HomeMy WebLinkAbout93-95 RESOLUTIONRESOLUTION NO. 93-95
A RESOLUTION AWARDING AN ENGINEERING
CONTRACT IN 771E AMOUNT OF $210,725, PLUS A 10%
CONTINGENCY OF $21,073 TO RJN GROUP, INC., FOR A
PRELIMINARY ENGINEERING STUDY OF THE SANITARY
SEWER SYSTEM, WHITE RIVER WATERSHED
MINISYSTEMS 7A, 14 AND 15, AND APPROVAL OF A
BUDGET ADJUSTMENT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. The Council hereby awards an engineering contract in the amount of
$210,725, plus a 10% contingency of $21,073 to RJN Group, Inc., for a preliminary engineenng
study of the sanitary sewer system, White River Watershed Minisystems 7a, 14 and 15, and
authorizes the Mayor and City Clerk to execute same. A copy of the contract is attached hereto
marked Exhibit "A" and made a part hereof.
Section 2. The Council hereby approves a budget adjustment in the amount of
$173,000 increasing Sewer Improvements, Acct. No. 5400 5700 5815 00, Project No. 90012
by decreasing Sewer Improvements, Acct. No. 5400 5700 5815 00, Project No. 95043. A copy
of the budget adjustment is attached hereto and made a part hereof.
PASSED AND APPROVED this 5th day of July , 1995.
APPROVED:
By
'Erect Hanna, Mayor
Traci Paul, City Clerk
EXHIBIT A
AGREEMENT
CITY OF FAYETTEVILLE, ARKANSAS
AND
RJN GROUP, INC.
DALLAS, TEXAS
THIS AGREEMENT made this Sfh day of jG �, 1995 by
and between the City of Fayetteville, hereinafter Balled OWNER
and RJN GROUP, INC., Dallas, Texas hereinafter called ENGINEER.
WHEREAS, the OWNER has conducted a Sewer System Study for
the White River Watershed and identified needed improvements to
the Sewer System.
NOW, therefore, the OWNER hereby engages the ENGINEER to
provide the following professional services as set forth in this
agreement.
Section I - Basic Services of ENGINEER
The ENGINEER agrees to furnish and perform various
professional engineering services related to improvements to the
Sewer System in Mini Systems 7A, 14, and 15 of the White River
Watershed.
Services shall include preliminary engineering design study
for sewer improvements to City sewers located in the Mini Systems
7A, 14, and 15 as defined in the OWNER's Consultant's Report to
the City of September 1991. Extent of improvements are described
in the OWNER's Consultant's Report and further delineated in
Exhibit A of this Contract. Services for this contract are also
described in Exhibit A.
Section II - Future Services for ENGINEER
The ENGINEER is available to furnish and perform, under a
separately negotiated agreement, future engineering services as
desired and authorized by OWNER for additional planning work,
design, construction, and testing with respect to extensions of
this Project or others.
May 15, 1995 1
AGREEMENT (Cont.)
Section III - OWNER's Responsibility
Mr. Dave Jurgens or other designee of the City of
Fayetteville shall be the OWNER's Representative, and is
authorized to act with authority on behalf of the OWNER with
respect to all work tasks of the Project for which services are
to be rendered by the ENGINEER.
As responsible agent and beneficiary of the Project, the
OWNER's responsibilities shall include the following:
1. Assist ENGINEER by placing at his disposal all
available information pertinent to the Project
including maps, records, and any other data relative to
the ENGINEER's services.
2 Furnish to ENGINEER, as required for performance of
ENGINEER's Basic Services, except to the extent
provided by the ENGINEER's Basic Services, data
prepared by or services of others, including without
limitations any previous plans for the sewer system, TV
tapes, field forms, maps, and other special data or
consultations not covered in ENGINEER's Basic Services;
all of which ENGINEER may rely upon in performing his
services.
3 Arrange for access to and make all provisions for
ENGINEER to enter upon public property, public
easements, private property, as required for ENGINEER
to perform his services.
4 Examine studies, reports, sketches, drawings,
specifications, proposals and other documents presented
by ENGINEER, obtain advice of any attorney, insurance
counselor and other consultants as OWNER deems
appropriate for such examination and render in writing
decisions pertaining thereto within a reasonable time
so as not to delay the services of ENGINEER.
5 Provide such accounting, independent cost estimating,
and insurance counseling services as may be necessary
for the Project, such legal services as OWNER may
require or ENGINEER may reasonable request with regard
to legal issues pertaining to the Project.
6 Give prompt written notice to ENGINEER whenever OWNER
observes or otherwise becomes aware of any development
that affects the scope or timing of ENGINEER's
services.
May 15, 1995 2
AGREEMENT (Cont.)
7. Bear all costs of advertising the construction bid
request.
B. Provide copies of all available as -built records for
sewer lines in study area.
9. Location and exposure of missing or buried manholes as
needed.
10. Perform flow meter servicing on a weekly basis and
provide flow data to ENGINEER in a timely manner. City
shall also provide to the ENGINEER a meter maintenance
log that gives the manual depth and velocity readings
versus the metered depth and velocity readings.
11. Provide any water and water meters necessary for field
inspection activities at no cost to the ENGINEER.
12. Should the City elect to provide field support
personnel during the manhole inspection and resident
engineering activities, the City agrees to provide the
same personnel throughout the project, to the greatest
extent possible.
13. Service the pump station event recorder at the North
Street Lift Station on a weekly basis and provide the
data to the ENGINEER in a timely manner. The ENGINEER
shall provide training to the City staff in the proper
operation of the event recorder.
14. Bear all costs incident to compliance with the
requirements of this Section III.
Section IV - Schedule of Service
The schedule of services is described in Exhibit B attached
hereto.
The work described shall be carried out as expeditiously as
weather and other physical conditions permit. The ENGINEER shall
not be liable to the OWNER, if delayed in, or prevented from
performing the work as specified herein through any cause or
causes beyond the control of the ENGINEER, and not caused by his
own fault or negligence including acts of God, or the public
enemy, inclement weather conditions, acts, regulations, or
decisions of the Government or regulatory authorities after the
effective date of this Agreement, fires, floods, epidemics,
strikes, jurisdictional disputes, lockouts, and freight
embargoes.
May 15, 1995 3
AGREEMENT (Cont.)
Section V - Fees and Payments
Compensation to the ENGINEER by the OWNER for work set forth
in this Agreement will not exceed $210,725.00 without prior
written approval of the OWNER. Compensation to the ENGINEER
shall be as detailed in Exhibit C.
Payments to the ENGINEER shall be made monthly upon receipt
of the combined status report and invoice to be submitted to the
OWNER by the ENGINEER. Invoices shall be due and payable to the
ENGINEER within thirty (30) days of each billing.
It is understood that the estimated level of effort and cost
for Final Engineering Design and Construction Resident
Engineering are estimated based on the Phase I recommendations
contained in the 1991 report prepared by the City's Consultant.
The estimated level of effort and cost may need to be reestimated
at the completion of the Preliminary Design Study, should the
actual level of rehabilitation and/or relief differ substantially
from those given in Exhibit A, Table 1, hereto and made part of
this Agreement. The estimated cost for Resident Engineering
Services may also need to be modified at the completion of final
engineering design should the extent of construction differ
substantially from those given ir. Exhibit A, Table 1.
Section VI - General Considerations
Standards of Performance
The ENGINEER shall perform all services under this Agreement
in accordance with the standards of the engineering profession.
Estimate of Probable Cost
Since the ENGINEER has nc 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.
May 15, 1995 4
AGREEMENT (Cont.)
Reuse of Documents
All data and documents including drawings, forms, computer
programs, and specifications furnished by the ENGINEER pursuant
to this Agreement are instruments of service with respect to the
Project. They are not intended or represented to be suitable for
reuse by the OWNER or others on extensions of this Project or on
any other project. Any reuse without written verification or
adaptation by the ENGINEER will be at the OWNER's sole risk and
without liability or legal exposure to the ENGINEER.
Verification or adaptation by the ENGINEER may entitle ENGINEER
to further compensation at a rate agreed upon by the OWNER and
the ENGINEER.
Termination of Services
This Agreement may be terminated by either party in the event
of substantial failure. Termination may not be effected unless
the other party is given not less thar. ten (10) days written
notice (delivered by certified mail, return receipt requested) of
intent to terminate and an opportunity for consultation with the
terminating party.
Upon receipt of a termination action, the ENGINEER shall
promptly discontinue all services affected (unless the notice
directs otherwise) and deliver or otherwise make available to the
OWNER (subject to "Reuse of Documents" provisions) all data,
other information and materials accumulated by the ENGINEER in
performing this Agreement, whether completed or in process. The
OWNER shall compensate the ENGINEER for any termination
settlement costs the ENGINEER incurs related to commitments which
had become firm prior to the termination.
Controlling Law and Disputes
If any of the provisions of this Agreement are invalid under
any applicable statute or rule of law, they are, to that extent,
deemed omitted This Agreement shall be governed by the laws of
the State of Arkansas.
Successors and Assigns
The OWNER and the
partners, successors,
legal representatives
covenants, agreements
May 15, 1995
ENGINEER each binds itself and its
executors, administrators, assigns and
of such other party, in respect to all
and obligations of this Agreement.
5
AGREEMENT (Cont.)
Neither the OWNER nor the ENGINEER shall assign, sublet or
transfer any rights under or interest in (including, but without
limitation, moneys that may become due or moneys that are due)
this Agreement without the written consent of the other, and
except to the extent that the effect of this limitation may be
restricted by law. Unless specifically stated to the contrary in
any written consent to an assignment, no assignment will release
this Agreement. Nothing contained in this paragraph shall
prevent the ENGINEER from employing such independent consultants,
associates, and subcontractors as he may deem appropriate to
assist him in the performance of services hereunder. Nothing
herein shall be construed to give any rights or benefits
hereunder to anyone other than the OWNER and the ENGINEER.
Insurance
ENGINEER shall procure and maintain insurance for protection
from claims under Workers' Compensation Acts, claims for damages
because of bodily injury including personal injury, sickness, cr
disease or death of any and all employees or of any person other
than such employees, and from claims or damage because of injury
to or destruction of property including loss of use resulting
therefrom. ENGINEER shall procure and maintain professional
liability insurance for protection from claims arising out of
performance of professional services caused by any negligent
error, omission or act for which the insured is legally liable;
and certification indicating that such insurance is in effect
will be submitted to the OWNER within three (3) days of contract
execution by both parties. Certificates shall provide for not
less than 30 days prior notice to the ENGINEER of any
cancellations or in the amount of coverage in the policies for
the ENGINEER.
May 15, 1995 6
AGREEMENT (Cont.)
IN WITNESS THEREOF, the parties hereto have caused this
Agreement to be executed and their seals to be hereto affixed,
this S/A day of 3744/y , 1995.
For the OWNER:
CITy9OF.FAYETTEVILLE
Name
Title
AT*T : n
//llJ�'L
Attachments:
For the ENGINEER:
RJN GROUP, INC.
Name
Regiora
Title
Vice President
Exhibit A — Work Plan
Exhibit B - Work Schedule
Exhibit C - Compensation Schedule
May 15, 1995 7
EXHIBIT A
SCOPE OF SERVICES
CITY OF FAYETTEVILLE
MINI SYSTEMS 7A, 14 AND 15 SEWER IMPROVEMENTS
This section is a detailed description of the Work Plan that
would be implemented for this project. Specific Work items were
developed based on our understanding of the project needs, our
familiarity with the City of Fayetteville's Wastewater Collection
System, and our experience will many similar projects.
The Mini Systems 7A, 14, and 15 of the Wastewater Collection
System contain approximately 155,000 L.F. of sewer and 654
manholes. A Sewer System Study of Mini Systems 7A, 14, and 15
was conducted in 1989 and 1991 by a Consultant retained by the
City of Fayetteville. The Sewer System Study included flow
monitoring, physical inspection, smoke testing, and television
inspection. The draft final report of the Sewer System Study
dated September 1991 contained recommendations for Phase I, Phase
II, and Phase III sewer improvements to reduce the I/I entering
the wastewater collection system. The Work Plan for this project
includes preliminary design services to develop a plan to reduce
the occurrence of I/I in Mini Systems 7A, 14, and 15.
Work Plan
The Work Plan for the City of Fayetteville includes all the
necessary engineering, planning, and survey work for developing
an I/I Reduction Plan in Mini Systems 7A, 14, and 15.
I. Preliminary Design
A. Project Administration
1. Mobilize project team
2. Perform general administration and project
management including meetings with City staff as
necessary.
3. Provide monthly status reports for the project.
4. Procure subcontractors for such work as television
inspection.
May 15, 1995 A-1
EXHIBIT A (Cont.)
B. Data Management Program/Hydraulic Computer Model
A hydraulic model will be developed for all City owned
sewer lines in the Mini Systems 7A, 14, and 15 study
areas. For all sewer lines 8 -inches in diameter and
larger, the model will reflect pipe elevations as
obtained from City "As -Built" drawings or from City
survey. For all sewer lines 6 -inches in diameter,
minimum slope will be used for model development. The
hydraulic model will be used to evaluate the capacity
of the existing sewer system in the study area
Specific work tasks include the following:
1. Obtain preliminary sewer segment distances, sewer
diameters, sewer slopes, available invert
elevations for 8 -inch and larger sewers from
existing "As -Built" records. The same information
will be obtained for 6 -inch sewers except
elevations where minimum slope will be used. City
will be notified of any missing elevations data or
questionable data. (139,000 linear feet are
estimated). Data obtained during the Illinois
River Phase 11 project will be used in the
parallel interceptors between South School Avenue
and Happy Hollow Lift Station.
2. Fill out Hydraulic Network forms for all City main
and collection sewers and input to ENGINEER's
computer system.
3. Obtain Hydraulic Network Output reports for mains
and collection sewers; review, correct as
necessary.
4. Obtain IDM (inch -diameter -miles) figures for mains
and collection sewers in the study area; review,
correct as necessary.
5. Review and modify hydraulic network as differences
are found during field survey activities.
6. Obtain capacity output reports; review and correct
as necessary.
C. Intensive Manhole Inspection
A comprehensive below ground inspection of manholes
will be performed in the project area. All subsurface
components from the frame seal, walls, cleanout risers,
and bench and trough are inspected. The rim to invert
dimension for all connecting lines will be recorded.
The ENGINEER shall notify the CITY of any inaccessible,
or unlocated manholes. The ENGINEER shall commit a
May 15, 1995 A-2
EXHIBIT A (Cont.)
minimum of 15 minutes to searching for manholes in
order for the manhole inspection to be counted for
payment. Once the CITY has located or provided access
to these manholes, the ENGINEER will complete all
necessary inspections at no additional cost to the
CITY. The data management/computer model is used to
process and analyze the inspection data. Flow rates
for major sources of I/I in each of the manholes
inspected will be estimated. Specific work tasks
include the following:
1. Perform inspection at manholes and cleanouts and
record data on computerized data form.
(567 manholes/cleanouts are assumed in the cost
proposal.)
2. Perform computerized analysis of I/I inspection
data with quantification of observed defects.
D. Rainfall Simulation
This task will specifically identify sections of sewer
lines and sources where excessive infiltration and
inflow may be expected to occur during wet -weather
periods including locations of stormwater transfer into
the sanitary sewer system. work will include spoke
testing and dyed water flooding using comprehensive
testing techniques developed by ENGINEER for such
studies. A dual blower intensified smoke technique
will be utilized to test sewer lines in the selected
study areas. This enhanced method uses two smoke
blowers for each test segment instead of the
conventional technique of one blower, and partial
plugging of the segment. The objective is to identify
connections from typical sources such as catch basins,
roof leaders, yard drains, area drains, and detectable
main line and lateral defects. Smoke testing will be
performed only during dry periods to maximize the
effectiveness of the smoke testing program.
Inflow sources will also be identified by means of dyed
water flooding of storm sewer sections and suspected
overflows, stream sections, ditch sections, and ponding
areas that nay be contributing to inflow. Some of the
test areas are based on results of the ENGINEER'S smoke
testing program. Positive dye tests are quantified for
leakage rate. Feld test data are input to the
computerized data management system and analyzed.
May 15, 1995 A-3
EXHIBIT A (Cont.)
Specific tasks to be included are the following:
1. Perform dual blower smoke testing with partial
plugging on adjacent manholes, secure photographs
of defects, and record results on computerized
data form. (155,000 linear feet assumed for the
cost proposal).
2. Perform computerized analysis of smoke testing
data and select dyed water flooding locations.
3. Perform dyed water flooding at selected locations
and record data on computerized data forms and
perform computerized analysis of data. (40
locations are assumed in the cost proposal.)
4. Perform computerized data analysis of smoke test
and dyed water data with quantification of
observed defects.
D. Dyed Water Flooding/TV Inspection
A remote-controlled television camera will be placed in
the sewer line to observe the leakage of water from
simultaneous dyed water flooding of defects along the
main sewer lines. This inspection will allow the
proper identification of each defect and selection of
the correct rehabilitation method. Cleaning and
television inspection will be provided by a
subcontractor to the ENGINEER. Heavy cleaning of
sewers is not included in the scope of work. (7,750
linear feet of television inspection are assumed in the
cost proposal)
ENGINEER will provide coordination of the inspection,
provide simultaneous dyed water flooding of the suspect
defects, and on-site recording of test data.
E. Analysis and Report
This part of the project includes performing an
engineering analysis of field survey data and
developing recommendations for cost-effective I/1
source repairs. A description of field investigations,
engineering analysis, and recommended action to reduce
I/I in Mini Systems 7A, 14 and 15 will be included in
the report.
1. Compare monitored and source flows by basin using
flow monitoring results and computerized listing
of quantified defect flows.
May 15, 1995 A-4
EXHIBIT A (Cont.)
2 Perform balancing of monitored flows and source
flows based on evaluation of identified source
flow rates and unaccounted remaining flow by
basin. Adjust assigned rates with distribution by
line segment.
3. Perform hydraulic analysis at base flow or dry
weather conditions using the ENGINEER'S CASS WORKS
program.
4. Perform hydraulic analysis at wet -weather
conditions at one (1) storm frequency for existing
conditions (no rehabilitation or relief sewers).
5. Develop rehabilitation and improvement costs for
various types of infiltration/inflow defect
repairs and sewer improvements including, but not
limited to:
a. Main Replacement
b. Point Repair
c. Chemical Grouting of Joints
d . Sliplining
e. Inversion Lining
f. Expansion. Lining
g . Access Structure Rehabilitation
h . Access Structure Replacement
i. Relief Main Construction
j. Rerouting Sewage Flows
6. Perform cost-effectiveness analysis for
infiltration rehabilitation plan based on
applicable rehabilitation method, material, and
costs.
7 Perform cost-effectiveness analysis for inflow
rehabilitation and needed relief sewers to
transport remaining wet -weather flew at one (1)
design storm frequencies. Evaluation to be
performed at multiple levels of inflow
rehabilitation using the ENGINEERS' CASS
methodology. Downstream transport and treatment
costs to be provided by the CITY. Quantify all
public and private I/I sources identified.
May 15, 1995 A-5
EXHIBIT A (Cont.)
8. Develop 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.
9. Prepared and submit five (5) copies of a draft
report which includes results of the I/I
investigations, findings, cost estimates,
recommended plan to reduce I/I, addition relief
capacity, if required, and a preliminary schedule
of implementation for sewer rehabilitation. The
draft report will be presented and discussed with
CITY staff. After comments are received, a final
report will be prepared and submitted to the CITY.
ENGINEER will provide ten (10) copies of the final
report.
May 15, 1995 A-6
EXHIBIT B
AUTHORIZATION PROGRESS AND COMPLETION
The City and ENGINEER agree that the project is planned to
be completed according to the schedule below with anticipated
Notice to Proceed in late June, 1995.
Months from Notice to Proceed
Major Tasks Phase I
Preliminary Design Study 9
The ENGINEER shall employ manpower and other resources and
use professional skill and diligence tc 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.
May 15, 1995 B-1
EXHIBIT C
SUMMARY OF COST
City of Fayetteville
Mini Systems 7A, 14 and 15
Sewer Improvements
Unit
Cost Cost
Task Description $ $
I. Preliminary Engineering Design
A. Project Administration,
Data Management L.S. 23,880
B . Manhole Inspection (567 Manholes) 61.50/EA 34,870
C. Smoke Testing (155,000 LF) 0.292/LF 45,260
D . Dyed Water Testing (40 test) 280/EA 11,200
E . Cleaning/TV Inspection (7,750 LF) 2.96/LF 22,940
F. Flow Monitoring/Analysis (300 M -D) 103.45/M -D 31,035
G . Data Analysis Report L.S 41,540
Total Cost Not -to -Exceed $210,725
May 15, 1995 C-1
• City of Fayetteville, Arkansas
Budget Adjustment Form
•
Budget Year
1995
Department: Public Works
Division: Water & Sewer
Program: Sewer Mains Construction
Date Requested
July 5, 1995
Adjustment #
Project or Item Requested:
Additional funding is requested for sewer system rehabilitation.
Approval of this request will provide the furcirg for tree sewer
system study and engmeermg phases of this project to begin.
Construction of this phase of the City's sewer system rehabilitation
project is scheduled for 1996.
Projec or Item Deleted:
None: The adjustment proposes to utilize $173,000 of funding for
project 95043. The project will have a remaining balance of $427.000.
Justification of this Increase:
Expansion of project scope of work on previous sewer system
rehabilitation subprojects has resulted in more budgeted funds
being utilized than ongmally planned.
Justification of this Decrease:
The I-IWY 16 West Sewer Force Main project is being deferred to
1996.
Account Name Amount
Sewer Improvements
Account Name
Sewer Improvements
Increase
.Account Number
173,000 5400 5700 5815 00
Amount
I)ecrease
173,000
Account Number
5400 5700
Approval Signatures
Requeste
13
1
Admin. rvicos Director
Mayan
r
5815 00
Project Number
90012
Project Number
Budget Office Use Only
Type: A B C D
Date of Approval
Posted to General Ledger
95043
F
Entered in Category Log
Budget Office Copy
STAFF REVIEW FORM
AGENDA REQUEST
XXX CONTRACT REVIEW (Change Order 1/ 1)
GRANT REVIEW
For the Fayetteville City Council meeting of N/A- Mayor Approval.
FROM:
David Jurgens
Mme
Engineer/Water&Sewer
Divial on
Public Works
Department
ACTION REQUIRED: The Mayor approve Change Order Number 1 to the
Engineering Contract to RJN Group, Inc., for Preliminary
Engineering Study of the Sanitary Sewer System, White River
Minisystems 7A, 14 and 15, in the amount of $15,517, for
engineering costs due to increased flow monitoring. Budget figures
shown are for this contract only.
COST TO CITY:
$15 517.00 S 231,798 Sewer Rehabilitation
Cost of this request Category/proect Budget Category/Project Nage
5400-5700-5815.00 5210,725.00
Ac..ourt Number Funds used tc date
90012-8310
$ 21,073.00
Project Number Remainino Ba:amce
Sewer Mains Const
Programa Name
Water and Sewer
Ford
BUDGET REVIEW: X Budgeted Item
Budget Coordinator
Budget Adjustment Attached
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
2 t.»i:A. //-5 vA
Accou
cite ttorney r
GRANTING AGENCY:
Date Caordl rator
C
nate er al Auditor
basing Officer Date
Date
I/ -k- 9�
Date
COMMENDATION: Staff recommends approve change order as
ove.
A
Department D rector
May
RMGR\MS15-106.00
II 116
)eta
131440.6
Date 1
11 /011:
Date
nate
Cross Reference:
New Item: YES NO
Prev Ord/Res i/: 93-95
Orig Contract Date:07J05/95
Nrr
1'111, I l El I LLE
i
THE GPS OF FAYrTEV..LE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
•
To: Mayor Fred Hanna
Thru: Kevin Crosson, Public WorkdlDitor
From: David Jurgens, Water/Sewer \ Th.
Date: October 29, 1996
Re: Sewer Rehabilitation Change Orders, RJN Group, Inc.
1. General. The attached change orders reflect changes in three
sewer rehabilitation engineering contracts with the RJN Group, Inc.
2. Minisystem 18B/C. This is a no -cost change order which deletes
sewer lining design and increases flow monitoring.
a. The INSITUFORM`° type repairs are being deleted from this
contract to consolidate all similar work under a different
engineering contract. This will allow us to close out this
contract and perform one unified INSITUFORM`m type design.
b. Flow monitoring is increased because we were dry in the
early spring and the monitors had to be in place for 30 extra days
to get sufficient rain for accurate data.
3. Illinois River Basins 12-14/17/20-22. This is a $23,040 change
order which reflects an increase in the flow monitoring period from
60 to 90 days and deletes one lift station evaluation.
4. White River Minisystems 7A, 14 and 15. This is a $15,517
change order which reflects an increase in the flow monitoring
period from 60 to 90 days and an addition of one flow monitor site,
which was not covered by the City's monitors.
4. Budgeting.
a. Minisystem 18B/C. No cost incurred. The approved
contract budget, including the change order with the University of
Arkansas and contingency, is $478,703. $514.00 remains in the
contingency. Resolutions 29-94 and 88-94 are attached.
Base Contract
C. 0. 1 ($73,859)
C. O. 2 ($26,310)
C. O. 3 ($ 9,980)
C. O. 4 ($ 0)
C. O. 5 ($ 0)
Contract Amount
$368,040.00
441,899
468,209
478,189
478,189
478,189
Contingency Remaining
$36,804
36,804
10,494
514
514
514
b. Illinois River Basins 12-14/17/20-22. Funds are allocated
in the contingency approved in Resolution 73-94 (attached), which
contains $24,848.65. This change order will reduce that amount by
$23,040, leaving $1,808.65 in contingency funds approved with this
contract.
Base Contract
C. O. 1 ($21,585.35
C. O. 2 ($23,040.00
Contract Amount
$464,344.00
485,929.35
508,969.35
Contingency
$46,434
24,848
1,808
Remaining
. 00
. 65
. 65
c. Minisystems 7A, 14, and 15. Funds are allocated in the
contingency approved in Resolution 93-95 (attached). The
contingency contains $21,073. This change order will reduce that
amount by $15,517, leaving $5,556.00 in contingency funds.
Contract Amount
Base Contract $210,725.00
C. O. 1 ($15,517.00) 226,242.00
4. Staff Recommendation.
orders be approved.
Enclosures:
Contingency Remaining
$21,073.00
5,556.00
The Staff recommends that the change
Minisystem 18B/C Documents
Agenda Review Request with Staff Review Form
Change Order Number 5, 3 original copies
Resolutions 29-24, 88-94
Illinois River Basins 12-14/17/20-22 Documents
Agenda Review Request with Staff Review Form
Change Order Number 2, 3 original copies
Resolution 73-94
White River Minisystems 7A, 14 and 15 Documents
Agenda Review Request with Staff Review Form
Change Order Number 1, 3 original copies
Resolution 93-95
PESAH-SW\MS1P-26.0PA