution o' the contract. If the names are not known at the
h-ne of execution of the contract, he Contractor wit snhn is the name or nares ane social security numbers as they
become known. Such persons shall, for all purposes, be employees, or independent contractors operating under the
control of the Contractor, and nothing herein shal be construct to eate an employment relationship between the
University and the persons 'fasted below
NAME SOCIAL SE R:TY NUMBER
D The University shall exercise no marageral responsibilities over the Contractor or his employees In canying nut his
contract it is expressly agreed that there is nc employment relationship between the contracting parties
•
• •
Vlll CERTIF7CATION_OF CONTRACTOR
"1, comfy ,rider penalty of
(Contractor)•
(Title)
penury, to the best of my knowledge and belief no recula- f,Jl-ti-ne 01 part-time employee of any State Agency o' the
State of Arkansae will receive any personal direct or indirect mo nctary benefits which would be c. violation of the law
as a resit of the execution of this contract - Inhere the Cant-a..cr t., a wdcy-held public corporation, the :arm 'd nee'
cr indirect monetary benefits' shat. not apply to any regular corporate d.sadcnds paio to a slock}clder o• said
corporation who is also a State employee and w^n nws I>ss "an 'n- percert U 04) of the total outstaneng stock o'
the contracting corporation
IX EMPLOYMENT BY Ft STATE AGC.NCY
1, certify that I am not presently an employee of an Arkansas State
Agency 1 have not been prevlous'y employed by a state agency foe the state cf Arkansas except as indicated below
DATE CF EMPLOYMENT MAXIMUM
AGENCY (FROMr'0; ANNUAL SALARY
•
X -ARCHITECTS AND DR ENGTNEER SERV CES
The following ck.use appLes only to contract in which. the sen cos of architects cr engineers are requ.rec for
construction, renovation, or repaid of bunjdrngs, fac:Lties, Cr ands owned cr operated by the State of Arkansas
"In the evert the State of Arkansas tats to apprcpnate funds or make monies avatable `cr any biennial
period covered by the ten -n of this contract for the services to be provided by the contra. -tor. this comae.
shall be terminated on the last day cf L'nc las' biennial penod fo- which funds were appropnated or monies
made available for such purposes.
: his pr osis on shall not be construed tc aondge any ot.^er nght of ternuration the agenc, may .ave "
XI AUTHORITY
A This contract shall be governed by the laws of the Stara of Arkansas, as interpreted by the Attorney General of the
State of Arkansas, ane shalt be in accordance with the intent cf Section 20 Act 876. of 1973 as amer.oed
B Any legislation L'nat may be enacted subsequent to tic nate of this agreement which may cause all of any part of this
agreement to be in conflict wth the laws of the Save of Arkansas will be riven proper consideration if and when
this contract is renewed or extended- the contract wit tie altered to comply with the then applicable laws
XI] CONDITION PRECEDENT TO PERFORMANCE
A. Th.s agreemcr.t is subject to the condition that the lirmtersit9 wJ: not be obligated unit the Contractor Fas received
a property ex -•n --led purchase omen prior tc per'ctmance of sonic.
S:GNA rues
i U •.-< i..G ! Lv1G. .
CXNTRACtOR
/VC .. 2" I
TITT.
%, 2• ti
ADDRESS
APPROVE:)
D nririhuhon:
(1;
(2;
131
141
NEMO
QI RD OF TRU
iINIVERS-TY OF
AS
(DATE] Therms W. CTaprnan,
Vice President ff•r Finance & Administrate-
1123
drrinisnabc-
1:23 5 crvcrs.ry Avenue. Sr is 60:
LTJc Rock. Arkansas 72204
ADDRESS
(SATE]
(DEPARTMEST Of 1 N.A.NCE AN ; ADMINISTRATION
Onsmal for Unnrryty
Fust ropy 107 P -e -Audi Sector O'fi f o' Acca-,trvj. Dep: c rv+a:ur & Adren
Second copy 'or Contractor
Form PC 5 1 (Rev 10/92)
rUnn*smy ;Trot rn Division)
(DATE)
•
• • i-0
STAFF REVIEW FORM
AGENDA REQUEST
XXX CONTRACT REVIEW (Change Order # 4)
GRANT REVIEW
4,or:% 9'
k..7-
/ ;#
../a
4
-i/
viICROF.ILMED
For the Fayetteville City Council meeting of N/A- Mayor Approval.
FROM:
David Juraens Engineer/Water&Sewer Public Works
Yam
Division Department
ACTION REQUIRED: The Mayor approve Change Order Number 4 to the
Engineering Contract to RJN Group, Inc., for Engineering of
Sanitary Sewer Main Replacement and Rehab., White River Minisystem
18B/C, at no additional cost to the City; for changes in contract
amounts in this project. Budget figures are for this contract,
including all change orders (including the U of A change).
COST TO CITY:
SO $ 478.702.59 Sewer Rehabilitation
Oust of tide request Category/Project Budget Category/Project Name
5400-5700-5815.00
ACCAWt Number
50 iv
90012 8gIB S 513.59
S478.189.00 Sewer Mains Const
P,.nds used to data Program Nem
Water and Sewer
Project Number N®elnlnq Belence Pond
B REVIEW: X Budgeted Item Budget Adjustment Attached
Bu
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
Amauntinq Nan er
tyatsprney
(St -
acing Officer
Y6'
GRANTING AGENCY:
Date AOZ Coo nator Date
o lest 7-U'%✓
Date int- al Auditor Date
5-2-96
Date
TAFF
stat
1
:e
•
MMEMDATION: Staff recommends
bove.
AL OA
Divia an Need
Department Director
d
Data
Date
approve change order as
Cross Reference:
New Item: YES �NJ
Prev Ord/Res #: 2914, 88-94
Orig-Contract Date:03/01/94
110fGR\Ks18-2s.AGR
•