HomeMy WebLinkAbout123-96 RESOLUTIONAGREEMENT
CITY OF FAYETTEVILLE, ARKANSAS
AND
RJN GROUP, INC.
THIS AGREEMENT made this at/ day of I.ece,nkr, 1996 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 Sewer System
Evaluation Survey for the White River and Illinois River
Watersheds.
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 White River and Illinois River Watersheds.
Services include engineering design and resident engineering
for sewer improvements to City sewers located in the White River
and Illinois River Watersheds. The areas include Mini Systems 7A,
14, and 15, 13A, 13B, and 18B/C in the White River Watershed and
Basins 9, 12, and 21 in the Illinois River Watershed. Extent of
improvements are described in Exhibit A of this Agreement.
The services for this Agreement are further described in
Exhibit A attached and hereto made part of this Agreement.
October 31, 1996 1
t 7
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. Dave Jurgens, 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.
October 31, 1996 2
,
AGREEMENT (Cont.)
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.
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.
October 31, 1996 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 $435,233.00 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.
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.
October 31, 1996 4
AGREEMENT (Cont.)
Reuse of Documents
All data and documents including drawings, forms, computer
programs, and specifications furnished by the ENGINEER pursuant
to this Agreement are instruments of service with respect to the
Project. They are not intended or represented to be suitable for
reuse by the OWNER or others on extensions of this Project or on
any other project. Any reuse without written verification or
adaptation by the ENGINEER will be at the OWNER's sole risk and
without liability or legal exposure to the ENGINEER.
Verification or adaptation by the ENGINEER may entitle ENGINEER
to further compensation at a rate agreed upon by the OWNER and
the ENGINEER.
Termination of Services
This Agreement may be terminated by either party in the
event of substantial failure. Termination may not be effected
unless the other party is given not less than ten (10) days
written notice (delivered by certified mail, return receipt
requested) 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,
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.
October 31, 1996 5
AGREEMENT (Cont.)
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
execution by both parties. The amount of coverage for general
liability insurance and professional liability insurance shall be
in the amount of $1,000,000 each. 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.
October 31, 1996 6
AGREEMENT (Cont.)
IN WITNESS THEREOF, the parties hereto have caused this
Agreement to be executed and their seals to be hereto affixed,
this Sf/ day of pzcem4cr, 1996.
For the OWNER:
CIT OF FA ETZEVILLE
N
MAyor
Title
FAYETTEVILLE CITY CLERK
Attachments:
For the ENGINEER:
RJN GROUP, INC.
Name
Regional Vice President
Title
Exhibit A - Scope of Services
Exhibit B - Work Schedule
Exhibit C - Compensation Schedule
October 31, 1996 7
EXHIBIT A
SCOPE OF SERVICES
CITY OF FAYETTEVILLE
ILLINOIS RIVER AND WHITE RIVER WATERSHEDS
SEWER IMPROVEMENTS
Engineering Design. Bidding Assistance and Resident Engineering
Item I. Final Engineering Design/Bidding Assistance
A. Final Engineering Design
October 31, 1996
1. Project 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.
2. Manhole Rehabilitation Design
a. Review selective computer output reports from
the Manhole Inspection Program to determine
I/I sources to be rehabilitated.
b. Include manholes (15)027, (15)028, and (15)029
for replacement. These manholes will be
included as a separate bid item in the design
specifications.
c. Evaluate manholes along the parallel lines in
Mini System 15 and include on the
rehabilitation schedule unsafe manholes and
manholes with a potential for large amounts of
I/I.
d. Evaluate the manhole (including incoming and
outgoing lines) at the Sonic Drive Inn on
North College Drive in Basin 4. Make
recommendations for rehabilitation or
replacement. Raise the manhole by the
Northwest Arkansas Mall 10 vertical feet.
A-1
EXHIBIT A (Cont.)
e. Evaluate site specific manhole repair
alternatives including cover type, grade
adjustments, sealing techniques, manhole
interior repairs, and/or manhole replacement.
f. 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.
g. Prepare ENGINEER's Opinion of Probable
Construction Cost.
h. Submit two (2) copies of the draft contract
documents to the City for review.
i. Perform final changes to contract documents
based on City review.
j Submit two (2) copies of the final contract
documents to the City.
3. Sewer Line Rehabilitation
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 . Evaluated sewer segment between (21)129 and
(21)130 for trenchless or open cut
replacement.
f . Evaluate replacement or lining of 4 -inch
diameter sewer on Trenton Street.
October 31, 1996 A-2
g•
EXHIBIT A (Cont.)
Provide the City with the technical
information for location of the easements, if
any, required for construction of the project.
Information to include width and general
location of the easements, and distances from
the property lines. Property line information
shall be obtained from existing maps provided
by the City to the ENGINEER.
h. Prepare contract design drawings for I/I
rehabilitation, sewer replacement and/or sewer
lining. Drawings shall indicate permanent and
temporary easements for construction based on
information supplied by City. Drawings shall
include but not be limited to: (1) Title
Sheet/Drawing Index, (2) Location Maps, (3)
Schedule of Manhole Rehabilitation, (4) Plan
and Profile of Replacement, (5) Plan of Repair
Line Segments, (6) Special Details, and (7)
General Details.
i. Using Engineer's basic specifications, prepare
project specifications which shall include but
not be limited to: (1) bidding documents, (2)
contractual documents, (3) conditions of the
contract, (4) standard project forms, and (5)
technical specifications.
j Prepare Engineer's Opinion of Probable
Construction Cost by major items.
k. Submit two (2) copies of the draft plans and
specifications to the City for review.
1. Perform final changes to contract documents.
m. Submit five (5) copies of the final project
drawings and contract specifications to the
City for review.
n. Assist the City in obtaining permit approvals
from regulatory authorities.
B. Additional Services
1. Obtain typical soil boring data for replacement
sewer locations, as required. Two (2) locations
are estimated.
October 31, 1996 A-3
EXHIBIT A (Cont.)
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 five (5) easements are
included.
3. Assistance in obtaining permit from Railroad,
Highway, and any other state permits, if
necessary, for sewer construction.
4. Perform additional television inspection in
Mini System 15 as recommended in the draft report.
A total of 2,065 linear feet of cleaning and
television inspection is anticipated.
C. Bidding Assistance
October 31, 1996
For the purpose of the cost proposal, it is anticipated
that three (3) 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 third contract shall
include trenchless rehabilitation of sewer lines in the
Illinois and White River Watersheds. The following
bidding assistance services are included for all three
contracts.
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 three (3)
copies of the bid tabulations.
3. Consult with and advise the City on the
responsibility and responsiveness of contractors,
the acceptability of subcontractors, substitute
materials, and equipment proposed by the project
bidders.
A-4
EXHIBIT A (Cont.)
Item II. Resident Enoineerinq
For the purpose of the cost estimate, it is anticipated
that the ENGINEER will provide resident engineering
services for three construction projects.
A. Resident Engineering
1. Provide the successful bidder(s) with three (3)
sets of the contract specifications for execution
and the insertion of the required insurance
certificates. Provide the successful bidder(s)
with five (5) sets of the contract documents for
construction purposes.
2. Assist the City in conducting a pre -construction
conference with the Contractors by notifying
utilities, governmental agencies, and other
interested parties, and answer questions at the
conference.
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.
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.
October 31, 1996 A-5
EXHIBIT A (Cont.)
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
projects are 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 projects
are fully complete. Submit a recommendation for
final acceptance of the projects 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.
Optional Services
Item I. Sewer Line Cleaning Program Management
A. Using Engineer's basic specifications, prepare Contract
Documents for bidding a heavy cleaning contract for the
parallel interceptors in Mini System 15 containing
approximately 49,000 linear feet of sewers. The
Contract Specifications for the cleaning program will
require that the cleaning Contractor perform internal
television inspection of approximately 20 percent of
the sewers cleaned.
October 31, 1996
A-6
EXHIBIT A (Cont.)
B . Submit two (2) copies of the draft specifications to
the City for review.
C. Perform final changes to Contract Documents.
D . Assist the City in advertising, obtaining, and
evaluating Bid Proposals for the cleaning contract and
awarding thereof. Provide assistance to the City in
responding to bidder inquires during advertisement of
the Contract and participate in project pre-bid
conference.
E . Assist the City in reviewing the bids for completeness
and accuracy. Develop bid tabulations and submit a
written recommendation of Contract Award.
F. Assist the City in conducting a pre -construction
conference with the Contractor and answer questions at
the conference.
G . Provide observation of the Contractor during the
cleaning and televising operations. It is anticipated
that observation will be approximately 75 percent. A
total of 392 field observation hours is included.
H . Review periodic payment requests from Contractor and
make recommendation to City for payment.
I. Review information provided by Contractor and Engineer
to verify the project is complete.
October 31, 1996 A-7
Major Repair Items
EXHIBIT A (Cont.)
Table I
City of Fayetteville
Sewer Improvements
Summary of Improvements
Estimated
Quantity
Description
Manhole Repairs
Main Line Point Repairs
Sewer Rehabilitation
Additional TV Inspection
October 31, 1996
500 EA
30 EA
12,980 LF
2,065 LF
A-8
Consists of manhole cover
replacement, frame seal
repairs, frame adjustment
and manhole wall repair.
Repair of main sewer
defects at 30 locations.
Consists of complete
replacement or lining of
sewer segments in
Table II.
Additional TV Inspection
for the following segments
in Mini System 15:
15-58P - 15-57P
15-76PL - 15-76P
15-235PA - 15-235
15-037 - 15-346
15-516
15-521
15-39B
15-38A
15-537
15-515
15-520
15-38A
15-37A
15-536
EXHIBIT A (Cont.)
Table II (Cont.)
RECOMMENDED SEWER CONSTRUCTION/REHABILITATION
Existing Replacement
Diameter Diameter
Segment (in) (in)
Sewer Replacement/Rehabilitation, White River Watershed
Mini System 7A
7-100M - 7-100L 6 8
Subtotal
Length
(1f)
Mini System 14
14-012
14-020
14-116A
- 14-120
- 14-016
- 14-116
Subtotal
Mini System 15
15-142P -
15-140P -
15-139P -
15-64P -
15-98P -
15-79P -
15-85P -
15-113P -
15-115P -
15-92P -
15-169P -
15-235PE -
15-235PD -
15-227P -
15-231P -
15-207P1 -
15-47B -
15-220P -
15-219P -
15-218P -
15-235PA -
15-235P -
15-226P -
15-053 -
15-144P
15-142P
15-140P
15-55P
15-97P
15-78P
15-84P
15-101P
15-114P
15-91P
15-168P
15-235PD
15-235PC
15-226P
15-227P
15-207P
15-47A
15-219P
15-218P
15-217P
15-235P
15-37A
15-368
15-052
Subtotal
October 31, 1996
6
6
8
8
8
8
6
6
6
6
6
6
8
6
8
8
6
6
6
6
6
6
6
8
8
18
6
A-9
8
8
8
8
8
8
8
8
8
8
8
8
8
8
8
8
8
8
8
8
8
8
8
8
8
18
8
169
169
148
315
211
674
324
338
334
474
228
195
351
64
202
104
168
298
324
492
282
225
186
387
304
242
260
205
233
216
6,436
Table II (Cont.)
RECOMMENDED SEWER CONSTRUCTION/REHABILITATION
Existing Replacement
Diameter Diameter Length
Segment (in) (in) (1f)
Mini System 18 B/C
18-097 - 18-085 8 8 605
18-521 - 18-520 8 8 337
18-195P - 18-194P 6 8 205
18-050 - 18-049 6 8 356
Subtotal 1,503
Total - Mini System 7A, 14, 15, and 18 B/C 8,782
Sewer Replacement/Rehabilitation Illinois River Watershed
Basin 9
(9)104 - (9)103 10 10 157
(9)103 - (9)102 10 10 190
(9)102 - (9)101 10 10 265
(9)101 - (9)100 10 10 220
(9)100 - (9)099 10 10 334
(9)086 - (9)085 12 12 325
(9)085 - (9)017 12 12 400
(9)017 - (9)002 12 12 239
Subtotal 2,130
Basin 12
(12)061 - (12)060 6 8 344
(12)217 - (12)216 6 8 152
(12)145 - (12)151 6 8 68
(12)167 - (12)166 6 8 125
Subtotal 689
Basin 21
(21)101 - (21)100
Subtotal
Total - Illinois River
Watershed
6
8
399
399
3,218
Sewer Replacement/Rehabilitation U of A - City Sewers
Basin 13B
(13B)202 - (13B)201 6 8 330
(13B)203 - (13B)202 6 8 330
(13B)207 - (13B)186 8 8 320
Total - U of A 980
Grand Total 12,980
October 31, 1996
A-10
EXHIBIT $
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 November 1996.
Maior Tasks Completion Date
Draft Manhole Rehabilitation Plans/ February 15, 1997
Specifications
Final Manhole Rehabilitation Plans/ March 15, 1997
Specifications
Draft Sewer Line Replacement/Repair
Specifications
Final Sewer Line Replacement/Repair
Specifications
Draft Sewer Lining Plans/Specifications
Final Sewer Lining Plans/Specifications
Plans/ March 31', 1997
Plans/ April 30, 1997
Bidding and Award
Manhole Rehabilitation
Sewer Line Replacement/Repair
Sewer Lining
Construction
Manhole Rehabilitation
Sewer Line Replacement/Repair
Sewer Lining
March 1, 1997
April 1, 1997
May 31, 1997
January 31, 1998
May 31, 1997
Fall 1997
Summer 1998
Fall 1997
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.
October 31, 1996
B-1
"EXHIBIT C
SUMMARY OF COST
City of Fayetteville
Illinois River and White River Watersheds
Sewer Improvements
Task Description
Unit
Cost
Cost
Engineering Design, Bidding and Resident Engineering
I. Final Engineering Design
A. Project Administration
B. Basic Design Services
C. Additional Services (if required)
1. Geotechnical Investigation
(2 Borings)
2. Easement Survey
(5 Easements)
3. Railroad and State Permits
4. Cleaning and Televising
(2,065 LF)
D. Bidding Assistance
1. Manhole Rehabilitation
2. Sewer Line Rehabilitation
3. Sewer Lining
LS
LS
$ 10,000
163,980
$300/EA 600
$350/EA 1,750
LS 2,000
$3.50/LF 7,228
LS
LS
LS
II. Resident Engineering
A. Manhole Construction T&M'-'
(Based on 1,640 inspector manhours)
B. Sewer Line Construction/Repairs T&M1'
(Based on 490 inspector manhours)
C. Sewer Lining T&MY
(Based on 620 inspector manhours)
Total Cost Not -to -Exceed
5,290
5,870
5,870
125,420
49,355
57.870
$435,233
1/ To be performed on a time and expense basis. Personnel
charge out rates are Principal ($113/hr), Senior Engineer
($90/hr), Project Engineer ($65/hr), Resident Project
Representative ($50/hr), Draftsperson ($55/hr),
Construction Resident Engineer ($65/hr), Field Survey
Leader ($40/hr), Field Technician ($30/hr), Office/Clerical
($33/hr), Field Manager ($55/hr).
October 31, 1996
C-1
•
•
EXHIBIT C (Cont.)
Task Description
Unit
Cost
Cost
Optional Services
I. Cleaning Program
A. Prepare Bidding Documents LS $ 8,600
B. Bidding Assistance LS 2,200
C. Cleaning Observation T&M" 17,640
$28,440
October 31, 1996
C-2
2tsi,239G
RECEIVED C J o
JUN 301999 ��3��9j
CITY OF FAYETTEVILLE
CITY CLERK'S OFFICE
AGENDA REQUEST
CONTRACT REVIEW (Change Order # 2)
GRANT REVIEW
For the Fayetteville City Council meeting of N/A- Mayor Approval.
FROM:
David Jurgens
Name
MICROFILMED
Engineer/Water&Sewer Public Works
Division Department
ACTION REQUIRED: The Mayor approve Change Order Number 2 to the Engineering Contract to RJN
Group, Inc., for Engineering Design of the Sanitary Sewer Rehabilitation, White River Minisystems 7A, 14
and 15, in the amount of $8,504, for engineering costs due to a longer construction period and increased
COST TO CITY:
$8 504.00
Cost of this request
441041b-5815,00
Account Number
96012-8310
$627,648.00
Funds used to date
X Budgeted Item
Sewer Rehabilitation
Category/Project Name
Sewer Mains Const
Program Name
5dc Tex
Attached
REVIEW: GRANTING AGENCY:
• I.. • • • I.
1 1 fee
Vu
TION: Staff recommends approve change order as stated above.
z Jua44
Date
6-da-c4
Date
aa,
Date
Date
Cross Reference:
New Item: YES NO
Prev Ord/Res #: 123-96
Orig Contract Date: 12/3/96
STAFF REVIEW FORM
Page 2
Description: Change Order 2 to RJN Group; White River Sewer Rehabilitation Engineering
Meeting Date: _N/A
Comments: Reference Comments:
Budget Coordinator:
Accounting Manager:
City Attorney:
Purchasing Officer:
ADA Coordinator:
Internal Auditor:
FAYETTEVILLE .
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Mayor Fred Hanna
Thru: Charlie Venable, Public Works Director
Thru: Don Bunn, Assistant Public
From: David Jurgens, Water/Sewe
Date: June 21, 1999
Re: Change Order, Engineering
Sewer Rehabilitation, RJN Group, Inc.
1. Background. In December 1996, the City contracted with the RJN Group to perform design
services for sewer rehabilitation in specific areas on the south end of town and in some areas in the
vicinity of Old Wire Road and Mission Boulevard, This project was expanded to include
rehabilitation at the University of Arkansas. A total of five construction contracts were bid under this
one engineering contract. The construction is now complete except for punch list items.
2. Need for Change Order. This change order for $8,504 is needed to cover the resident
engineering and inspection required for proper supervision of these construction projects. This is a
closure change order, which will finalize the quantities for this engineering contract.
3. Budget Summary. Under the previous change order which included the University work, a
$20,000 contingency was maintained for this engineering project. This contingency remains today,
and covers this change order.
Contract (with C. O. # 1) $ 627,648
Contingency (after C. O. # 1) 20,000
Amount of Change Order # 2 (8,504)
Remaining Contingency (after C. O. #2) 11,496
Contract (with C. O. # 2) $ 636,152
4. Staff Recommendation. The Staff recommends approving the change order to the Engineering
Contract (Resolution 123-96) to RJN Group, Inc., in the amount of $8,504.
Enclosures:
Agenda Review Request with Staff Review Form
Original Resolution
Purchase Requisition
Proposed Change Order (3 Originals) MSL5-3oa.PPD
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Dave Jurgens, Water and Sewer Superintendent
From: Theresa L. Johnson, Deputy City ClerkTj
Date: July 21, 1999
Re: RJN Group, Inc., Change Order 2
Attached please find a copy of the staff review form and change order for this contract. The
original will be microfilmed and filed with the City Clerk's office.
cc: Yolanda Fields, Internal Audit
Amendment No. 2
WHEREAS, on the third day of December 1996 the City of Fayetteville, Arkansas and
RJN Group, Inc. made and entered into a contract for Engineering Services related to sewer
improvements in the White River and Illinois River Watersheds 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 December 3, 1996 contract and subsequent Amendment No. 1 between the City of
Fayetteville and RJN Group, Inc. is hereby amended to include additional resident engineering
services during the construction phase of the project. The contract cost not -to -exceed ceiling is
increased by $8,504 to $636,152.
All other
provisions, covenants,
recitals, terms
and conditions of the Contract, which
are not expressly
amended herein, shall
remain in full
force and effect.
IN WITNESS
WHEREOF,
the parties
hereby have executed this agreement in
triplicate originals on
this date, the
3o day
of ch,, ,,y , 1999.
Signs e
CITY OF FAYETTEVILLE
Signature
Mayor
Title
MNYI.1M -I- C. nW wnrCONTRACt AYfTTflt]S5 .mennm t. M. zwytl
Daue .1-
RESOLUTION NO. 123-96
A RESOLUTION AWARDING RJN GROUP, INC. AN
ENGINEERING SERVICES CONTRACT IN THE AMOUNT
OF $435,233, PLUS 10% CONTINGENCY AMOUNT OF
$43,523, FOR SANITARY SEWER REHABILITATION FOR
THE WHITE RIVER WATERSHED MINISYSTEMS 7A, 14
AND 15.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council hereby awards the RJN Group, Inc. an engineering
services contract, in the amount of $435,233, plus 10% contingency amount of $43,523 for
sanitary sewer rehabilitation for the White River Watershed Minisystems 7A, 14 AND 15; and
authorizes the Mayor and City Clerk to execute same. A copy of the contract is attached hereto
marked Exhibit "A" and made a part hereof.
PA§SED AND APPROVED this 3rd day of December 1996.
' APPROVED:
By:
• Frd Hanna, Mayor
ATTEST:
By: flfAJ QI1
Traci Paul, City Clerk
( i
ETTEV LLLE PURCH$\ OOQDGa
VENDOR NO. 88530
RJN GROUP, INC
12160 ABRAMS ROAD STE 206
DALLAS TX 75243
Each Package Must Be Marked
Exactly As Shown Here
City of Fayetteville, Arkansas
DATE
1/09/97
PURCHASE ORDER #
0050306
FOB FAYETTEVILLE
TERMS 0/00/00 NET 30 DAYS
Unit Description and Unit Price TOTALS
Item No. Oty. of Account Number
Issue
*** CONFIRMING NOTE ***
1 1.00 EA ENGINEERING & DESIGN CONTRACT #574 435233.000 435233.00
W/S REQ. #96-240
( 4470 9470 5815 00 96012 8310)
REPLACES PREVIOUS PO #49892
SHIP TO: CITY OFFAYErTEVILLE
WATER & SEWER DEPT
1475 CATO SPRINGS
FAYEITEVILLE AR 72701
P MITCHELL
DJURGENS
Purchase Order Total:
435,233.00
DEPARTMENT VERIFICATION
BY DATE
ADDITIONAL APPROVAL
RECEIVED CHECK #
DEPT HEAD APPROVAL DOES NOT MEET PURCHASING POUCY
AMOUNT TO PAY $ CONTRACT PAYMENT
OTHER
A/P VERIFlCATON APPROVED BY
PURCHASING VERIFICATION
PRICE CHANGE VERIRCATION
RETURN CHECKTO
SEND COPY TO_
PROJECT #
THIS PAYMENT$
PREVIOUS PAYMENT(S) $
TOTAL PYMT(S) $
BALANCE $
DEPT COPY
P0'd 1H101
OS' • y
XXX AGENDA REQUEST
XXX CONTRACT REVIEW
GRANT REVIEW
David Jurgens
Nate
et%.l,ivn xauuixau: City Council api
Engineering Contract with the R.]ri
rehabilitation engineering design. Wk
in the; amount of $192,415, plus m
$20,000. Of the $192,415, $72,975
Intergovernmental Cooperative Purcha:
the University of Arkansas for this
approved for work on the City system
to the City, as the U of A will reir
for work performed on the U of A syst,
the existing project contingency; t
hat w.a
Pt blic Work@
Dapertmle[
Troup, Inc., for sanitary sewer
to and Illinois River Watersheds,
Lntain a project contingency of
approved pending receipt of an
Agreement or purchase order from
mount; the remaining $119,440 is
The $72,975 shall not be a cost
urse the City all of this amount
1. $23,523 shall be deducted from
a net cost to the City shall be
Sewer Rehabilitation
tegot'/,PrelectY
Sewer Mains Const
9ra.LCO t
lZ-1.U9277 dater and Sewer
P[v'C WUaDe Rta4mtna 0alevc. ryyt
BUDGET; REVIEW: XXX Budgeted Item Budget Adjustment Attached
sUdqet xvnacer j,sact itrn s.rwces Director
CONTRAC,.T/GRANT/LEASE REVIEW: GRANTING AGENCY:
acCdailtlay Mevagar Dat! Coordinator
DaCe
CLOY attorney Dace Zratnal auditor Date
r O[tlwz Data
T F ATION: Staffrecommends approving change order and
o tin y as stated above.
Dcvlatoa aead, DateCross Referenceg
%aartioeat Dl or Date New Item: Yes No
Ad.dniatretavi tervldee Director Date
Mayor Date
Prev Ord/Res $: 123-96,
Orig Contract Date:DDec 3. 19966
b0'd ELEBSLS Dl SN0ISIN G N3M3S 8 d31UM W08d Wti9S:0I 6661-SZ-90
-
Fax Note 7671
AYET T E ♦ ILLE
RY OF FAYETTEV,uuE, ARKANSAS
AL CORRESPONDENCE
Fayetteville Mayor and Ci
Thitu: Kevin Crosson, Public
From: David Jurgens, water/
Date: August 18, 1997
Re: Agenda Request- Sept
Order, Engineering
Rehabilitation, RAIN G
1. Background. In December, 1996,
Group to perform design service
specific areas on the south end o
vicinity of Old Wire Road and Mis:
we were performing the master f�
rehabilitation in the University
actions have caused two changes
engineering project, which are coy
2. Scope of Work Change # 1, Unive
The U of A has agreed to perf
they, own in the U of A main car
performed under the City's contra<
City expenses for their portion of
This is a win -win situation f
all of the University's sewage fl<
variety of points. Thus, every c
removed in the U of A system bene;
does not overflow or we do not have
the work performed under a City m
quality control on the project and
to the exacting standards required
of A:does not have any staff experi
Third, by having somewhat larger
benefit from lower contract costs
summary, the U of A gets their sew1
that) while the City has less wate
,The City and the U of A have
sewer rehabilitation. The field
performed under a similar ccope]
together with Arkansas Department c
representatives concerning this we
.The University portion of tY
$72,957. The University wil:
Council
r 16 Council Meeting, Change
Contract, Sanitary Sewer
�, Inc.
he City contracted with the RJN
for sewer rehabilitation in
town and in some areas in the
on Boulevard. Simultaneously,
ilities plan and coordinating
of Arkansas area. These two
n the scope of work for this
,red by this change order.
sity of Arkansas Area.
rm rehabilitation on the lines
>us area. This work will be
with the U of A reimbursing
the work.
r a number of reasons. First,
4s into the City's system at a
-op of inflow and infiltration
its the City in that it either
to treat it. Second, by having
paged contract, we can perform
ee certain the work is performed
for rehabilitation work, The U
nced in this specialized field.
contracts, both organizations
reated by economy of scale. In
r system improved (and pays for
to treat and overflow.
cooperated well in the past on
investigations on campus were
itive contract. We have met
Pollution, Control and Ecology
engineering change order is
issue an Intergovernmental
10'd £LZBSLS 01 SN0ISI0IG d3M3S 8 83I fl Woad WUSS:OT 666T -S-90
Cooperative Purchasing Agreement or
I request that the City Council app
order, with that approval taking of
Agreement is signed by the Univers:
After the design is complete(
construction contracts which will
of which will come before the City
3. Scope of Work Change # 2, Illin<
The original contract inc
rehabilitation (involving special
performed with minimal excavation)
creek which flows from Root School
Creek, and which .parallels Old Ni]
the original contract are shown in
master facilities plan indicated t
Thus,: rather than using the reha:
evaluate the area with the p
Additionally, we had to add some 1:
the attached map) downstream, as s
capacity flowing into lines with 1
lines connect the original lines wii
the City in 1995 and 1996. This ri
The engineering cost for this
contract has a $43,523 contingency.
the contingency for this change
project contingency for the remain
4. :Budget Summary. The sewer
contains $1,809,277 in unencumber
Capital Improvements Plan (page 106
Water and Sewer funds. A cost sump
shown below. Specific (line item)
are shown on the attached spread s
Original Contract
Original Contingency
Change Order (U of A)
purchase order for this amount.
we this portion of the change
.ect when the Intergovernmental
ty.
, we anticipate executing two
nvolve similar agreements, all
Council for approval.
Ls River Basins 8 and 9.
tided plans for trenchless
zed line repairs which are
for the lines paralleling the
through Gulley Park, to Mud
Road. The lines planned for
red on the attached map. The
at these lines are too small.
ilitation planned, we had to
an of increasing capacity.
ze segments (shown in green on
a do not want lines with high
iw capacity. These additional
a the relief sewer installed by
Lief line is shown in blue.
rork is $119,440. The original
I recommend we use $23,523 of
rder, and maintain a $20,000
er of the project.
ehabilitation project budget
funds. It is in the 1997
and is funded by Sales Tax and
.y due to this change order is
anges to the original contract
435,233
43,523
72,975
Cost to the City
Contingency Contribution (23,523)
U of A Receivable (72,975)
Net Cost of this Request
Revised Contract
Revised Contingency
$ 627,648
20,000
95,917
ZO'd £LZSSLS 01 SN0ISIAI0 d3M3S 8 ?J31UM W0&I WUSS:@T 666T-SZ-90
C,-
5. Construction Schedule. The
enclosed as page B-i of the Cha
rehabilitation construction shot
the traditional sewer line const
of 1998.
6. Staff Recommendation. The Staf
order to the Engineering Contract
Inc::, in the amount of $192,415,
$20,:000. Approval for the Unive.
change order ($72,975) will t<
Intergovernmental Cooperative Pu.
purdhase order.
Enclosures:
Agenda Review Request
Staff Review Form
Basin 8 and 9 Detail Map
General Project Area Map
University of Arkansas Letter of
Original Resolution
Purchase Requisition
Proposed Change Order (3 Original
XSLSs )b2.uec
!vised construction schedule is
Order. Manhole and trenchless
begin in the winter of 1997, and
:tion should begin in the summer
recommends approving the change
tesolution 123-96) to RJN Group,
id maintaining a contingency of
ity of Arkansas portion of this
effect upon receipt of the
lase Agreement or an equivalent
204d 2LZBSLS Ol SNOISIfll a 63M3S 8 831tiM W021d W39S:0T 666T-SZ-90
RESOLUTION NO. 90-97 MICROFILMED
A RESOLUTION APPROVING CHANGE ORDER NO. 1 TO THE
ENGINEERING CONTRACT WITH RJN GROUP, INC. IN THE
AMOUNT OF $192,415 FOR SANITARY SEWER
REHABILITATION.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby approves Change Order No. I to the engineering
contract with RJN Group, Inc. in the amount of $192,415 for sanitary sewer rehabilitation. A copy
of the change order is attached hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 16th day of September , 1997.
p '(1/.
•a
.� � •
ATT'E .
By:
Traci Paul, City Clerk
APPROVED:
By:
Fled Hanna, Mayor
Each Package Must Be Marked PURCHASE ORDER #
Exactly As Shown Here
F AY ETT E VI OO RDDE i
City of Fayetteville, Arkansas 0050306
VENDOR NO. 88530
RJN GROUP INC
12160 ABRAMS ROAD STE 206
DALLAS TX 75243
DATE
9/24/97
FOB FAYETTEVILLE
TERMS 0/00/00 NET30DAYS
Unit Description and
Item No. O. of Unit Price TOTALS
Account Number
*** CONFIRMING NOTE ***
1 1.00 EA ENGINEERING & DESIGN CONTRACT #574 192415.000 192415.00
( 4470 9470 5815 00 96012 8310)
C/O #1 TO CONTRACT #574 TO INCREASE
$192,415.00
SHIP TO: WATER & SEWER DIVISION
CITY OF FAYECTEVILLE
1475 CATO SPRINGS
FAYEITEVILLE AR 72701
PMITCHELL DJURGENS Purchase Order Total: 192,415.00
DEPARTMENT VERIFICATION BY DATE ADDITIONAL APPROVAL
RECEIVED CHECK#
DEPT HEAD APPROVAL DOES NOT MEET PURCHASING POUCY
AMOUNT TO PAY $ CONTRACT PAYMENT
OTHER
AP VERIFICATION APPROVED BY
PURCHASING VERIFICATION
PRICE CHANGE VERIFICATION
RETURN CHECK TO
SEND COPY TO_.
PROJECT #
THIS PAYMENT$
PREVIOUS PAYMENT(S) $
TOTAL PYMT(S) $
BALANCE $
DEPT COPY
RESOLUTION NO. 17-Q6
A RESOLUTION AWARDING RJN GROUP, INC. AN
ENGINEERING SERVICES CONTRACT IN THE AMOUNT
OF $435,233, PLUS 10% CONTINGENCY AMOUNT OF
$43,523, FOR SANITARY SEWER REHABILITATION FOR
THE WHITE RIVER WATERSHED MINISYSTEMS 7A, 14
AND 15.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council hereby awards the RJN Group, Inc. an engineering
services contract, in the amount of $435,233, plus 10% contingency amount of $43,523 for
sanitary sewer rehabilitation for the 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.
•F P�A�SED AND APPROVED this 3r day of December , 1996.
APPROVED:
i o. ,<\
.,;.
;, .
F� Hanna, Mayor
lr• k,`
ATTEST:
By: flDA
Traci Paul, City Clerk