HomeMy WebLinkAbout63-98 RESOLUTION•
RESOLUTION NO. 6 3- 98
A RESOLUTION AWARDING AN ENGINEERING CONTRACT
TO RJN GROUP, INC., IN THE AMOUNT OF $218,595, AND
APPROVING A 10% CONTINGENCY AMOUNT OF $21,859,
FOR A PRELIMINARY ENGINEERING STUDY OF THE
ILLINOIS RIVER BASIN 16 SANITARY SEWER.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby awards an engineering contract to RJN Group,
Inc , in the amount of $218,595; and approves a 10% contingency amount of $21,859, for a
preliminary engineering study of the Illinois River Basin 16 sanitary sewer; and authorizes the
Mayor and City Clerk to execute an agreement for said amount. A copy of the engineering
agreement is attached hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 19 day of May , 1998.
APPROVE
By.
ATTEST:
By: �� ✓ alit.
Heather Woodruff, City Cler
AGREEMENT
CITY OF FAYETTEVILLE, ARKANSAS
AND
RJN GROUP, INC.
THIS AGREEMENT made this /9f day of/na.y 1998 by and between the City of
Fayetteville, hereinafter called OWNER and RJN GROUP, INC., hereinafter called ENGINEER.
WHEREAS, the OWNER desires to conduct a Sewer System Evaluation Study for Basin
16 and the Hyland Park Area.
NOW, therefore, the OWNER hereby engages the ENGINEER to provide the following
professional services as set forth m this agreement. Services will be performed by the
ENGINEER with McClelland Consulting Engineers, Inc. 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 Basin 16 and the Hyland Park Area.
Services include field investigations and engineering services for City sewers located in
Basin 16 and the Hyland Park Area. The services for this Agreement are further described in
Exhibit A attached and hereto made part of this Agreement.
Section 11 - 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.
April 23, 1998 1
AGREEMENT (Cont.)
Section III - OWNER's Responsibility
Mr. David Jurgens, P.E., or other designee of the City of Fayetteville, shall be the
OWNER's Representative, and is authorized to act with authonty 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
mclude the following:
1. Assist ENGINEER by placmg at lus disposal all available information pertinent to
the Project including maps, records, and any other data relative to the
ENGINEER's services.
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.
Examine studies, reports, sketches, drawings, specifications, proposals and other
documents presented by ENGINEER, obtam 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.
April 23, 1998 2
AGREEMENT (Cont.)
6. Give prompt written notice to ENGINEER whenever OWNER observes or
otherwise becomes aware of any development that affects the scope or timing of
ENGINEER's services.
7. Provide water meter and water for dyed water flooding and television inspection
activities.
8. Bear all costs incident to compliance with the requirements of this Section III.
Section N - Schedule of Service
The schedule of services is described in Exhibit B attached hereto.
The work described shall be carried out as expeditiously as weather and other physical
conditions permit The ENGINEER shall not be liable to the OWNER, if delayed in, or prevented
from performing the work as specified herein through any cause or causes beyond the control of
the ENGINEER, and not caused by his own fault or negligence including acts of God, or the
public enemy, inclement weather conditions, acts, regulations, or decisions of the Government or
regulatory authorities after the effective date of this Agreement, fires, floods, epidemics, strikes,
jurisdictional disputes, lockouts, and freight embargoes.
Section V - Fees and Payments
Compensation to the ENGINEER by the OWNER for work set forth in this Agreement
will not exceed $218,595 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
April 23, 1998 3
AGREEMENT (Cont.)
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 prehnunary or probable construction cost or total project cost provided
for herein are to be made on the basis of his experience and qualifications. These opinions
represent his best judgement as an experienced and qualified professional engineer. However, the
ENGINEER cannot and does not guarantee that actual project cost will not vary from opinions of
cost by him.
Reuse of Documents
All data and documents including drawings, forms, computer programs, and specifications
furnished by the ENGINEER pursuant to this Agreement are instruments of service with respect
to the Project. They are not intended or represented to be suitable for reuse by the OWNER or
others on extensions of this Project or on any other project. Any reuse without wntten
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.
April 23, 1998 4
AGREEMENT (Cont..)
Controlling Law and Disputes
If any of the provisions of this Agreement are invalid under any applicable statute or rule
of law, they are, to that extent, deemed omitted. This Agreement shall be governed by the laws of
the State of Arkansas.
Successors and Assigns
The OWNER and the ENGINEER each binds itself and its partners, successors,
executors, administrators, assigns and legal representatives of such other party, in respect to all
covenants, agreements and obligations of this Agreement.
Neither the OWNER nor the ENGINEER shall assign, sublet or transfer any rights under
or interest in (including, but without limitation, moneys that may become due or moneys that are
due) this Agreement without the written consent of the other, and except to the extent that the
effect of this limitation may be restricted by law. Unless specifically stated to the contrary in any
written consent to an assignment, no assignment will release this Agreement. Nothing contained
in this paragraph shall prevent the ENGINEER from employing such independent consultants,
associates, and subcontractors as he may deem appropnate 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 mamtain msurance 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 en -or, 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.
April 23, 1998 5
AGREEMENT (Cont.)
IN WITNESS THEREOF, the parties hereto have caused this
Agreement to be executed and their seals to be hereto affixed,
this /414'4 day of Any , 1998.
For the OWNER:
CITY F FAYETTEVILLE
Name
y1')Ci/or
Title
ATTEST:
((((((
CI 1-y c/erK
FrYE/r;;
Attachments:
April 23, 1998
For the ENGINEER:
RJN GROUP, INC.
Regional Vice President
Title
Exhibit A - Scope of Services
Exhibit B - Authorization Progress & Completion
Exhibit C - Compensation Schedule
EXHIBIT A
SCOPE OF SERVICES
CITY OF FAYETTEVILLE
BASIN 16 AND HYLAND PARK ARE SEWER SYSTEM STUDY
This section is a detailed description of the Work Plan that would be implemented for tlus
project. Specific Work items were developed based on our understanding of the project needs,
our famihanty with the City of Fayetteville's Wastewater Collection System, and our experience
with many similar projects.
The Basin 16 and Hyland Park Sewer collection system contains approximately 125,000
L.F. of sewer and 667 manholes The sewer systems in these areas will be investigated to identify
sources of infiltration/inflow (I/I) and to develop recommendations for rehabilitation of the
collection system including maintenance related repairs.
Work Plan
The Work Plan for the City of Fayetteville includes all the necessary engineering, planning,
and survey work for developing a Sewer Rehabilitation Plan in Basin 16 and the Hyland Park
Area.
PART I - SEWER SYSTEM STUDY
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.
B. Data Management Program/Hydraulic Computer Model Update
1. Perform final review of system maps to delineate boundaries of subdrainage
areas and location of flow monitoring sites.
2. Prepare preliminary field map for project use.
April 23, 1998
3. Number all manholes and cleanouts in the study area using the CADD map
developed by the Engineer.
4. Correct map as differences are found during the field investigation.
A-1
5. Determine estimated average base flows for the study area from water
records provided by the City.
6. Update hydraulic model of 12 -inch diameter interceptor in Basin 16 based
on field investigation and elevation survey provided by City and
McClelland Consulting Engineers, Inc. Modeling of sewers other than the
12 -inch diameter interceptor is not included in this project.
C. Flow Momtoring
1. Provide calibration of four existing City flow metering stations in Basin 16.
It is anticipated that the City will service the existing flow meters on a
weekly basis and provide the information to the Engineer in a timely
manner. The Engineer will provide qualified field personnel to evaluate
and calibrate each monitoring site on a weekly basis.
2. Analyze flow data from the existing metering station to determine the
followrng-
Average daily dry -weather flow and peaking factors.
Peak infiltration rates if possible.
Peak inflow rates for selected rainfall events and establish the
relationship between peak inflow and rainfall (Q vs I) for each
monitoring site.
D. Intensive Manhole Inspection
A comprehensive below ground inspection of manholes will be performed m 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 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 1/1 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. (667 manholes/cleanouts are assumed in the cost
proposal.)
April fl 1998
A-2
Perform computerized analysis of I/1 inspection data with quantification of
observed defects.
E. 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
penods, including locations of stormwater transfer into the sanitary sewer system.
Work will include smoke 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 includes partial pluggmg
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 may be contributmg to inflow. Some of the test areas are based
on results of the ENGINEER'S smoke testmg program. Positive dye tests are
quantified for leakage rate. Field test data are input to the computerized data
management system and analyzed.
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. 125,000 linear feet assumed for the cost
proposal.
Perform computerized analysis of smoke testing data and select dyed water
flooding locations.
Perform dyed water flooding at selected locations and record data on
computenzed data forms and perform computerized analysis of data.
30 locations are assumed in the cost proposal.
4. Perform computerized data analysis of smoke test and dyed water data
with quantification of observed defects.
F. Dyed Water Flooding/TV Inspection
A remote-controlled television camera will be placed in the sewer line to observe
April 23, 1996 A-3
the leakage of water from simultaneous dyed water floodmg 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 12,500 linear feet of television inspection is assumed in the cost proposal. Some
cleaning and televising support may be provided by the City.
ENGINEER will provide coordination of the inspection and simultaneous dyed
water flooding of the suspect defects.
G. Analysis and Report
This part of the project includes perfomung an engineering analysis of field survey
data and developing recommendations for cost-effective WI source repairs and
maintenance repairs. A description of field investigations, engineenng analysis,
and recommended action to reduce I/I in the study area 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.
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 distnbution by line segment.
Perform hydraulic capacity analysis of the 12 -inch and 18 -inch diameter
interceptor in Basin 16 only at dry weather conditions using the
ENGINEER'S CASS WORKS program.
4. Perform hydraulic analysis of the 12 -inch and 18 -inch diameter interceptor
in Basin 16 only at wet -weather conditions at one (1) storm frequency for
existing conditions (no rehabilitation or relief sewers).
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
April 23, 1998 A-4
•
f. Expansion Lining
g. Access Structure Rehabilitation
h. Access Structure Replacement
i. Relief Main Construction
1. Rerouting Sewage Flows
Perform analysis for recommended mfiltration rehabilitation plan based on
applicable rehabilitation method, material, and costs.
7. Perform analysis for recommended inflow rehabilitation and needed relief
sewers (if any) to transport remaining wet -weather flow at one (1) design
storm frequencies. Quantify all public and private I/1 sources identified.
Develop recommendations for rehabilitation of both public and pnvate I/1
sources in priority order, cost estimates by individual rehabilitation type,
and estimated I/1 reduction as a result of the recommendations.
9. Prepare and submit two (2) copies of a brief draft report which includes
results of the I/1 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 brief report will be prepared and submitted to the CITY.
ENGINEER will provide three (3) copies of the final report.
PART 11- BASIN 6 - BASIN 9 EVALUATION
This part of the project will include a reevaluation of main sewer defects in Basin 6
through Basin 9 that were identified during the 1992 Illinois River Watershed Phase I Sewer
Study. These segments are listed in Table 1. The purpose of the reevaluation is to determine if
the sewer segments have been repaired and if not, to confirm the type of repair necessary. The
scope will include dyed water flooding, TV Inspection (to be performed by City), and analysis.
The detailed scope of services is as follows:
A. Dyed Water Flooding
1. Perform dyed water flooding at selected locations to determine leakage rates (12
locations are anticipated).
Television Inspection
April 23, 1998
A-5
C.
Segment
1.
Coordinate with City forces for performing television inspection of sewer lines
listed in Table 1. Television inspection to be performed by City.
Provide one field technician to assist in performing concurrent dyed water flooding
during TV inspection activities.
Data Analysis
Review dyed water flooding and TV inspection results and make recommendations
for repair or replacement of selected line segments.
Incorporate recommendations into Part I report.
Length
(ft)
Table 1
Basin 6 - Basin 9
Main Sewer Defects
Defect
Repair Method
(06)008 - (06)007
(06)025 - (06)024
(06)072 - (06)071
(06)078 - (06)076
(06)082 - (06)080
(06)135 - (06)069
(07)023 -(07)022
(08)086 - (08)085
(09)019 - (09)018
(09)060 - (09)059
(09)101 -(09)100
(09)133 - (09)130
Total
April a3, 1998
65 Main Sewer Defect
359 Storm Sewer Cross Connection
247 Storm Sewer Cross Connection
154 Main Sewer Defect
127 Main Sewer Defect
195 Storm Sewer Cross Connection
190 Storm Sewer Cross Connection
271 Storm Sewer Cross Connection
110 Storm Sewer Cross Connection
289 Main Sewer Defect
220 Storm Sewer Cross Connection
370 Main Sewer Defect
2,597
A-6
Replace
Point Repair
Replace
Point Repair
Point Repair
Replace
Point Repair
Point Repair
Replace
Replace
Replace
Replace
EXIIIBIT 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 mid May 1998.
Months from Notice to Proceed
Mjor Tasks Phase I
Sewer System Study 8
The ENGINEER shall employ manpower and other resources and use professional skill
and dihgence 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 dunng 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 authonzation by the City shall be in writmg 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.
April 23, 1998
B-1
Task Descnption
EXHIBIT C
SUMMARY OF COST
City of Fayetteville
Basin 16 and Hyland Park Area
Sewer System Study
Unit
Cost
Cost
Part I. Sewer System Study
A. Project Administration
B. Flow Monitoring/Analysis
C. Manhole Inspection (667 Manholes)
D. Smoke Testing (125,000 LF)
E Dyed Water Testing (30 tests)
F. Cleaning/TV Inspection (12,500 LF)
G. Data Analysis and Report
Subtotal, Part I
Part II Basin 6-9 Evaluation
A. Dyed Water Flooding (12 tests)
B. Television Inspection Assistance (2,600 LF)
C. Data Analysis
Subtotal, Part II
Total Cost Not -to -Exceed
April 23. 1998
C-1
LS
LS
74.67/EA
0.37/LF
338.00/EA
3.30/LF
LS
300/EA
1.30/LF
LS
20,460
17,400
49,805
46,250
10,140
41,250
25310
$210,615
3,600
3,380
1 000
$ 7,980
$218,595