Loading...
HomeMy WebLinkAbout33-99 RESOLUTION• RESOLUTION NO 3 3- 9 9 A RESOLUTION AWARDING AN ENGINEERING CONTRACT UNDER RFQ98-12 TO RJN GROUP, INC. IN THE AMOUNT OF $588,583, AND APPROVING A 10% PROJECT CONTINGENCY AMOUNT OF $58,858, FOR WATER & SEWER RELOCATIONS IN THE HIGHWAY 265 WIDENING PROJECT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1 That the City Council hereby awards an engineering contract under RFQ98- 12 to RJN Group, Inc. in the amount of $588,583, and approving a 10% project contingency amount of $58,858, for water & sewer relocations in the Highway 265 widening project; and authorizes the Mayor and City Clerk to execute said contract. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. cpAS_SIEp AND APPROVED this 2ntt day of March , 1999. • ,..ter►ei .11 t -' 'I.\ of. ATTEST: By: Heather Woodruff, City Clerk APPROVED. ✓f�/�'j'� By. Fed Hanna, Mayor STAFF REVIEW FORM X AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of 3-2-99 FROM: Sid Norbash An/ Name Engineering Public Works Division Department ACTION REQUIRED: Approval for Hwy 265 Widening (Hwy amount of $588,583.00. Also of $58,858 (10%). COST TO CITY: $647.441.00 Cost of this Request 5400-5600-5808-00 Account Number 97043-10 Project Number of the Engineering Contract with RJN Group, Inc. 45 to Hwy 16) - Water & Sewer Relocations in the , approval of a project contingency in the amount $3.999.559 Hwv 265 Water & Sewer Reloc, Category/Project Budget Category/Project Name -0- Water & Sewer Funds Used To Date Program Name $3.999.559 Water & Sewer Remaining Balance Fund BUD ET REVIEW: Budget Coordinator X Budgeted I dem f Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: Acc C ty A Purchasing Officer GRANTING AGENCY: Date/ AD Coordinat. 14 Date 2_1(,_ 9 4. 14 // a 9 Date Date c2-11.0- 11 In ernal Auditor STAFF RECOMMENDATION: Approval of the Engineering Contract and the contingency amount. Rdministrative Services Director 2-l6 -99 Date t —!6.4.9 Date IBJ_ Date Date Cross Reference New Item: Yes X No Prev Ord/Res N: Orig Contract Date: co 0 • Please return PO to Engineering 1oleuproo0 la8png lenoaddy iaylO 10130.40 ta3I1‘1OS w c 0 v_ 0 0 • a m 0 o • s Total Amount of Purchase Order 00'£854885 $ )rel atgeogddy (ppy) Subtotal Amount of Purchase Order M M SHIPPING & HANDLING CHARGES (IF APPLICABLE) F, S 3 5400-5600-5808.00 Account Number _ 97043-10 Project Number 0 ti qi o o. n a to Inventory Stock No. 0 • c 3 3 0 0• Facility [ Code Description: Model # ender Part 0: LUJ wlucttittb' tttw7. YJ LL7 ifb 16) Water & Sewer Reloca- tions Engineering Contract war- RJN Group, Inc. for Hwy. te In 4 00 • co u, 0 00 w 0 n gi m a •o) 0 m luAaddy pa aH u ragwnN uolptlnbey Its• •.a "wo,.JJ ragwnN'O'd V1 0 0 CO 3 <n 0 0 n O 0. 0 0 m z O >4 0 0 3 0 0 • • • • • • O O% JO 0 O 0 O I-' 0 0 gsegaoN PTS O --1 O T ym RIH C r ar cm v O 0 oal o a,0 In= ma 0(I) y m mx a D y O z ewfN ropuea N 00 IV r 0 z 3 Staff Review Form Description/ Hwy 265 Water & Sewer Reloc. Meeting Date 3-2-99 Project Name Comments: Reference Comments: Budget Director Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor EXHIBIT A CITY OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES STATE OF ARKANSAS COUNTY OF WASHINGTON This Agreement entered into and executed this day of got"' 1999, by and between the City of Fayetteville acting by an through its Mayor hereinafter called the "OWNER" and RJN Group, INC. with offices located in Dallas, Texas hereinafter called the "ENGINEER". WITNESSETH: Whereas, the "OWNER" is planning to relocate and upgrade approximately 23,500 linear feet of water line and 4,200 linear feet of sanitary sewer; and Whereas the "OWNER'S" forces are fully employed on other urgent work that prevents their early assignment to the aforementioned work; and Whereas, the "ENGINEER'S" staff is adequate and well qualified and it has been determined that its current work load will permit completion of the plans for the project on schedule; Now therefore, it is considered to be in the best public interest for the "OWNER" to obtain assistance of the "ENGINEER'S" organization in connection with said engineering services. In consideration of the faithful performance of each party of the mutual covenants and agreements set forth hereinafter, it is mutually agreed as follows: SECTION I - EMPLOYMENT OF ENGINEER The "OWNER" agrees to employ the "ENGINEER" to perform, and the "ENGINEER" agrees to perform, professional engineering services in connection with the project set forth in the Sections to follow; and the "OWNER" agrees to pay and the "ENGINEER" agrees to accept, as specified in the Sections to follow as full and final compensation for work accomplished in the specified time. SECTION 11- DESCRIPTION OF THE PROJECT The Arkansas Department of Transportation is undertaking a project to widen State Highway 265 from Highway 16, north to Highway 45, including improvements to the two intersections at Highway 16 and Highway 265, and Highway 45 and Highway 265. The City of Fayetteville Highway 265 relocation project consists of the relocation of approximately 23,500 linear feet of water line and City of Fayetteville, AR Febn ary 8, 1999 Highway 263 Utility Relocations Page 1 • • 4,200 linear feet of sanitary sewer lines of various sizes to accommodate the new highway pavement alignment. The existing 12 -inch waterline will be replaced with a 12 -inch or a 24 -inch water line, depending on the funds available, and the alternate bid amount, and extended to Highway 16 thus providing a continuous 24 -inch water line for the complete distance between Highway 45 and Highway 16. In addition, a backup power generator will be constructed for the Ash Street Pump Station, as well as a bore and cased 8 -inch water line to cross N. Garland Road at Janice Avenue, and a bore and cased 8 -inch water line to cross Crossover Road at Birdie Drive. SECTION III - INFORMATION & SERVICES The "OWNER" will furnish (on magnetic media or hard copy as may be requested) any existing specifications, standards and other information which may relate to the project including GPS survey data and aerial mapping data, free of charge, to the "ENGINEER". SECTION IV - SERVICES TO BE FURNISHED BY THE "ENGINEER" DURING Services to be furnished by the "ENGINEER" are generally described in Section IV thru Section IX as follows. A detailed Scope of Services to be provided by the "ENGINEER" is included in Appendix "A" and attached hereto and made a part of this agreement. If any items described in Section IV thru Section IX conflict with items in Appendix "A", the items in Appendix "A" will govern. The project will be designed and constructed to meet water and sewer standards in accordance with the "OWNER'S" Water and Sewer, and other related Standards. Construction specifications shall be based on "Standard Specifications for Highway Construction Edition 1993 of the AHTD" and latest special provisions and City of Fayetteville Specifications relating to the design of this project. The design concept with regard to water and sewer relocations, geometric, detours, right-of-way, utility easements, and other related items shall be submitted by the "ENGINEER" (in the form of a Preliminary Engineering Assessment) and approved by the "OWNER" prior to beginning design work. The "ENGINEER" shall provide all field survey data from field work for designing the project and this shall be tied to the "OWNER'S" GPS control network, if established in the project area. The "ENGINEER" shall be responsible for obtaining, interpreting and evaluating geotechnical or any other form of data necessary for the design of this project. The "ENGINEER" shall provide surveying, mapping, and related services as required to prepare Right -of -Way / Easement documents for the "OWNER'S" use in acquisition activities. The "ENGINEER" shall furnish plans to all utility companies affected by the project and if necessary, shall conduct a coordination meeting among all affected utility companies to enable them City of Fayetteville, AR February g. 1999 Highway 265 Utility Relocation, Page 2 • • to coordinate efforts for the necessary utility relocations. This coordination meeting will take place at the early stages of design (approximately 30%) at the City Engineer's office. During the final "design" phase of the project, the "ENGINEER" shall conduct final designs to prepare construction plans and specifications including final construction details and quantities, special provisions, cost estimates, make final field inspection with "OWNER", make any needed plan changes as a result of the final field inspection and all other work required to advertise and receive bids. Prior to the start of construction, the "ENGINEER" shall establish benchmark for elevation control and tie layout work to Fayetteville's GPS, if established in the project area. SECTION Y - COORDINATION WITH "OWNER" The "ENGINEER" shall hold conferences throughout the design of the project with representatives of the "OWNER" to the end that the design, as perfected, shall have full benefit of the "OWNER'S" knowledge and be consistent with the current policies and construction practices of the "OWNER". The "OWNER" reserves the right to accept or reject any or all plans for errors or omissions, but this stipulation will not relieve the "ENGINEER" of responsibility for the design of the project. Plans rejected because of scope and/or alignment change subsequent to final approval of scope and/or alignment, will not constitute non-performance on the part of the "ENGINEER", and the "ENGINEER" shall be entitled to full compensation for such rejected plans. The "ENGINEER" shall be entitled to additional compensation for time and materials above the "not to exceed" fee to revise or otherwise modify the plans to meet the criteria of the modified final scope and/or alignment. SECTION VI - OFFICE LOCATION FOR REVIEW OF WORK Review of the work as it progresses under this Agreement shall be made at the "OWNER'S" City Engineer's office. SECTION VII - CONCEPT AND PRELIMINARY SUBMISSION The "ENGINEER" shall submit two (2) sets of concept plans, two (2) sets of preliminary plans and three (3) sets of the final plans for field inspections. SECTION VIII - FINAL SUBMISSION The final submission for the construction contract shall consist of the following: A. One (1) copy of all design calculations. City of Fayetteville. AR Highway 265 Utility Relocation February 8, 1999 Page 3 Three (3) sets of final plans, contract documents and specifications. The originals of all drawings, specifications and contract documents. All design drawings on magnetic media shall be submitted on disks in DOS format compatible with AutoCAD Release 12 software. D. The "ENGINEER'S" Opinion of Probable cost of construction and an opinion of time in calendar days required for completion of the contract. The "ENGINEER" will submit and secure plan approvals from the Arkansas Department of health. The $500.00 review fee shall be paid by the "ENGINEER" and will be included in the direct cost items. SECTION IX - ENGINEER RESPONSIBILITY DURING "BIDDING" AND "CONSTRUCTION" PHASES During the "Bidding" phase of the project, the "ENGINEER" shall provide all engineering and administrative services needed to obtain bids for the construction project, evaluate the bids, and consult with and advise the "OWNER" as to the acceptability of the best bidder. All costs incurred to advertise the project in public media by the "OWNER". Each prospective bidder will be charged a non-refundable fee for each set of bid documents. This fee will be paid to the "ENGINEER" to offset the costs of printing plans and specifications. During the "Construction" phase of work, the "ENGINEER" shall provide administrative and engineering services including resident construction observation services to determine whether the Contractor has met the requirements of the design plans and specifications. The "ENGINEER" shall review the Contractors progress payment requests based on the actual quantities of contract items completed and accepted, and shall make a recommendation to the "OWNER" regarding payment. SECTION X - SUBCONTRACTING Subcontracting by the "ENGINEER" of any of the services provided herein shall require prior approval by the "OWNER". SECTION XI - TIME OF BEGINNING AND COMPLETION The "ENGINEER" shall begin work under this Agreement within ten (10) days of notice to proceed and shall complete the plans for the construction contract within 255 calendar days. The above completion time is predicated upon the fact that the "OWNER" will cause to be processed approvals of interim work in an expeditious manner, 15 days per submittal, and that a City of Fayetteville, AR February 8, 1999 I lighway 265 Utility Relocations Page 4 • maximum of (3) three submittals will be required. Should more than (3) three submittals for review be necessary, the number of calendar days utilized by the reviewing authority shall be added to the time required to complete the plans for the construction contract. SECTION XII - FEES AND PAYMENTS A. Initial Investigation Services For, and in consideration of, the services to be rendered by the "ENGINEER", the "OWNER" shall pay the "ENGINEER" on the basis of actual salary costs for work time directly connected with work chargeable to the project, plus payroll additives and general overhead costs of 180 % of direct labor costs, plus direct reimbursable expenses associated with the project, plus a fixed fee which are payable as follows: 1) Initial investigation Phase services, to determine new line routing, associated construction costs, state reimbursement documentation and exhibit preparation. "Initial Investigation" Costs not to exceed: $ 28,356.00 2) Fixed fee for "Initial Investigation" services $ 3,403.00 3) Engineering contract amount for "Initial Investigation" phase services not to exceed' $ 31,759.00 "Design' Phase Services: For, and in consideration of, the services to be rendered by the "ENGINEER", the "OWNER" shall pay the "ENGINEER" on the basis of actual salary costs for work time directly connected with work chargeable to the project, plus payroll additives and general overhead costs of 180 % of direct labor costs, plus direct reimbursable expenses associated with the project, plus a fixed fee which are payable as follows: I) 'Design" phase services and "design surveying services" Plan Costs not to exceed: $ 275,325.00 2) Fixed fee for "Design" services: $ 33,040.00 3) Engineering contract amount for "Design" phase services not to exceed' $ 308,365.00 The basis of this upper limit and justification for the fee is contained in Appendix "B" attached hereto. Subject to the City Council approval, adjustment of the upper limit may be made should the "ENGINEER" establish and the "OWNER" agree that there has been or is to City of Fayetteville. AR February g. 1999 Highway 265 Utility Relocations Page 5 • • • be a significant change in scope, complexity or character of the services to be performed; or if the "OWNER" or "State of Arkansas" modify or change the location or alignment of the relocated utilities after final alignment and location have been reviewed and approved by the "OWNER" and "State of Arkansas"; or if the "OWNER" decides to shorten the duration of work from the time period specified in the Agreement for completion of work and such modification warrants such adjustment. Such adjustment in the fee shall require a formal amendment to the "Contract" prior to any additional work by the "ENGINEER". Appendix "C" covers the classification of personnel and the salary rate for all personnel to be assigned to this project by the "ENGINEER". Final payment for Design services shall be made upon the "OWNER'S" approval and acceptance with the satisfactory completion of the "Design" phase for the project. After the required internal reviews and processing by the City of Fayetteville, the city will diligently proceed to make payment to the "ENGINEER" in accordance with the approved payment request within 30 days. All efforts will be made to make payment within the 30 day period, but the City cannot guarantee the 30 day maximum time. C. "Bidding" Phase Services: For "Bidding" phase services rendered by the "ENGINEER", the owner shall pay the "ENGINEER" on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 180% of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed fee which are as follows: 1) "Bidding" phase services costs not to exceed: $ 7,946.00 2) Fixed fee for "Bidding" services. $ 954.00 3) Engineering contract amount for "Bidding" phase services not to exceed: $ 8,900.00 Final payment for "Bidding" phase services shall be made upon the "OWNER'S" approval and acceptance with the satisfactory completion of the "Bidding" phase of the project. "Construction" Phase Services: For "Construction" phase services rendered by the "ENGINEER", the "OWNER" shall pay the "ENGINEER" on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 180 % of direct labor costs (plus direct reimbursable expenses associated wth the project), plus a fixed fee which are as follows: City or Fayetteville. AR Highway 265 Utility Relocations Febhuaryll. 1999 Page 6 • 1) "Construction" phase services costs not to exceed: $ 140,095.00 2) Fixed fee for "construction" phase services: $ 16,811.00 3) Engineering contract amount for "Construction" phase services not to exceed $ 156,906.00 (based upon an assumed construction period not to exceed 265 calendar days, and 1,580 hours of resident engineering) The basis for this estimate is Appendix "B". The "ENGINEER" shall invoice the "OWNER" monthly for construction phase services, and the final payment for "Construction" phase services shall be made upon the "OWNER'S" approval and acceptance with the satisfactory completion of the "Construction" phase of the project. "Geotechnical Investigation" Services: For geotechnical investigative services associated with design, the "OWNER" shall pay the "ENGINEER" on the basis of hourly rates and unit prices set forth in Appendix "E"attached hereto, a fee not to exceed $ 22,820.00. The basis of this upper limit and justification for the fee is based on Appendix "E" and a preliminary estimate of (40) forty geotechnical borings. After approval by the "OWNER", additional borings will be made as necessary on the basis set forth above, for a fee not to exceed S 570.00 each. "Special" Services: For "Special" services, such as preparation of detailed easements and/or construction staking, the "OWNER" shall pay the "ENGINEER" as follows: 1) For "Easement" preparation services, the "OWNER" shall pay the "ENGINEER" on the basis of hourly rates and unit prices set forth in Appendix "F"attached hereto, a fee not to exceed $ 15,000.00. The basis of this upper limit and justification for the fee is based on Appendix "F" and a preliminary estimate of (40) forty easements. After approval by the "OWNER", additional easements will be made as necessary on the basis set forth above, for a fee not to exceed $ 375.00 each. Each "Easement Document" will include: a) Copy of Assessor's Card b) Deed(s) of complete current property ownership c) Individual plat drawings showing: (1) Property (tract) (2) New right-of-way along Hwy. 265 (3) Existing easements, if any (4) Proposed utility easement in metes and bounds d) Written legal description of proposed utility easement area City of Fayetteville. AR February 9, 1999 Highway 265 Utility Relocations Page 7 • • 2) No "construction staking" services will be provided in this agreement. Honzontal and vertical control points will be staked one time only as set forth in Appendix "A" Scope of Work. Any re -staking of control points or construction staking shall be the responsibility of the Contractor. Additional Engineering Services: Additional engineering services includes the preparation of design documents for a backup power generator at the Ash Street Pump Station, as well as a bore and cased 8 -inch water line to cross N. Garland Road at Janice Avenue, and a bore and cased 8 -inch water line to cross Crossover Road at Birdie Drive. For, and in consideration of, the services to be rendered by the "ENGINEER", the "OWNER" shall pay the "ENGINEER" on the basis of actual salary costs for work time directly connected with work chargeable to the project, plus payroll additives and general overhead costs of 180 % of direct labor costs, plus direct reimbursable expenses associated with the project, plus a fixed fee which are payable as follows: 1) Additional engineering "Design" phase services and "design surveying services" Plan Costs not to exceed: 2) Fixed fee for Additional engineering "Design" phase services 3) Indirect Labor (Electrical Engineering Services) 4) Engineering contract amount for Additional engineering "Design" phase services not to exceed: $ 44,833.00 $ 36,012.00 $ 4,321.00 $ 4,500.00 The basis of this upper limit and justification for the fee is contained in Appendix "8" attached hereto. Subject to the City Council approval, adjustment of the upper limit may be made should the "ENGINEER" establish and the "OWNER" agree that there has been or is to be a significant change in scope, complexity or character of the services to be performed; or if the "OWNER" decides to shorten the duration of work from the time period specified in the Agreement for completion of work and such modification warrants such adjustment. Appendix "C" covers the classification of personnel and the salary rate for all personnel to be assigned to this project by the "ENGINEER". Final payment for Additional engineering "Design" phase services shall not be dependent on the completion of items "A through F" of this SECTION XII. Final payment shall be made upon the "OWNER'S" approval and acceptance with the satisfactory completion of the Additional engineering "Design" phase services portion of the project. City of Fayetteville, AR February 8, 1999 Highway 265 Utility Relocations Page 8 • SECTION XIII - CHANGES The "OWNER" may at any time, by written order, make changes within the general scope of the contract in the work and services to be performed. If any such change causes an increase or decrease in the cost of, or the time required for, performance of this contract, an equitable increase or decrease shall be made in the upper limit contract amount, including fee or time of required performance, or both, and the contract shall be modified in writing accordingly. Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a formal contract amendment approved by the Mayor or the City Council in advance of the change in scope, price of fees. Any claim by the "ENGINEER" for adjustment under this clause must be asserted with thirty (30) days from the date of receipt by the "ENGINEER" of the notification of change; provided, however, that the "OWNER" if it decides that the facts justify such action, may receive and act upon any such claim assessed at any time prior to the date of final payment under this contract SECTION XIV - OWNERSHIP OF DOCUMENTS All documents, including original drawings, disks of CADD drawings and/or cross sections, estimates, specification field notes, and data are and remain the property of the "OWNER". The "ENGINEER" may retain reproduced copies of drawings and copies of other documents. SECTION XV - POSTPONEMENT OR CANCELLATION OF THE CONTRACT It is understood that the "OWNER" will have the nght to suspend or cancel the work at any time. Postponement - Should the "OWNER", for any reason whatsoever, decide to postpone the work at any time, the "OWNER" will notify the "ENGINEER" in writing, who will immediately suspend work. During such postponement, any requests by the "OWNER" or its authorized agents for project documentation, data, plans and specifications (preliminary or final), or any other requests that will require the "ENGINEER" to expend labor or direct costs, the "ENGINEER" will be reimbursed for such expenses as set forth in SECTION XII of this Agreement. Should the "OWNER" decide during such suspension not to resume the work, or should such suspension not be terminated within a year, the work shall be cancelled as hereinafter provided. Cancellation - should the "OWNER", for any reason whatsoever, decide to cancel or to terminate the use of the "ENGINEER'S" service, the "OWNER" will give written notice thereof to the "ENGINEER", who will immediately terminate the work. If the "OWNER" so elects, the "ENGINEER" may be instructed to bring a reasonable stage of completion to those items whose value would otherwise be lost. The "ENGINEER" shall turn over all data, City of Fayetteville, .AR February 8. 1999 Highway 265 Utility Relocations Page 9 • charts, survey notes, figures, drawings and other records or information collected or produced hereunder whether partial or complete. Upon such termination of the "ENGINEER'S" services, the "ENGINEER" shall be paid for all salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 180% of direct labor costs (plus all direct reimbursable expenses associated with the project), and a proportional amount of the total fee, less prior partial payments, based on the ratio of work done to the total amount of work to be performed SECTION XVII - MISCELLANEOUS PROVISIONS 1) Any disputes resulting from claims shall be subject to mediation through the Mayor of Fayetteville, and all efforts shall be made by both parties to settle the dispute prior to any legal action by either party. 2) Responsibility for Claims and Liability - The "ENGINEER" shall save harmless the "OWNER" from all claim and liability as a result of its (the "ENGINEER'S") activities, or those of its subcontractors, its agents, or its employees rendering of services under this contract. 3) General Compliance with Laws - The "ENGINEER" shall comply with all federal, state and local laws and ordinances applicable to the work. The "ENGINEER" shall be a professional engineer, licensed in the State of Arkansas. 4) Engineers Endorsement - The "ENGINEER" shall endorse and recommend all plans, specifications, engineer's opinion of construction costs, and engineering data finished by it. All design shall be checked in accordance with accepted engineering practices. All plan quantities shall be checked and verified. SECTION XVIII - SUCCESSORS AND ASSIGNS The "OWNER" and the "ENGINEER" each binds itself and its partners, successors, executors, administrators, and assigns to the other party of this Agreement, except as above, neither the "OWNER" nor the "ENGINEER" shall assign, sublet or transfer its interest in this Agreement without written consent of the other. Nothing herein shall be construed as creating any possible personal liability on the part of any officer or agent of any public body which may be party hereto. SECTION XIX - COVENANT AGAINST CONTINGENT FEES The "ENGINEER" warrants that it has not employed or retained by company or person, other than a bonafide employee working solely for the "ENGINEER", to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bonafide employee working City of Fayetteville, AR February 8, 1999 Page 10 Highway 265 Utility Relocations solely for the "ENGINEER", any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the "OWNER" shall have the right to annul this contract without liability IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be duly executed as of the date and year first herein written. CITY OF FA TTEVILLE By: ATTEST: Attachments: Appendix "A" Appendix "B" Appendix "C" Appendix "D" Appendix "E" RJN GROUP, INC. By: / orized Representative City of Fayetteville, AR Highway 265 Utility Relocations February 8, 1999 Page 11 • • APPENDIX A SCOPE OF SERVICES CITY OF FAYETTEVILLE STATE HIGHWAY 265 UTILITY RELOCATION The following is a summary of the tasks the ENGINEER will perform under this Agreement. Work under this Exhibit includes initial investigation, preliminary engineering, and construction resident engineering for the relocation of approximately 24,000 linear feet of sewer and water lines. The ENGINEER will also provide detail design sheets for approximately 4,000 linear feet of additional 24 -inch water lines in the project area In addition the ENGINEER will provide water line improvements at Janice and Garland Avenue; and Highway 265 and Birdie Street. These improvements will consist of an approximately 100 linear foot bore and tie-in at each location. The ENGINEER will also provide specifications and details for backup power generation at the Ash Street Pump Station. Upon receipt of Notice -to -Proceed the ENGINEER will perform the following tasks: Part I. Initial Investigations a. Conduct preliminary investigations required to determine project feasibility, including site visitations. • Using the AHTD drawings as a base map determine final limits of required water and sewer line relocation. Prepare preliminary mark up drawings and cost estimates using the AHTD drawings. Submit to the OWNER and AHTD for review and approval Part II. Preliminary En in a gDesign a. Investigate easement and Rights -of --Way limits. Provide the OWNER with the technical information for location of the easements 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 OWNER to the ENGINEER. Prepare contract design drawings for water and sewer relocation . Drawings shall indicate permanent and temporary easements for construction based on information supplied by OWNER. Drawings shall include but not be limited to: (1) Title Sheet/Drawing Index, (2) Location Maps, (3) Plan and Profile of Replacement, (4) Special Details, and (5) General Details. City of Fayetteville, AR February 8. 1999 Highway 265 Utility Relocation A-1 Appendix A • • Using OWNER'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. Meet with AHTD to discuss the preliminary engineering and participate in coordination activities with ENGINEER's design team. A total of two (2) meetings are included. e. Procure and coordinate subconsultants for such work as legal surveying, geotechnical services, etc. f. The ENGINEER will consult with the OWNER, public utilities, private utilities, and AHTD to determine the approximate location of above and underground utilities and other facilities that have an impact or influence on the project. The ENGINEER shall deliver three (3) sets of the preliminary construction plans and specifications to the OWNER and AHTD for review. Meet with OWNER throughout the project and after submittal of the preliminary plans to receive input from OWNER's staff. A total of four (4) meetings are included i. Perform final changes to contract documents. Submit seven (7) copies of the final project drawings and contract specifications to the OWNER and AHTD for review. �. Prepare Engineer's Opinion of Probable Construction Cost by major items. Part III. Bidding Assistance For the purpose of the cost proposal, it is anticipated that one (1) construction contract will be bid. The following bidding assistance services are included: Assist the OWNER in advertising, obtaining, and evaluating Bid Proposals for the construction contract and awarding thereof. Provide assistance to the OWNER 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. Assist the OWNER in reviewing the bids for completeness and accuracy. Develop bid tabulations and submit a written recommendation of contract award to the OWNER along with three (3) copies of the bid tabulations. Consult with and advise the OWNER on the responsibility and responsiveness of contractors, the acceptability of subcontractors, substitute materials, and equipment proposed by the project bidders. City of Fayetteville. AR Highway 263 Utility Relocation A-2 February 8.1999 Appendix A • Part IV Construction Resident Ens't -erjng For the purpose of the cost estimate, it is anticipated that the ENGINEER will provide resident engineering services for one construction project. Assist the OWNER in conducting a pre -construction conference with the Contractors by notifying utilities, govemmental agencies, and other interested parties, and answer questions at the conference Resident Engineering 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. Review shop drawings, scheduling, test results, and other submittals which the Contractor is required to submit. Consult with OWNER and act as the OWNER's engineering representative in dealings with the Contractor. Issue instructions of OWNER to Contractor and issue necessary interpretations and clarification of the contract specifications. 4. 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. Provide resident observation for water and sewer construction for general conformance to the contract drawings and contract specifications. Also provide resident observation of acceptance testing and restoration work by the Contractor. (A total of 1,580 hours, or approximately eight (8) months, is included for construction observation personnel.) Review and respond to complaints received by OWNER and report any differences of opinion between the Contractor, ENGINEER and complaining party. Review applications for partial payment with the Contractor for compliance with contract specifications and submit to the OWNER a recommendation for payment. City of Fayetteville, AR February 8, 1999 Highway 265 Utility Relocation A-3 Appedix A • Issue field orders to Contractor after consultation with the OWNER. Review any change orders proposed by the Contractor and provide recommendations to the OWNER. 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. 10. Conduct a final on-site review, in the company of the OWNER and Contractor, to verify the projects are fully complete. Submit a recommendation for final acceptance of the projects to the OWNER. 11. Provide the OWNER 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. 12. 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. part V. Other Direct Labor a. Perform design surveys for water and sewer replacement. Obtain typical soil boring data for relocation of water and sewer lines, as required. Forty (40) locations are estimated. After approval by the OWNER, the ENGINEER will prepare, type, and issue legal description of easements. The OWNER will pay all costs to secure easements as necessary. A maximum of forty (40) easements are included. Additional easements in excess of forty (40) will be prepared at the unit price of $375.00 each as authorized by the OWNER. d. Assist in obtaining permit from Highway, and any other state permits, if necessary, for construction. All permit fees will be paid by the OWNER. Part VI. Other Direct Costs a. The cost for plotting and printing design documents. Printing and binding contract documents and specifications. A total of ten (10) sets of construction plans and contract documents and specifications (three (3) for preliminary submittals, and seven (7) for final submittal) are included. Additional sets as required will be billed at invoice cost plus 12% fee. City of Fayetteville, AR February 8, 1999 Highway 265 Utility Relocation A-4 Appendix A • b. The cost for all necessary travel, lodging and per diem (8 months for resident engineer), transportation and computer usage. CITY ADDITIONAL ENGINEERING SERVICES Part VII. Additional Engtneenng Design Investigate easement and Rights -of -Way limits. Provide the OWNER with the technical information for location of the easements 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 OWNER to the ENGINEER. Provide design drawings for additional 24 -inch waterline routing, two roadway crossings (Birdie Road and Crossover Road, Janice and Garland Avenue), and emergency backup generator for the Ash Street Pump Station. Drawings shall indicate permanent and temporary easements for construction based on information supplied by the OWNER. Basic drawings, such as title sheet, details and general notes shall be provided under Part 11 of this contract. Additional plan and profile sheets and electrical details and notes as necessary to construct the additional 24 -inch waterline and generator will be included in this Part. c. Prepare supplemental specifications to the specifications prepared in Part II as necessary for construction of the 24 inch waterline, crossovers and backup generator. Procure and coordinate sub -consultant electrical engineering services for the design of the backup generator. All submittals and review meetings will be incorporated into Part II of this contract. f Incorporate review comments into final changes to plan and profile sheets and pertinent sections of the contract documents and specifications. Submit final documents as part of the documents of Part II of this contract. g. Prepare Engineer's Opinion of Probable Construction Cost by major items. Part VIII. Other Direct Labor Electrical engineering services to prepare design documents for the construction of an emergency backup generator for the Ash Street Pump Station. City of Fayeneville, AR February 8, 1999 Highway 265 Utility Relocation A-5 Appendix A b. The emergency generator will be sized to provide power to a single 7 '/2 HP 240/460v. 3 phase pump motor. c. Submit preliminary and final design documents and specifications. All documents will be incorporated in the documents that are included in Part II of this contract. a. Plotting and printing costs for preliminary submittal and final submittal of design plans and contract documents and specifications. Costs in this section are limited to documents prepared under City Additional Engineering Services and are of the same number of sets as in Part VI. City of Fayetteville, AR February 8, 1999 Highway 263 Utility Relocation A-6 Appendix A , 1 I , APPENDIX "S" BASIS FOR PROFESSIONAL SERVICES COST BASIC SERVICES CITY OF FAYETTEVILLE, ARKANSAS WORK TASK DESCRIPTION HOURLY RATE WORK Total Cost Estimate ((S) Estimated Manhours PD hr PM hr PE hr ENG hr RE hr OP hr COOT hr Direct Cost (S) PART I. INITIAL INVESTIGATION a Preliminary Investigation 16 48 0 8 0 0 2 S - S 2.44900 b Schematic Routing 4 60 24 0 0 1 3 0 S - S 2,942.00 c Cost Estimates 4 80 0 0 0 0 8 S - S 3 018 00 U Submittal of documents 18 26 0 0 0 4 7 $ - S 1,71800 Subtotal Part I 42 214 24 8 0 7 17 $ - f 10,127.00 PART II - PRELIMINARY ENGINEERING DESIGN a Desi n Surve Coordination 0 16 9 18 0 32 2 $ 1 877.00 b Title and Easement Research 4 12 7 14 0 0 0 $ 1 065 00 c Plan/Profile Sheers 24 123 153 358 0 1378 8 S 44 556.00 d Pro ect S ecfications 2 30 36 72 0 0 120 $ 5 323.00 e. Review Meetin s w/ State 2 12 24 8 0 0 0 8 S 1 588.00 f Sub -Consultant Coordination 2 16 2 4 0 0 2 S80000 j. Utility Locations/Coordination 2 24 12 24 0 0 2 S 1 827 00 hPrelinhrnarySubmrtlaltoCcty 6 16 6 12 0 8 1 $ 1 388 00 1 Review Meetin s w/Ci 5 12 48 18 36 0 0 0 $ 3 422 00 I. Final Documents 4 18 26 53 0 255 26 5 8 01400 k En ineer's Estimate 2 16 20 38 0 0 8 $- S2134.00 Subtotal Part II 70 343 297 628 0 1673 177 $ - $11,994.00 PART III - BIDDINGICONSTRUCTION ASSISTANCE a. Biddin Assistance 2 14 36 4 0 0 5$ - S 1 708.00 b. Bid Tabulations amt Recommendations 1 6 24 8 0 0 3 3 - 3 1 13000 Subtotal Part III 3 20 60 12 0 0 8 S - $ 2.838.00 PART IV - CONSTRUCTION RESIDENT ENGINEERING a Pre -Construction Meetin 2 18 0 0I_30 1 0 2 $- $ 1 354.00 b Resident En ineerm 190 da 5 20 178 0 01 1580 23 37 S - S 41 150.00 c. Construction Meetins 2 14 0 0 40 0 0$ - S t 401 00 Subtotal Part IV 24 210 0 0 1650 23 39 $ - $ 43.905.00 PART V - SUB -CONSULTING a. Design Survey $ 86.004.00 S 66,00400 b Title/Esmi Research and Preparation $ 15 000.00 f 15000.00 c Geotechnical Services $ 22,82000 S 22,820 00 a Construction Control Staking $ 1.99600 S 1996.00 Subtotal Pan V $ 105.820 00 f 105,820.00 PART VI -OTHER DIRECT COSTS a Lodging/Per Diem $ 11.50000 $ 11.500.00 b. Construction Transportation $ 3.880.00 S 3.880 00 c Ainare S 5,500.00 S 5,600.00 d Rental Car/fuel/mileage/tolls S 3 400 00 S 3,40000 e Com utet Usage $ 2.600.00 $ 2,60000 f Plotting Costs $ 1 200 00 S 1 200 00 g. Printing Costs $ 1.250.00 S 1.25000 h Specification Printing $ 260 00 $ 260.00 1 Health Department Review Fee I $ 500.00 S 50000 Subtotal Part VI $ 30.190.00 S 30,190.00 Total Labor PARTS 1. 11. 111. IV 139 787 381 648 1 1650 1703 241 $ 60000 f 129,484.00 Basic Services: Total Labor S 128.864 00 Overhead: S 231.95500 NOTES Sub -consulting Labor $ 105,820.00 1) Item VA is based on 40 easements @ $375 00 each Other Direct Costs $ 30.190 00 2) Item V.d. Geotechnical Services include 40-17 borings Fee: S 46.921 00 3) See attached detail for Survey cost breakdown Total Services: f 543,750.00 B 1 February 8, 1999 APPENDIX "B" (CONTD) BASIS FOR PROFESSIONAL SERVICES COST ADDITIONAL ENGINEERING SERVICES CITY OF FAYETTEVILLE, ARKANSAS WORK TASK DESCRIPTION HOURLY RATE WORK Total Cost Estimate E ) Estimated Manhours PD hr PM hr PE hr ENG hr RE hr OP hr CLOT hr Direct Cost E PART VII -ADDITIONAL ENGINEERING SERVICES a Plan/Profile Sheets 4 11 20 58 0 220 4 S 6.753.00 b. Pro ect Specihcattons 4 4 10 18 0 0 12 E 1 13000 C Sub -Consultant Coordination 1 6 8 0 0 0 0 $ 465 00 d. Utility Locations/Coordination 2 4 8 20 0 6 4 $ 110100 e. Preliminary Submittal to City 1 4 4 9 0 18 0 E 84300 f. Final Documents 2 4 10 12 0 20 0 E 115300 g. Engineers Estimate 2 4 10 10 0 0 12 E - $ 873.00 Subtotal Part VII 16 37 70 127 0 266 32 S - E 12,319.00 PART VIII - SUBCONSULTING Additional Engineering Services a Electrical Engineering $ 4 500 00 S 4.50000 b. Design Survey and Control E 1,02900 S 1 029 00 Subtotal Pan X E 5.529.00 S 5,529.00 PART IX - OTHER DIRECT COSTS Additional E Ineeri Services a. Computer Usage E 40000 E 400.00 b PI Costs E 60.00 S 6000 C. PnntiCosts $ 10000 S 10000 d. Specification Pnntinq E 40.00 $ 40.00 Subtotal Part IX $ 600 00 E 600.00 Total Labor PARTS VII 16 37 70 127 0 266 32 E E. 12,319.00 Additional Engineering Services: Total Labor Overhead' Sub -consulting Labor. Other Direct Costs Fee: Total Additional Services: Total Project: $ $ S $ S $ $ 12.319.00 22.174,00 5.529.00 600.00 4.211,00 44,833.00 588.583.00 B-2 February 8, 1999 APPENDIX 'C' LABOR RATES HOURLY CLASSIFICATION RATE Project Director .......................................... $35.05 /hr Project Manager ......................................... 34.62 /hr Project Engineer ......................................... 27.60 /hr Engineer ............................................... 23.08/hr Resident Engineer ....................................... 21.10 /hr CADD Technician ........................................ 19.48 /hr Clerical................................................ Engineering Direct Labor Overhead Expenses ................. Direct Costs ............................................ 13.00 /hr 180% Invoice+ 10% HOURLY CLASSIFICATION RATE Project Director .......................................... $41.45/hr Principal Engineer ....................................... 28.50/hr Project Survey Manager ................................... 22.50/hr Senior Engineering/Drafting Technician ....................... 17.67/hr Senior Party Chief ....................................... 10.50/hr Instrument Man .......................................... 7.25/hr Registered Surveyor ...................................... 14.02/hr Clerical Support ......................................... 11.68/hr Survey Direct Labor Overhead Expenses ..................... 139% Direct Costs ............................................ Invoice+l0% City of Fayetteville, AR Fcbruwy 8, 1999 Highway 265 Utility Relocatioro C-1 Appendix C APPENDIX 'C' (Cont'd) GEOTECHNICAL INVESTIGATION FEE SCHEDULE HOURLY CLASSIFICATION RATE Mobilization of $1.40/mile (each way)" (from Fayetteville, AR) 575.00 minimum Sail Drilling including Sampling 10.00 per foot Rock Drilling (Rotary Bit) • 12.00 per foot Rock Coring (Diamond Bit)' 30.00 per foot Boring Setup Charge 25.00 per each Standby Time (Rig and Crew On -Site), if required 80.00 per hour Layout of Boring 60.00 per hour Crew Travel Time 60.00 per hour Per Oiem (per night) 60.00 per man Atterberg Limits 45.00 each Moisture Content 8.00 each Unit Weight Test (Soil Sample) 8.00 each Unconfined Compression Test 40.00 each Gradation Tests - Dry Sieve 6.00 each Wet Sieve 25.00 each California Bearing Ration (CBR) - with Std Proctor 250.00 each with Mod Proctor 275.00 each In -situ Permeability 125.00 each In -situ Permeability (Flexwall) 200.00 each Remolded Sample 50.00 each Triaxial Test (Single Stage) 120.00 each Triaxial Test (Multi -Stage) 150.00 each Remolded Sample 50.00 each Draftsman 40.00 per hour Senior Draftsman 55.00 per hour Clerical 31.00 per hour Design Engineer 55.00 per hour Project Engineer (Soils Engr.) 65.00 per hour Project Manager (Senior Soils Engr.) 95.00 per hour Principal Engineer 100.00 per hour Senior Engineering Technician 55.00 per hour Engineering Technician 40.00 per hour Soils Technician 30.00 per hour Two Flagmen 50.00 per hour Mileage 0.32 per mile Backhoe Rental (4 hour minimum) 50.00 per hour Dozer Rental (4 hour minimum) 65.00 per hour • Rock Bits '•' Diamond Bits 275.00 each 460.00 each ••• The Client is responsible for providing access to the site. The Client is responsible for all costs for site mobilization through unstable soil when a dozer is required to move the dell rig around the site. The Client is responsible for all costs involving clearing and access path to each boring location. The Client is responsible for drill bit costs while drilling into and/or through a chert, a very hard limestone formation, or other very hard formation whenever new or slightly used drill bits are worn out during the drill operations. Hourly Rates subject to adjustment annually, on/about July 1st. City of Fayetteville. AR February 8. 1999 Highway 265 Utility Relocation C-2 Appendix C APPENDIX "D" BASIS FOR DESIGN SURVEY CITY OF FAYETTEVILLE ARKANSAS WORK TASK DESCRIPTION HOURLY RATE WORK Total Survey Cost Estimate SiI Estimated Mannours Protect erector hr Principal Engineer hr Project Survey hr Senior EngR7rap hr Senior Party hr lnstr. Man hr . Reg Surveyor hr Clerical hr Total Houn Design Survey 5 20 35 400 500 500 22 10 1492 S 17.932 99 S Total Direct Labor $ 17 933 00 Payroll Expenses S 6 994 00 Subtotal Direct Payrol $ 24 927 00 Travel - 321mr 2000 S 64000 Reproduction, Materials Su $ 86000 Subtotal Direct Costs $ 26 42700 Indirect Costs S 32.50500 Subtotal Direct and Indirect $ 58 932 00 Fae S 707200 SURVEY TOTAL COST: I $ 66,004.00 Control Staking 0 1 2 4 16 16 2 1 42 •S 46790 S Total Direct Labor I S 468 00 Payrol Expenses $ 18300 Subtotal Direct Payroll $ 651 00 Travel - 0 $o 321mi 201 $ 5400 Reproduction, Materiats Supplies $ 8400 Subtotal Okect Costs $ 79900 Indirect Costs S 983.00 Subtotal Direct and Indirect $ 1,782.00 Fee $ 21400 SURVEY TOTAL COST: $ 1.996.00 City Additional Work SutveyandCoiutn#lSt.k.y 0 0 2 2 8 8 1 1 22 $ 24800 S Total Direct Labor $ 248.00 payroll Expenses S 97.00 Subtotal Direct Payroll S 34500 Travel-S032/ms 65 S 2700 Reproduction, Matenals Su $ 40 00 Subtotal Direct Cosh $ 41200 Indirect Coss 5 507 00 Subtotal Direct and Indirect S 91900 Fee $ 11000 SURVEY TOTAL COST: $ 1,029.00 D -I February 8, 1999 APPENDIX "E" BASIS FOR GEOTECHNICAL INVESTIGATION CITY OF FAYETTEVILLE, ARKANSAS Item WORK TASK DESCRIPTION QUANTITY UNITS UNIT PRICE EXTENDED 1 General. Mobilization, Utilities and Clearing 10 Trips S 7500 $ 750.00 Equipment Mobilization and Demobilization (Per Trip) 50 HR S 40.00 S 2,00000 Engineering Technician (For Utility Locations One Call) 40 HR S 65.00 $ 2 600 00 Dozer Rental (For Clearing Sites$4 Hr. Mm Ida 60 HR 5 3000 $ 1 800 00 Soils Technician (Clearing of Saes 12 HR 5 50.00 S 60000 Two Fla ment (For Drilling) $ - Sub -Total: S 7.75000 2 Project Setup Boring Setup Charges 40 EA S 2500 $ 1000.00 Drill Rig and Crew Standby Time (Owing Clearm 20 HR $ 60.00 S 1600.00 Boring Layout 40 HR 5 60.00 $ 2,40000 Sub -Total: I s 5.000 00 3 Soil Drilling and Sampling, ASTM D-1586 & ASTM D-1587 Soil Drilling in Building Area (40 Bon - 12 feet max depth) 480 LF 5 1000 $ 4.800 CO Diamond Core Drilling 40 LF S 30.00 S 1,20000 Sub -Total: $ 6.00000 4 Geotechnical Engineering Report and Recommendations Engineering Supervision Pro ect Manager) 10 HR $ 95.00 $ 95000 Engineenng Analysis & Recommendations (Project E r 20 HR S 65.00 $ 1,30000 Senior Enqineenng Technician 32 HR S 55.00 S 176000 Report Preoaration Clencal 2 HR $ 30.00 $ 60 00 Sub -Total: $4,070.00 ESTIMATE GEOTECHNICAL INVESTIGATION AND ENGINEERING: $ 22.820.00 Note Maximum 40 borings - any additional borings or items shall tt arrnrdirtg to attached Fee Schedule "Appendix 8' - Geottthnic.al E -I February 8, 1999 APPENDIX "F" BASIS FOR EASEMENT PREPARATION AND EXHIBITS CITY OF FAYETTEVILLE ARKANSAS HOURLY RATE WORK Total Survey Cost Estimate Estimated Manhours Project Director Principal Engineer Project Survey Manaq.. error EnyDraft Tech nar Party Chief Insb. Man Reg 9 R Gencal Total Hours WORK TASK DESCRIPTION hr hr hr hr hr hr hr hr (S) Easements Title Research and Preparation 1 3 4 268 22 296 $ 4.20300 $ Total Direct Labor $ 4.20300 Payrou EApefiseS $ 1.639 00 Subtotal Direct P of S 5.84200 Travel - SO 321mi 0 $ Reptoducton, Materials Su $ 164 00 Subtotal Direct Costs S 6 006 00 Inarect costs s 738700 Subtotal Dnect and Indirect S 13 39300 Fee Is 160700 SURVEY TOTAL COST: s 15,000.00 F -I February S. 1999 FAYETTEVILLE INE CITY OT EAYETTEVIUE. ARKANSAS DEPARTMENTAL CORRESPONDEN March 10, 1999 To: Sid Norbash, Engineering From: Heather Woodruff, City Clerk Attached is a copy of the resolution awarding RJN Group the water and sewer relocations for Hwy 265 Widening. I am also returning two originals for you to distribute. The purchase requisition has been forwarded to the Internal Auditor. The Original will be microfilmed and filed with the city clerk. Cc. File Internal Auditor LIWY 265 WIDENING k.2.1 STAFF REVIEW FORM X AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW ,&15 33'?'; For the Fayetteville City Council meeting of 3-2-99 FROM: Sid Norbash .d►✓ Engineering Public Works Name Division Department ACTION REQUIRED: Approval of the Engineering Contract with RJN Group, Inc. for Hwy 265 Widening (Hwy 45 to Hwy 16) - Water & Sewer Relocations in the amount of $588,583.00. Also, approval of a project contingency in the amount of $58,858 (10%). COST TO CITY: $647,441.00 Cost of this Request 5400-5600-5808-00 Account Number 97043-10 Project Number REVIEW: $3,999,559 Category/Project Budget -0- Funds Used To Date $3,999,559 Remaining Balance Hwy 265 Water & Sewer Reloc. Category/Project Name Water & Sewer Program Name x Budgeted Lm Budget Adjustment Attached _ �. Ctq Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY: z�9yDate AD Coordinat Date z Date In ernal Auditor Date v a-iC-C Purchasing Officer Date STAFF RECOMMENDATION: Approval of the Engineering Contract and the contingency amount. V 4 ive Services Director 2 -lb -'n Date t-1649 Date 7y Date New Item: Yes X No_ Prev Ord/Res H: Orig Contract Date: HWY 265 WIDENING A.2.2 ITEVI LLE 1'A1LJ 1 THE CITY OF EAYETIEVIIIE. ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fayetteville City Council Thru: Fred Hanna, Mayor Charles Venable, Public Works Director Jim Beavers, City Engineer From: Sid Norbash, Staff Engineer Date: February 12, 1999 Re: Highway 265 (Hwy 45 to Hwy 16) widening / water & Sewer Relocations - Engineering Contract with RJN Group, INC. Highway 265 is scheduled for major improvements in 1999 by the Arkansas Highway and Transportation Department. These improvements are to take place on Hwy 265 between Highway 45 and Highway 16. A vicinity map is attached for your information. The total estimated construction cost of Water and sewer relocations and adjustments for this project is approximately $3,600,000 , certain portions of which might be reimbursable by Arkansas Highway and Transportation Department. Through our professional selection procedures, RJN Group, INC. was selected to perform the Engineering tasks for this project. Attached is the Engineering Contract for the Design, Bidding, and Construction phases of this project in the amount of $588,583. The City and the Highway Department are in the process of determining the actual percentage of the reimbursable amount for these adjustments. Once the agreement is prepared it will be presented to the Council for approval. The same percentage of reimbursable amount will also apply to the cost of the attached Engineering Contract. Please note per request of David Jurgens, included in this project are two 24" waterline roadway crossings, and emergency backup generator for Ash Street Pump Station. The reason for these inclusions is that the engineering fees and construction costs for the added items will be more favorable as part of a major project such as this. The Staff requests that the Council approve the Engineering Contract with RJN Group, INC. in the amount of $588,583.00 and a Project Contingency amount of $58,858.00 SN/sn Attachments: 2 HWY 265 WIDENING A.2.3 W n p , O o N o N (:11 z - Y z v O Q• W J N tsiV05alii p ?�NN o O -o a U Ci G, U cm o -z L3 F - W um M*.OR a a I 173 z m z Q L(1 N M V C 0 U) ) I x Ix O m 9 OO u N �m �L r LI Cr:� .x X LU a W 07 X >1 R IW O (ii J . • X r J N: r- rr ^^ V' FIT C;r L/L C V L�J• (Y W W C J z HWY.265 WIDENING A.2.4 CITY OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES STATE OF ARKANSAS COUNTY OF WASHINGTON This Agreement entered into and executed this _ day of 1999, by and between the City of Fayetteville acting by and through its Mayor hereinafter called the "OWNER" and RAIN Group, INC. with offices located in Dallas, Texas hereinafter called the "ENGINEER". Whereas, the "OWNER" is planning to relocate and upgrade approximately 23,500 linear feet of water line and 4,200 linear feet of sanitary sewer; and Whereas the "OWNER'S" forces are fully employed on other urgent work that prevents their early assignment to the aforementioned work; and Whereas, the "ENGINEER'S" staff is adequate and well qualified and it has been determined that its current work load will permit completion of the plans for the project on schedule; Now therefore, it is considered to be in the best public interest for the "OWNER" to obtain assistance of the "ENGINEER'S" organization in connection with said engineering services. In consideration of the faithful performance of each party of the mutual covenants and agreements set forth hereinafter, it is mutually agreed as follows: The "OWNER" agrees to employ the "ENGINEER" to perform, and the "ENGINEER" agrees to perform, professional engineering services in connection with the project set forth in the Sections to follow; and the "OWNER" agrees to pay and the "ENGINEER" agrees to accept, as specified in the Sections to follow as full and final compensation for work accomplished in the specified time. The Arkansas Department of Transportation is undertaking a project to widen State Highway 265 from Highway 16, north to Highway 45, including improvements to the two intersections at Highway 16 and Highway 265, and Highway 45 and Highway 265. The City of Fayetteville Highway 265 relocation project consists of the relocation of approximately 23,500 linear feet of water line and City of Fayetteville. AR February 8.1999 I lighway 265 Utility Relocations Page I 4.2.5 4,200 linear feet of sanitary sewer lines of various sizes to accommodate the new highway pavement alignment. The existing 12 -inch waterline will be replaced with a 12 -inch or a 24 -inch water line, depending on the funds available, and the alternate bid amount, and extended to Highway 16 thus providing a continuous 24 -inch water line for the complete distance between Highway 45 and Highway 16. In addition, a backup power generator will be constructed for the Ash Street Pump Station, as well as a bore and cased 8 -inch water line to cross N. Garland Road at Janice Avenue, and a bore and cased 8 -inch water line to cross Crossover Road at Birdie Drive. The "OWNER" will furnish (on magnetic media or hard copy as may be requested) any existing specifications, standards and other information which may relate to the project including GPS survey data and aerial mapping data, free of charge, to the "ENGINEER". Services to be furnished by the "ENGINEER" are generally described in Section IV thru Section IX as follows. A detailed Scope of Services to be provided by the "ENGINEER" is included in Appendix "A" and attached hereto and made a part of this agreement. If any items described in Section IV thru Section IX conflict with items in Appendix "A", the items in Appendix "A" will govern. The project will be designed and constructed to meet water and sewer standards in accordance with the "OWNER'S" Water and Sewer, and other related Standards. Construction specifications shall be based on "Standard Specifications for Highway Construction Edition 1993 of the AHTD" and latest special provisions and City of Fayetteville Specifications relating to the design of this project. The design concept with regard to water and sewer relocations, geometric, detours, right-of-way, utility easements, and other related items shall be submitted by the "ENGINEER" (in the form of a Preliminary Engineering Assessment) and approved by the "OWNER" prior to beginning design work. The "ENGINEER" shall provide all field survey data from field work for designing the project and this shall be tied to the "OWNER'S" GPS control network, if established in the project area. The "ENGINEER" shall be responsible for obtaining, interpreting and evaluating geotechnical or any other form of data necessary for the design of this project. The "ENGINEER" shall provide surveying, mapping, and related services as required to prepare Right -of -Way / Easement documents for the "OWNER'S" use in acquisition activities. The "ENGINEER" shall furnish plans to all utility companies affected by the project and if necessary, shall conduct a coordination meeting among all affected utility companies to enable them City of Fayarcvillc. ,ut Fcbruuy 8. 1999 I lighway 265 Utility Rclocariona Page? HWY 265 WIDENING A.2.6 to coordinate efforts for the necessary utility relocations. This coordination meeting will take place at the early stages of design (approximately 30%) at the City Engineer's office. During the final "design" phase of the project, the "ENGINEER" shall conduct final designs to prepare construction plans and specifications including final construction details and quantities, special provisions, cost estimates, make final field inspection with "OWNER", make any needed plan changes as a result of the final field inspection and all other work required to advertise and receive bids. Prior to the start of construction, the "ENGINEER" shall establish benchmark for elevation control and tie layout work to Fayetteville's GPS, if established in the project area. -iI :' i I A ►. t The "ENGINEER" shall hold conferences throughout the design of the project with representatives of the "OWNER" to the end that the design, as perfected, shall have full benefit of the "OWNER'S" knowledge and be consistent with the current policies and construction practices of the "OWNER". The "OWNER" reserves the right to accept or reject any or all plans for errors or omissions, but this stipulation will not relieve the "ENGINEER" of responsibility for the design of the project. Plans rejected because of scope and/or alignment change subsequent to final approval of scope and/or alignment, will not constitute non-performance on the part of the "ENGINEER", and the "ENGINEER" shall be entitled to full compensation for such rejected plans. The "ENGINEER" shall be entitled to additional compensation for time and materials above the "not to exceed" fee to revise or otherwise modify the plans to meet the criteria of the modified final scope and/or alignment. Review of the work as it progresses under this Agreement shall be made at the "OWNER'S" City Engineer's office. The "ENGINEER" shall submit two (2) sets of concept plans, two (2) sets of preliminary plans and three (3) sets of the final plans for field inspections. SECTION VIII - FINAL SUBMISSION The final submission for the construction contract shall consist of the following: A. One (1) copy of all design calculations. City of Fayetteville. AR February E. 1999 16glnvay 265 Utility Rcbu.tiu,u Page 3 HWY 265 WIDENING A.2.7 B. Three (3) sets of final plans, contract documents and specifications C. The originals of all drawings, specifications and contract documents. MI design drawings on magnetic media shall be submitted on disks in DOS format compatible with AutoCADt Release 12 software. D. The "ENGINEER'S" Opinion of Probable cost of construction and an opinion of time in calendar days required for completion of the contract. E. The "ENGINEER" will submit and secure plan approvals from the Arkansas Department of health. The $500.00 review fee shall be paid by the "ENGINEER" and will be included in the direct cost items. •► ► 1 : •► :.1.. :)111► During the "Bidding" phase of the project, the "ENGINEER" shall provide all engineering and administrative services needed to obtain bids for the construction project, evaluate the bids, and consult with and advise the "OWNER" as to the acceptability of the best bidder. All costs incurred to advertise the project in public media by the "OWNER". Each prospective bidder will be charged a non-refundable fee for each set of bid documents. This fee will be paid to the "ENGINEER" to offset the costs of printing plans and specifications. During the "Construction" phase of work, the "ENGINEER" shall provide administrative and engineering services including resident construction observation services to determine whether the Contractor has met the requirements of the design plans and specifications. The "ENGINEER" shall review the Contractors progress payment requests based on the actual quantities of contract items completed and accepted, and shall make a recommendation to the "OWNER" regarding payment. el •J- -411: !•XI U:WIN Subcontracting by the "ENGINEER" of any of the services provided herein shall require prior approval by the "OWNER". The "ENGINEER" shall begin work under this Agreement within ten (10) days of notice to proceed and shall complete the plans for the construction contract within 255 calendar days. The above completion time is predicated upon the fact that the "OWNER" will cause to be processed approvals of interim work in an expeditious manner, 1 S days per submittal, and that a City or Faycnevillc. Ni February 8, 1999 I lighway 263 Utility Relocation Page 4 HWY 265 WIDENING A.2.8 maximum of(3) three submittals will be required. Should more than (3) three submittals for review be necessary, the number of calendar days utilized by the reviewing authority shall be added to the time required to complete the plans for the construction contract. qNI► al—fl*tEiJaw4g*nj A. Initial Investigation Services For, and in consideration of, the services to be rendered by the "ENGINEER", the "OWNER" shall pay the "ENGINEER" on the basis of actual salary costs for work time directly connected with work chargeable to the project, plus payroll additives and general overhead costs of 180 % of direct labor costs, plus direct reimbursable expenses associated with the project, plus a fixed fee which are payable as follows: 1) Initial investigation Phase services, to determine new line routing, associated construction costs, state reimbursement documentation and exhibit preparation. "Initial Investigation" Costs not to exceed' .................... $ 28,356.00 2) Fixed fee for "Initial Investigation" services' ................... $ 3,403.00 3) Engineering contract amount for "Initial Investigation" phase services not to exceed :.................................... S 31,759.00 B. "Design" Phase Services: For, and in consideration of, the services to be rendered by the "ENGINEER", the "OWNER" shall pay the "ENGINEER" on the basis of actual salary costs for work time directly connected with work chargeable to the project, plus payroll additives and general overhead costs of 180% of direct labor costs, plus direct reimbursable expenses associated with the project, plus a fixed fee which are payable as follows: 1) "Design" phase services and "design surveying services" Plan Costs not to exceed : ................................ $ 275,325.00 2) Fixed fee for "Design" services: ............................ $ 33,040 00 3) Engineering contract amount for "Design" phase services not to exceed :.................................. $308,365.00 The basis of this upper limit and justification for the fee is contained in Appendix "B" attached hereto. Subject to the City Council approval, adjustment of the upper limit may be made should the "ENGINEER" establish and the "OWNER" agree that there has been or is to City of Fayetteville, .Vi February 8. 1999 Highway 26i Utility Relocation page $ HWY 265 WIDENING 1.2.9 be a significant change in scope, complexity or character of the services to be performed; or if the "OWNER" or "State of Arkansas" modify or change the location or alignment of the relocated utilities after final alignment and location have been reviewed and approved by the "OWNER" and "State of Arkansas"; or if the "OWNER" decides to shorten the duration of work from the time period specified in the Agreement for completion of work and such modification warrants such adjustment. Such adjustment in the fee shall require a formal amendment to the "Contract" prior to any additional work by the "ENGINEER". Appendix "C" covers the classification of personnel and the salary rate for all personnel to be assigned to this project by the "ENGINEER". Final payment for Design services shall be made upon the "OWNER'S" approval and acceptance with the satisfactory completion of the "Design" phase for the project. After the required internal reviews and processing by the City of Fayetteville, the city will diligently proceed to make payment to the "ENGINEER" in accordance with the approved payment request within 30 days. All efforts will be made to make payment within the 30 day period, but the City cannot guarantee the 30 day maximum time. C. "Bidding" Phase Services: For "Bidding" phase services rendered by the "ENGINEER", the owner shall pay the "ENGINEER" on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 180% of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed fee which are as follows: 1) "Bidding" phase services costs not to exceed ....................$ 7,946.00 2) Fixed fee for "Bidding" services' ............................... $ 95400 3) Engineering contract amount for "Bidding" phase services not to exceed: .................................... $ 8,900.00 Final payment for "Bidding" phase services shall be made upon the "OWNER'S" approval and acceptance with the satisfactory completion of the "Bidding" phase of the project. D. "Construction" Phase Services: For "Construction" phase services rendered by the "ENGINEER", the "OWNER" shall pay the "ENGINEER" on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 180 % of direct labor costs (plus direct reimbursable expenses associated wth the project), plus a fixed fee which are as follows: City of Fayette vi Ile.AR Highway 263 Uility Relocations Fehvuy S. 1999 Page 6 HWY 265 WIDENING A.2.10 6 I) "Construction" phase services costs not to exceed : ............. S 140,095.00 2) Fixed fee for "construction" phase services: ...................$ 16,811.00 3) Engineering contract amount for "Construction" phase services not to exceed :.................................. $ 156,906.00 (based upon an assumed construction period not to exceed 265 calendar days, and 1,580 hours of resident engineering) The basis for this estimate is Appendix "B". The "ENGINEER" shall invoice the "OWNER" monthly for construction phase services, and the final payment for "Construction" phase services shall be made upon the "OWNER'S" approval and acceptance with the satisfactory completion of the "Construction" phase of the project. E. "Geotechnical Investigation" Services: For geotechnical investigative services associated with design, the "OWNER" shall pay the "ENGINEER" on the basis of hourly rates and unit prices set forth in Appendix "E"attached hereto, a fee not to exceed S 22,820.00. The basis of this upper limit and justification for the fee is based on Appendix "E" and a preliminary estimate of (40) forty geotechnical borings. After approval by the "OWNER", additional borings will be made as necessary on the basis set forth above, for a fee not to exceed S 570.00 each. F. "Special" Services: For "Special" services, such as preparation of detailed easements and/or construction staking, the "OWNER" shall pay the "ENGINEER" as follows: 1) For 'Easement" preparation services, the "OWNER" shall pay the "ENGINEER" on the basis of hourly rates and unit prices set forth in Appendix "F"attached hereto, a fee not to exceed S 15,000.00. The basis of this upper limit and justification for the fee is based on Appendix "F" and a preliminary estimate of (40) forty easements. After approval by the "OWNER", additional easements will be made as necessary on the basis set forth above, for a fee not to exceed $ 375.00 each. Each "Easement Document" will include: a) Copy of Assessor's Card b) Deed(s) of complete current property ownership c) Individual plat drawings showing: (1) Property (tract) (2) New right-of-way along Hwy. 265 (3) Existing easements, if any (4) Proposed utility easement in metes and bounds d) Written legal description of proposed utility easement area City of Faycuc ille. AUi February 3, 1999 lligh%%zy 265 Utility Relocations Page 7 HWY 265 WIDENING A.2.11 2) No "construction staking" services will be provided in this agreement. Horizontal and vertical control points will be staked one time only as set forth in Appendix "A" Scope of Work. Any re -staking of control points or construction staking shall be the responsibility of the Contractor. G. Additional Engineering Services: Additional engineering services includes the preparation of design documents for a backup power generator at the Ash Street Pump Station, as well as a bore and cased 8 -inch water line to cross N. Garland Road at Janice Avenue, and a bore and cased 8 -inch water line to cross Crossover Road at Birdie Drive. For, and in consideration of, the services to be rendered by the "ENGINEER", the "OWNER" shall pay the "ENGINEER" on the basis of actual salary costs for work time directly connected with work chargeable to the project, plus payroll additives and general overhead costs of 180 % of direct labor costs, plus direct reimbursable expenses associated with the project, plus a fixed fee which are payable as follows: I) Additional engineering "Design" phase services and "design surveying services" PlanCosts not to exceed :................................. $ 36,012.00 2) Fixed fee for Additional engineering "Design" phase services:....... S 4,321.00 3) Indirect Labor (Electrical Engineering Services) ................. $ 4,500.00 4) Engineering contract amount for Additional engineering "Design" phase services not to exceed: ...................... $ 44,833.00 The basis of this upper limit and justification for the fee is contained in Appendix "B" attached hereto. Subject to the City Council approval, adjustment of the upper limit may be made should the "ENGINEER" establish and the "OWNER" agree that there has been or is to be a significant change in scope, complexity or character of the services to be performed; or if the "OWNER" decides to shorten the duration of work from the time period specified in the Agreement for completion of work and such modification warrants such adjustment. Appendix "C" covers the classification of personnel and the salary rate for all personnel to be assigned to this project by the "ENGINEER". Final payment for Additional engineering "Design" phase services shall not be dependent on the completion of items "A through F" of this SECTION XII. Final payment shall be made upon the "OWNER'S" approval and acceptance with the satisfactory completion of the Additional engineering "Design" phase services portion of the project. City or Fayetteville, AR Itighway 265 Utility Rclocatimu February 8, 1999 Pagc e HWY 265 WIDENING A.2.12' The "OWNER" may at any time, by written order, make changes within the general scope of the contract in the work and services to be performed. If any such change causes an increase or decrease in the cost of, or the time required for, performance of this contract, an equitable increase or decrease shall be made in the upper limit contract amount, including fee or time of required performance, or both, and the contract shall be modified in writing accordingly. Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a formal contract amendment approved by the Mayor or the City Council in advance of the change in scope, price of fees. Any claim by the "ENGINEER" for adjustment under this clause must be asserted with thirty (30) days from the date of receipt by the "ENGINEER" of the notification of change; provided, however, that the "OWNER" if it decides that the facts justify such action, may receive and act upon any such claim assessed at any time prior to the date of final payment under this contract. M•11S[SRE •T''rem.�1►�'I All documents, including original drawings, disks of CADD drawings and/or cross sections, estimates, specification field notes, and data are and remain the property of the "OWNER". The "ENGINEER" may retain reproduced copies of drawings and copies of other documents. It is understood that the "OWNER" will have the right to suspend or cancel the work at any time. A. Postponement - Should the "OWNER", for any reason whatsoever, decide to postpone the work at any time, the "OWNER" will notify the "ENGINEER" in writing, who will immediately suspend work. During such postponement, any requests by the "OWNER" or its authorized agents for project documentation, data, plans and specifications (preliminary or final), or any other requests that will require the "ENGINEER" to expend labor or direct costs, the "ENGINEER" will be reimbursed for such expenses as set forth in SECTION XII of this Agreement. Should the "OWNER" decide during such suspension not to resume the work, or should such suspension not be terminated within a year, the work shall be cancelled as hereinafter provided. B. Cancellation - should the "OWNER", for any reason whatsoever, decide to cancel or to terminate the use of the "ENGINEER'S" service, the "OWNER" will give written notice thereof to the "ENGINEER", who will immediately terminate the work. If the "OWNER" so elects, the "ENGINEER" may be instructed to bring a reasonable stage of completion to those items whose value would otherwise be lost. The "ENGINEER" shall turn over all data, City of Fayetteville, AR February 8, 1999 I(ig)way 265 Utility Rclocalium Page 9 HWV 265 WIDENING 4.2.13 charts, survey notes, figures, drawings and other records or information collected or produced hereunder whether partial or complete. Upon such termination of the "ENGINEER'S" services, the "ENGINEER" shall be paid for all salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 180% of direct labor costs (plus all direct reimbursable expenses associated with the project), and a proportional amount of the total fee, less prior partial payments, based on the ratio of work done to the total amount of work to be performed 1) Any disputes resulting from claims shall be subject to mediation through the Mayor of Fayetteville, and all efforts shall be made by both parties to settle the dispute prior to any legal action by either party. 2) Responsibility for Claims and Liability - The "ENGINEER" shall save harmless the "OWNER" from all claim and liability as a result of its (the "ENGINEER'S") activities, or those of its subcontractors, its agents, or its employees rendering of services under this contract. 3) General Compliance with Laws - The "ENGINEER" shall comply with all federal, state and local laws and ordinances applicable to the work. The "ENGINEER" shall be a professional engineer, licensed in the State of Arkansas. 4) Engineers Endorsement - The "ENGINEER" shall endorse and recommend all plans, specifications, engineer's opinion of construction costs, and engineering data finished by it. All design shall be checked in accordance with accepted engineering practices. All plan quantities shall be checked and verified. The "OWNER" and the "ENGINEER" each binds itself and its partners, successors, executors, administrators, and assigns to the other party of this Agreement, except as above, neither the "OWNER" nor the "ENGINEER" shall assign, sublet or transfer its interest in this Agreement without written consent of the other. Nothing herein shall be construed as creating any possible personal liability on the part of any officer or agent of any public body which may be party hereto. •► E- - EIAd alEU► IXI The "ENGINEER" warrants that it has not employed or retained by company or person, other than a bonafide employee working solely for the "ENGINEER", to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bonafide employee working City of Farcncvillc. AR Highway 263 Utility Relocations Fcbmary 8. 1999 Page 10 HWY 265 WIDENING A.2.14 solely for the "ENGINEER", any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the "OWNER" shall have the right to annul this contract without liability. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be duly executed as of the date and yearfirst herein written. . , . . . . . .. . CITY OF FAYETTEVILLE : lifidllP. Mayor ....:•: A' orized Representative ATTEST: ATTE By: By: City Clerk Attachments: Appendix "A" Appendix "B" Appendix "C" Appendix "D" Appendix "E" City of Fgmeville, AR Fcbruary8. 1999 Highway 263 Utility Relocetioro PABc I I HWY 265 WIDENING A.2.15 APPENDIX A SCOPE OF SERVICES CITY OF FAYETTEVILLE STATE HIGHWAY 265 UTILITY RELOCATION The following is a summary of the tasks the ENGINEER will perform under this Agreement. Work under this Exhibit includes initial investigation, preliminary engineering, and construction resident engineering for the relocation of approximately 24,000 linear feet of sewer and water lines. The ENGINEER will also provide detail design sheets for approximately 4,000 linear feet of additional 24 -inch water lines in the project area. In addition the ENGINEER will provide water line improvements at Janice and Garland Avenue; and Highway 265 and Birdie Street. These improvements will consist of an approximately 100 linear foot bore and tie-in at each location. The ENGINEER will also provide specifications and details for backup power generation at the Ash Street Pump Station. Upon receipt of Notice -to -Proceed the ENGINEER will perform the following tasks: a. Conduct preliminary investigations required to determine project feasibility, including site visitations. I b. Using the AHTD drawings as a base map determine final limits of required water and sewer line relocation. c. Prepare preliminary mark up drawings and cost estimates using the AHTD drawings. Submit to the OWNER and AHTD for review and approval a. Investigate easement and Rights -of -Way limits. Provide the OWNER with the technical information for location of the easements 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 OWNER to the ENGINEER. b. Prepare contract design drawings for water and sewer relocation . Drawings shall indicate permanent and temporary easements for construction based on information supplied by OWNER. Drawings shall include but not be limited to: (1) Title Sheet/Drawing Index, (2) Location Maps, (3) Plan and Profile of Replacement, (4) Special Details, and (5) General Details. City o(Fayellevillc. AR Febntuy S. 1999 I lighway 263 Utility Relocation A -t Appendix HWY 265 WIDENING A.2.16 c. Using OWNER'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. d. Meet with AHTD to discuss the preliminary engineering and participate in coordination activities with ENGINEER's design team. A total of two (2) meetings are included. e. Procure and coordinate subconsultants for such work as legal surveying, geotechnical services, etc. The ENGINEER will consult with the OWNER, public utilities, private utilities, and AHTD to determine the approximate location of above and underground utilities and other facilities that have an impact or influence on the project. g. The ENGINEER shall deliver three (3) sets of the preliminary construction plans and specifications to the OWNER and AHTD for review. h. Meet with OWNER throughout the project and after submittal of the preliminary plans to receive input from OWNER's staff. A total of four (4) meetings are included Perform final changes to contract documents. Submit seven (7) copies of the final project drawings and contract specifications to the OWNER and AHTD for review. Prepare Engineer's Opinion of Probable Construction Cost by major items. For the purpose of the cost proposal, it is anticipated that one (1) construction contract will be bid. The following bidding assistance services are included: a. Assist the OWNER in advertising, obtaining, and evaluating Bid Proposals for the construction contract and awarding thereof Provide assistance to the OWNER 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. b. Assist the OWNER in reviewing the bids for completeness and accuracy. Develop bid tabulations and submit a written recommendation of contract award to the OWNER along with three (3) copies of the bid tabulations. Consult with and advise the OWNER on the responsibility and responsiveness of contractors, the acceptability of subcontractors, substitute materials, and equipment proposed by the project bidders. City or Fayetteville, AR February 8. 1999 Ilishway 265 Utility Relocation A-2 Appendix A tIWY 265 WIDENING 4..2.17 For the purpose of the cost estimate, it is anticipated that the ENGINEER will provide resident engineering services for one construction project. a. Assist the OWNER in conducting a pre -construction conference with the Contractors by notifying utilities, governmental agencies, and other interested parties, and answer questions at the conference b. Resident Engineering 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. Review shop drawings, scheduling, test results, and other submittals which the Contractor is required to submit. 3. Consult with OWNER and act as the OWNER's engineering representative in dealings with the Contractor. Issue instructions of OWNER to Contractor and issue necessary interpretations and clarification of the contract specifications. 4. 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. 5. Provide resident observation for water and sewer construction for general conformance to the contract drawings and contract specifications. Also provide resident observation of acceptance testing and restoration work by the Contractor. (A total of 1,580 hours, or approximately eight (8) months, is included for construction observation personnel.) 6. Review and respond to complaints received by OWNER and report any differences of opinion between the Contractor, ENGINEER and complaining party. 7. Review applications for partial payment with the Contractor for compliance with contract specifications and submit to the OWNER a recommendation for payment. City or Fayeneville, AR Februaryt. 1999 Ilighway 26! Utility Relocation A-3 Appmdia A HWY 265 WIDENING A.2.18 8. Issue field orders to Contractor after consultation with the OWNER. Review any change orders proposed by the Contractor and provide recommendations to the OWNER. 9. 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. 10. Conduct a final on -site review, in the company of the OWNER and Contractor, to verify the projects are fully complete. Submit a recommendation for final acceptance of the projects to the OWNER. 11. Provide the OWNER 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. 12. ENGINEER is not responsible for the means or sequences of the construction work or the implementation program for safety of the construction contractor and subcontractors and it will be stipulated as such in the contract documents. a. Perform design surveys for water and sewer replacement. b. Obtain typical soil boring data for relocation of water and sewer lines, as required. Forty (40) locations are estimated. c. After approval by the OWNER, the ENGINEER will prepare, type, and issue legal description of easements. The OWNER will pay all costs to secure easements as necessary. A maximum of forty (40) easements are included. Additional easements in excess of forty (40) will be prepared at the unit price of $375.00 each as authorized by the OWNER. d. Assist in obtaining permit from Highway, and any other state permits, if necessary, for construction. All permit fees will be paid by the OWNER. a. The cost for plotting and printing design documents. Printing and binding contract documents and specifications. A total of ten (10) sets of construction plans and contract documents and specifications (three (3) for preliminary submittals, and seven (7) for final submittal) are included. Additional sets as required will be billed at invoice cost plus 12% fee. City of Fayetteville. AR I lighway 265 Utility Relocation M, February 8. 1999 Appendix A HWY 265 WIDENING A.2.19 b. The cost for all necessary travel, lodging and per diem (8 months for resident engineer), transportation and computer usage. CITY ADDITIONAL ENGINEERING SERVICES a. Investigate easement and Rights -of -Way limits. Provide the OWNER with the technical information for location of the easements 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 OWNER to the ENGINEER. b. Provide design drawings for additional 24 -inch waterline routing, two roadway crossings (Birdie Road and Crossover Road, Janice and Garland Avenue), and emergency backup generator for the Ash Street Pump Station. Drawings shall indicate permanent and temporary easements for construction based on information supplied by the OWNER. Basic drawings, such as title sheet, details and general notes shall be provided under Part II of this contract. Additional plan and profile sheets and electrical details and notes as necessary to construct the additional 24 -inch waterline and generator will be included in this Part. c. Prepare supplemental specifications to the specifications prepared in Part II as necessary for construction of the 24 inch waterline, crossovers and backup generator. d. Procure and coordinate sub -consultant electrical engineering services for the design of the backup generator. e. All submittals and review meetings will be incorporated into Part II of this contract. f Incorporate review comments into final changes to plan and profile sheets and pertinent sections of the contract documents and specifications. Submit final documents as part of the documents of Part II of this contract. g. Prepare Engineer's Opinion of Probable Construction Cost by major items. a. Electrical engineering services to prepare design documents for the construction of an emergency backup generator for the Ash Street Pump Station. City orFrycncvillc. ,ut Fcbmary 8. 1999 Highway 263 Utility Relocation A-5 Appendix A HWY' 265 WIDENING A.2.20 ' b. The emergency generator will be sized to provide power to a single 7 1/2 HP 240/460v. 3 phase pump motor. c. Submit preliminary and final design documents and specifications. Al! documents will be incorporated in the documents that are included in Part II of this contract. a. Plotting and printing costs for preliminary submittal and final submittal of design plans and contract documents and specifications. Costs in this section are limited to documents prepared under City Additional Engineering Services and are of the same number of sets as in Part VI. City of Faycueville, AR I li&hway 263 Utility Relocation RA February 8. 1999 Appendix A HWY 265 WIDENING A APPENDIX "B" BASIS FOR PROFESSIONAL SERVICES COST BASIC SERVICES CITY OF FAYETTEVILLE, ARKANSAS WORK TASK DESCRIPTION HOURLY RATE WORK Total Cost Estimate (Si Estimated Mannours PD hr PM hr PE hr ENG hr RE hr OP hr CLOT hr Direct Cost f PART I - INITIAL INVESTIGATION a Preliminary Invests anon 18 48 0 8 0 0 2 S - $ 2 449 00 0 Schematic Routing 4 60 24 0 0 3 0 S - $ 2.94200 c Cori Estimates 4 80 0 0 0 0 B S - $ 3,01800 a Submittal or documents 18 26 0 0 0 4 7 $ $ 1 718 00 Subtotal Pan I 42 214 24 B 0 7 17 S $ 10.127.00 PART II - PRELIMINARY ENGINEERING DESIGN a Des n Surve Coordination 0 16 9 18 0 32 2 S 1 877 00 o Tale and Easement Research 4 12 7 14 0 0 0 f 1065 00 c Plan/Profile Sheets 24 123 153 358 0 1378 8 S 44 556.00 d Pro ect 5 ecifications 2 30 36 72 0 0 120 5 5 323 00 e. Review Meetin s w/ State 2 12 24 8 0 0 0 8 S 1 588.00 f Sub -Consultant Coordination 2 16 2 4 0 0 2 S 80000 Utility Locations/Coordination 2 24 - 12 24 0 0 2 S 1 827.00 hPreliminarySutmrttaitoCity 6 16 8 12 0 8 1 S 1 388.00 i Review Meetin s w/Cit 5 12 48 18 36 0 0 0 f J 422 00 r Final Documents 4 18 26 53 0 255 26 S 8 014.00 k. En sneers Estimate 2 16 20 38 0 I 0 8 5- $ 2 134.00 Subtotal Part II 70 343 297 628 0 I 1673 177 S - $ 71.994.00 PART III - BIDDINGICONSTRUCTION ASSISTANCE a Biddin Assistance 2 14 36 4 0 0 5 S - S1706.00 b. Bid Tabulations and Recrommendations 1 8 24 8 0 0 3 5 - 3 1 130.00 Subtotal Part III 3 20 60 12 0 0 8 $ - $2,838.00 PART IV - CONSTRUCTION RESIDENT ENGINEERING a.Pre-ConstruclionMeeting12 18 0 0 I 30 0 2 S - S 1 354.00 b Res'aent En ineerin 190 days 20 178 0 0 1 1580 23 37 S - S 41 150.00 c. Construction Meetin s 2 14 0 0 1 40 0 0 $- S 1 401.00 Subtotal Part IV 24 210 0 0 I 1650 23 39 S - S 43.905.00 PART V - SUB -CONSULTING a. Design Survey 1 5 66.004 00 S 66 004.00 b Title/Esmt Research and Preparation S 15.000 00 S 15 000.00 c Geotechnical Services $ 22 820.00 $ 22 820.00 a. Construction Control Slaking S 199600 S 1,996.00 Subtotal Part V S 105.82000 $ 105.820.00 PART VI - OTHER DIRECT COSTS a Lodging/Per Diem S 11.50(1.00 S 11 500.00 b Construction Transportation S 3.88000 S 3.880.00 c Airfare S 5.600.00 S 5.600 00 d Rental Caofuetlmaea atolls 5 3.10000 S 3,400 00 e Computer Usage S 2,60000 $ 2,600.00 f Plotting Costs I S 1 20000 S 1,20000 g. Printing Costs $ 1 25000 S 1.25000 I. Specification Printing S 260 00 S 260 00 1 Health Department Review Fee I 5 500 00 S 500 00 Subtotal Part VI 5 30.190.00 $ 30.190.00 Total Labor PARTS 1. 11. 111. IV 139 787 381 648 1650 1703 241 5 60000 S 129.484.00 Basic Services: Total Labor $ 128.864 00 Overhead. $ 231.95500 NOTES Sub -consulting Labor: $ 105.82000 1) Item V b is based on 40 easemen!s ® $375.00 each Other Direct Costs: S 30.190 00 2) Item V d Geotechnical Services include 40.. 12borings Fee. S 46.921 00 3) See aaacned detail for Survey cost breakdown Total Services: $ 543.750.00 B-1 February 8. 1999 HWY 265 WIDENING A,, APPENDIX "B" (CONT'D) BASIS FOR PROFESSIONAL SERVICES COST ADDITIONAL ENGINEERING SERVICES CITY OF FAYETTEVILLE, ARKANSAS WORK TASK DESCRIPTION HOURLY RATE WORK Total Cost Estimate f5 Estimated Manhours PD hr PM hr PE hr ENG hr RE hr DP hr COOT hr Direct Cost S PART VII - ADDITIONAL ENGINEERING SERVICES a PlarVPrahle Sheets 4 11 20 58 0 220 4 5 6 753 00 b Propect Specifications 4 4 10 18 0 0 12 $ 1 13000 C Sub -Consultant Coordination 1 6 8 0 0 0 0 5 465 00 d Utility Locations/Coordination 2 4 8 20 0 8 4 $ 1 101 00 e Preliminary Submittal to City 1 4 4 9 0 18 0 S 84300 1 Final Documents Engineers Estimate 2 2 4 4 10 10 12 10 0 0 20 0 0 12 S •S S 1 153.00 87300 Subtotal Part VII 16 37 70 127 0 266 32 S - $ 12.319.00 PART VIII. SUBCONSULTING (Additional Engineering Services a. Electrical Engineering b. Design Survey and Control $ S 4.500.00 1.02900 $ S 4500.00 1029.00 Subtotal Part X $ 5.529.00 $ 5.529.00 PART IX - OTHER DIRECT COSTS Additional En ineerin Services a Computer Usage $ 400.00 $ 400 00 b. Plotting Costs S 60.00 $ 60.00 C. Pnnting Costs 5 10000 S 10000 tl. Specirication Printing $ 40.00 $ 4000 Subtotal Part IX S 600.00 $ 600.00 Total tabor PARTS VII 16 37 70 1 127 0 266 32 S - $. 12.319.00 Additional Engineering Services: Total Labor Overhead: Sub -consulting Labor Other Direct Costs Fee. Total Additional Services: Total Project: I $ 5 $ S 5 $ S 12.319.00 22.174.00 5,529.00 600.00 4,211.00 44.833.00 588.583.00 B-2 February 8. 1999 HWY 265 WIDENING A.2.23 APPENDIX 'C' LABOR RATES HOURLY CLASSIFICATION RATE Project Director .......................................... $35.05/hr Project Manager ......................................... 34.62 /hr Project Engineer ......................................... 27.60 /hr Engineer............................................... 23.08/hr Resident Engineer ....................................... 21.10 /hr CADD Technician ........................................ 19.48 /hr Clerical ................................................. 13.00/hr Engineering Direct Labor Overhead Expenses ................. 180% Direct Costs ............................................ Invoice+ 10% HOURLY CLASSIFICATION RATE Project Director .......................................... $41.45/hr Principal Engineer ....................................... Project Survey Manager ................................... Senior Engineering/Drafting Technician ....................... Senior Party Chief ....................................... Instrument Man .......................................... Registered Surveyor ...................................... Clerical Support ......................................... Survey Direct Labor Overhead Expenses ..................... Direct Costs ............................................ 28.50/hr 22.50/hr 17.67/hr 10.50/hr 7.25/hr 14.02/hr 11.68/hr 139% Invoice+10% City of Faynto.ille, AR February 8, 1979 1 ighway 263 Utility Relocations C —d Appendix C HWY 265 WIDENING £2.24 APPENDIX 'C' (Cont'd) GEOTECHNICAL INVESTIGATION FEE SCHEDULE HOURLY CLASSIFICATION RATE Mobilization of $1.40/mile (each way)" (from Fayetteville, AR) $75.00 minimum Soil Drilling including Sampling 10.00 per foot Rock Drilling (Rotary Bit) • 12.00 per foot Rock Coring (Diamond Bit)" 30.00 per foot Boring Setup Charge 25.00 per each Standby Time (Rig and Crew On -Site), if required 80.00 per hour Layout of Boring 60.00 per hour Crew Travel Time 60.00 per hour Per Diem (per night) 60.00 per man Atterberg Limits 45.00 each Moisture Content 8.00 each Unit Weight Test (Soil Sample) 8.00 each Unconfined Compression Test - 40.00 each Gradation Tests - Dry Sieve 6.00 each Wet Sieve 25.00 each California Bearing Ration (CBR) - with Std Proctor 250.00 each with Mod Proctor 275.00 each In -situ Permeability 125.00 each In -situ Permeability (Flexwall) 200.00 each Remolded Sample 50.00 each Triaxial Test (Single Stage) 120.00 each Triaxial Test (Multi -Stage) 150.00 each Remolded Sample 50.00 each Draftsman 40.00 per hour Senior Draftsman 55.00 per hour Clerical 31.00 per hour Design Engineer 55.00 per hour Project Engineer (Soils Engr.) 65.00 per hour Project Manager (Senior Soils Engr.) 95.00 per hour Principal Engineer 100.00 per hour Senior Engineering Technician 55.00 per hour Engineering Technician 40.00 per hour Soils Technician 30.00 per hour Two Flagmen 50.00 per hour Mileage 0.32 per mile Backhoe Rental (4 hour minimum) 50.00 per hour Dozer Rental (4 hour minimum) 65.00 per hour • Rock Bits • Diamond Bits 275.00 each 460.00 each ••• The Client is responsible for providing access to the site. The Client is responsible for all costs for site mobilization through unstable soil when a dozer is required to move the drill rig around the site. The Client is responsible for all costs involving clearing and access path to each boring location. The Client is responsible for drill bit costs while drilling into and/or through a chert, a very hard limestone formation, or other very hard formation whenever new or slightly used drill bits are worn out during the drill operations. Hourly Rates subject to adjustment annually, on/about July 1st. City of F.ycueville, AR Fcbniaq 8 1999 l lighway 265 Utility Rclocations C-2 MVcnth<C HWY 265 WIDENING A.2.25 APPENDIX "D" BASIS FOR DESIGN SURVEY CITY OF FAYETTEVILLE, ARKANSAS WORK TASK DESCRIPTION HOURLY RATE WORK Total Survey Cost Estimate 151 Estimated Mannours Project Duenor hr Pnncipal Engineer hr Project Survey hr Senior Eng/Dratt hr Senior Parry hr InSir Man nr Reg Surveyor hr Clerical hr Total Hour! Design Survey 5 20 35 400 500 500 22 10 1492 S 1793299 $ Total Direct Labor S 17 933 00 Pa roll Expt,nse, S 5 994 00 Subtotal Direct Pa roll $ 24 927 CO Travel -$0321m, 2000 S 54000 Re roducoon Materials Suppes I S 86000 Subtotal Direct Costs• I $ 26 427 00 in erect Corn S 32505 00 Subtotal Direct and Indirect $58 F!e _93200 I S 707200 SURVEY TOTAL COST: S 88,004.00 ConuolStaking 0 1 2 4 16 16 2 1 42 S 467 90 5 Total Ouect Labor S 468 00 Payroll Ex enses 5 183 00 Subtotal Direct P roll 5 651 00 Travel - r8 SO 321mi 201 5 64 00 Re oducoon Matenals Su es S S4 00 Subtotal Direct Costs $ 799 00 Indirect Ccsts $ 993 CO Subtotal Direct and Indirect I S 1 762 00 Fee S 21400 SURVEY TOTAL COST: S 1,996.00 City Additional Work Sane and Control Stakin 0 0 2 2 8 8 1 1 22 5 24800 IS Total Otrec! Labor I $ 248 00 Payroll Expenses I $ 97 00 Subtotal Direct Pa roti S34500 00 Travel 50 32brmi 85 S 27 00 Re roducoon Matenars Su es S 40 CO Subtotal Direct Costs S 412 CO Indirect Costs $50700 Subtotal Direct and Indirect S 91900 Fee S 11000 SURVEY TOTAL COST: S102900 Di February S. 1999 HWY.265 WIDENING A.2.26 APPENDIX "E" BASIS FOR GEOTECHNICAL INVESTIGATION CITY OF FAYETTEVILLE. ARKANSAS Itom WORK TASK DESCRIPTION QUANTITY UNITS UNIT PRICE EXTENDED 1 General, Mobilization. Utilities and Clearing 10 Trios 5 7500 $ 75000 Equipment Mobilization and Demobilization (Per tip) 50 HR S 4000 S 2.000 00 Engineering Technician (For Utility Locations One Calr' 40 HR S 65 CO $ 2 600 CO Dozer Rental (For Clearing Sites 4 Hr Min Ida 60 HR S 3000 S 180000 Soils Technician (Clearing of Sites) 12 HR $ 5000 S 60000 Two Fla ment For Drilling) I S - Sub -Total: S 7.75000 2 Pro oct Setup Boring Setup Charges 40 EA S 2500 $ 100000 Drill Rig and Crew Standby Time (During Clearing 20 HR S 8000 S 1 60000 Boring Layout 40 HR $ 6000 S 2.40000 Sub -Total: $ 5.00000 3 Soil Drilling and Sampling. ASTM D-1586 & ASTM D-1587 Soil Drilling in Budding Area (40 Borings - 12 feet max depth) 480 LF $ 1000 S 4 800 00 Diamond Core Drilling 40 LF $ 3000 S 120000 Sub -Total: $ 6.000.00 4 Geotechnical Engineering Report and Recommendations Engineering Supervision Project Manager) 10 HR 5 95 00 $ 95000 Engineering Analysis & Recommendations (Project E r 20 HR S 6500 S 1,30000 Senior Engineering Technician 32 HR $ 5500 S 1,760 00 Report Preparation (Clerical) 2 HR 5 3000 $ 60 00 Sub -Total: $ 4,070.00 ESTIMATE GEOTECHNICAL INVESTIGATION AND ENGINEERING: S 22.820.00 Note Maximum 40 corings - any addition) borings or items shall be according to attacrled Fee Schecule 'Appendix 'B- f:anrnrnnnal E -I February 3, 1999 HWY 265 A.2.27 WIDENING APPENDIX ••F" BASIS FOR EASEMENT PREPARATION AND EXHIBITS CITY OF FAYETTEVILLE ARKANSAS HOURLY RATE WORK soul Survey Cost Estimate Estimated Mannoure Pro ect Director Pnnapal Engineer Project MaSurvey r Senior Eng/Draft Tech Senior Party Chief Instr. Man Reg Surveyor Clerical Total HoHoursn WORK TASK DESCRIPTION ht hr hr hr hr hr hr hr IS) Easements Title Research and Pre ration 1 3 e 286 22 296 S 4.203 CO S Total Direct Labor $ 4 203 00 Payros E nses $ 1 639 00 Subtotal Direct Pa roll S 5 842 00 Travel - SO 32/mi. 0 5 Reproduction. Materials Supple S 16400 Subtotal Direct Costs $ 6 006 00 Inarect Costs S 738? 00 Subtmal Direr, and tn&rect $ 13 393 00 Fee $ 1 607 00 SURVEY TOTAL COST: S 75.000.00 F- I Februan• 3, 1999 • MTCROF!LP#D STAFF REVIEW FORM AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW /Res. 33 99 AmneMd -�_ For the Fayetteville City Council meeting of Mayor's Approval Only FROM: Sid Norbash Engineering Public Works Name Division Department ACTION REQUIRED: Approval of the Amendment #1 to the Engineering Contract with RJN Group, Inc. , reference to Hwy 265 Widening (Hwy 45 to Hwy 16) -Water & Sewer Relocations, in the not to exceed amount of $50,000, to be funded by the Project Contingency amount of $58,858. COST TO CITY: $50.000 S3.028.543 (2000) Hwy 265 Water & Sewer Relo. Cost of this Request Category/Project Budget Category/Project Name 5400-5600-5808.00 $2,610,333 Account Number Funds Used To Date 97043-0010 $418.210 Project Number Remaining Balance BUDGET REVIEW: Budgeted Item Budget Coordinator EW: Date Capital Water Mains Program Name Budget Adjustment Attached Administrative Services Director GRANTING AGENCY: ADA Coordinator Date 11 /flwtI,StnLDL 9/4v �Datte Internal A itor Date 1 OO Purchasing Officer Date STAFF RECOMMENDATION: Approval of the Contract Amendment #1. Div sion Head 'Oath Department Director cute d �inistr ive S r ices Director Da e New Item: Yes_ No Contract # 697 Contract Date: 3-2-1999 Prev Ord/Res 0: 33-99 E Staff Review Form Description/ Hwy 265 Water & Sewer Reloc. Meeting Date Mayor's Approval Project Name RJN Eng. Contract Comments: Reference Comments: Budget Director Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor FAYETTEV&LE � THE CITY OF FAYETTEVILLE. ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fred Hanna, Mayor Thru: Charles Venable, Public Works Director �l Jim Beavers, City Engineer From: Sid Norbash, Staff Engineer Date: September 5, 2000 Re: Highway 265 Water & Sewer Relocations Engineering Contract Amendment #1 The above referenced project is under construction and the construction days will exceed the estimated number. There are a number of reasons for this, however the three main reasons are that because of unexpected water main location deviations ( from previously located positions), and complexity of the project, and encounter with solid rock this project is taking longer than anticipated. RJN Group, Inc., the Project Engineer has prepared the attached Amendment #1 to the Engineering Contract (Construction Management Phase) The total increase in the contract amount is $50,000, which will be funded from the approved contingency amount, by Council Resolution #33-99, which is attached. We request your approval of this amendment. SN/sn RESOLUTION NO. 33-99 A RESOLUTION AWARDING AN ENGINEERING CONTRACT UNDER RFQ98-12 TO RJN GROUP, INC. IN THE AMOUNT OF $588,583, AND APPROVING A 10% PROJECT CONTINGENCY AMOUNT OF $58,858, FOR WATER & SEWER RELOCATIONS [N THE HIGHWAY 265 WIDENING PROJECT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: S.eciionl. That the City Council hereby awards an engineering contract under RFQ98- 12 to RJN Group, Inc. in the amount of $588,583, and approving a 10% project contingency amount of $58,858, for water & sewer relocations in the Highway 265 widening project; and authorizes the Mayor and City Clerk to execute said contract. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. SPkSSFP AND APPROVED this 2nd day of March , 1999. \`-\ APPROVED• • r� ri.' _1 . r 6i By:____________________________ Lam .r^A; �. ' � 3' Fred Hanna, Mayor it 1 _� C ATTEST:` ' By 1��Z.c�� Heather Woodruff, City Clerk�� 'V N RJN GROUP, INC. Engineering and Information Technology Services An Employee -Owned Firm August 23, 2000 Mr. Sid Norbash City of Fayetteville 113 W. Mountain St. Fayetteville, AR 72701 Subject: Hwy 265 Relocations - Amendment No. I RJN #18148500 Dear Mr. Norbash: AUG25 5 ----------== Attached is Amendment No. I for your review and execution for additional construction services. The additional services include construction survey staking for Phase I1 and extended resident engineering services. We appreciate the opportunity to continue to be of service to the City of Fayetteville. Should you have any questions, or require additional information, please call. xc: Hugh Kelso file Enclosure Very truly yours, RJN Group, In Thomas A. Harris, P. Senior Project Manager 12160 Abrams Road, Suite 206 • Dallas, Texas 75243 Phone 9721437-4300 • Fax 972/437-2707 • www.rjn.com Amendment No. I WHEREAS, on the 2nd day of March 1999 the City of Fayetteville, Arkansas and RJN Group, Inc. made and entered into a contract for Engineering Services related to Highway 265 Water and Sewer Relocations, 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 Arkansas, hereinafter called "City" and RJN Group, I and enter into the following agreement: corporation situated in Washington County, nc., hereinafter called "Engineer", hereby make The March 2, 1999 contract 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 $50,000.00 to $638,583 00. All other provisions, covenants, recitals, terms and conditions of the Contract, which arc 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 — day of , 2000. Senior Project Manager Title ATTEST CITY OF FAYETTEVILLE Sig ure Mayor Title FAYETTEV?LLE THE CITY OF EAYETTEVIELE. ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Sid Norbash, Engineering From: I -leather Woodruff, City Clerk Date: September 12, 2000 Attached is a copy of the completed staff review form and signed amendment to the engineering contract with RJN Group for the Hwy 265 Widening project. I am also returning two originals. The original will be microfilmed and filed with the City Clerk. cc: Nancy Smith, Internal Auditor AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW For the Fayetteville Cit MICROFILMED STAFF REVIEW FORM Council meeting o Ste. Sid Norbash Engineering Public Works Name Division Department ACTION REQUIRED: Approval of the Amendment #2 to the Engineering Contract with RJN Group, Inc. , reference to Hwy 265 Widening (Hwy 45 to Hwy 16) -Water & Sewer Relocations, in the not to exceed amount of $20,000, to be funded by the Project Contingency amount of $340,796(see attached summary sheet). COST TO CITY: $20.000 not to exceed S 316.035 (2001) Hwy 265 Water & Sewer Relo. Cost of this Request Category/Project Budget Category/Project Name 5400-5600-5808.00 $ 189.529 Capital Water Mains Account Number Funds Used To Date Program Name 97043-0010 5126.506 Water and Sewer Fund Project Number Remaining Balance Fund BUDGET LW: Budgeted Item Budget Adjustment Attached Budget oordinator Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: Accounting Manager Date GRANTING AGENCY: ADA Coordinator Date C ity Attorney Date In ernal uditor Date Purchasing Officer Date STAFF RECOMMENDATION: Approval of the Contract Amendment #2. Di�ision Head Administrative Services Director ayor New Item: Yes_ No Date / Contract 4 697 Contract Date: 3-2-1999 Prev Ord/Res 6: 33-99 Date 7 Orig Contract Date: Date Staff Review Form Description/ -Hwy 265 Water 6 Sewer Reloc.------- Meeting Date____. Project Name Comments: Reference Comments: Budget Director Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor A Db o.uf #1 1`s t50,oav ( f 4 5o858) FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Dan Coody, Mayor Thru: Greg Boettcher, Public Works Director Jim Beavers, City Engineer From: Sid Norhash, Staff Engineer Date: August 13, 2001 Re: Highway 265 Water & Sewer Relocations Engineering Contract Amendment #2 The above referenced project is now completed and the construction days exceeded the estimated number. RJN Group has asked for an amendment to the contract. There are a number of reasons for this, however the three main reasons are : (1) complexity of the project, (2) encounter with solid rock for most of the project, (3) seven change orders resulting change of scope by $345,473.02 over the original construction contract amount. The added work to this project made the project take longer than anticipated, therefore increased the construction management cost. RJN Group, Inc., the Project Engineer has prepared the attached Amendment #2 to the Engineering Contract (Construction Management Phase) The total increase in the contract amount is a not to exceed amount of $20,000, which will be funded from the approved contingency amount, by Council Resolution # 156-00, of which a copy is attached, along with a summary of the use of contingency amount and the Engineering Contract cost. The amount requested is 8% of the cost of the additional work to the construction contract which is considered reasonable, therefore, the Staff is recommending approval of the attached amendment #2. SN/sn attachments: (2) Summary of Contingency Expenditure Approved by the Council Resolution 156-00 $340,796 Less previous uses of contingency 100,305 Less balance of Change Order #5 131,132 Less additional change orders 49,780 Balance of contingency $ 59,579 Summary of RJN Group, Inc. Contract Original Contract Amount $588,5831 Amendment #1 increase 50,858 Total to date $638,583 k ° ��o Amendment #2 (not to exceed) 20,000 - Total after Amendment #2 RESOLUTION NO. 156-00 A RESOLUTION APPROVING BASIC CONSTRUCTION CO., INC., CHANGE ORDER NO. 5 IN THE AMOUNT OF $251,132.02; AUTHORIZING THE COMBINATION OF PHASE I AND PHASE II OF HWY 265 WIDENING (HWY 45 AND HWY 16) WATER AND SEWER RELOCATION CONTINGENCY AMOUNTS FOR THE TOTAL PROJECT CONTINGENCY IN THE AMOUNT OF $340,796; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby approves Basic Construction Co., Inc., Change Order No. 5 in the amount of $251,132.02. A copy of the change order is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The City Council hereby authorizes the combination of Phase I and Phase II Hwy 265 Widening (Hwy 45 and Hwy 16) Water and Sewer Relocation contingency amounts for the total project contingency amount of $340,796. Section 3. That City Council hereby approves a budget adjustment in the amount of $120,000 by increasing Water Line Improvements, Acct. No. 5400 5600 5808 00, Project No. 97043 20 decreasing Use of Fund Balance, Acct. No. 5400 0940 4999 99. A copy of the budget adjustment is attached hereto marked "Exhibit B" and made a part hereof. PASSED AND APPROVED this ,L day of November . 2000. APPROVED• By. Fed Hanna, Mayor ATTEST: By: Heather Woodruff, City C k Amendment No. 2 WHEREAS, on the 2nd day of March 1999 the City of Fayetteville, Arkansas and RJN Group, Inc. made and entered into a contract for Engineering Services related to Highway 265 Water and Sewer Relocations, and; WHEREAS, the City of Fayetteville and RJN Group, Inc. desire to amend said Contract, so as to include therein the necessary scope of work; NOW THEREFORE, KNOW ALL MEN BY THESE PRESENTS: That the City of Fayetteville, a municipal corporation situated in Washington County, Arkansas, hereinafter called "City" and RJN Group, Inc., hereinafter called "Engineer", hereby make and enter into the following agreement: The March 2, 1999 contract 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 $20,000.00 to $658,583.00. 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 3 day of___ , 2000. • ., Senior Project Manager Title ATTEST CITY OF FAYETTEVILLE Signature Mayor Title SI CITY OF FAYETTEVILLE, ARKANSAS 0 RJN GROUP, INC. /NJexu, 3,FQg' THIS AGREEMENT made this �3 day of lw_, 1998 by and between the City of Fayetteville, hereinafter called OWNER and RJN GROUP, INC., Dallas, Texas hereinafter called ENGINEER. WHEREAS, the OWNER must relocate various utilities for the expansion of State Highway 265 (Crossover Road). NOW, therefore, the OWNER hereby engages the ENGINEER to provide the following professional services as set forth in this agreement. T1i' u • ► RI The ENGINEER agrees to furnish and perform various professional engineering services related to the relocation of water and wastewater lines related to the expansion of State Highway 265. Services include engineering design, bidding assistance, and resident engineering related to the utility relocation. The services for this Agreement are further described in Exhibit A attached and hereto made part of this Agreement. 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. October 20, 1998 AGREEMENT (Cont.) Mew/►1 t t ... t Mr. Sid Norbash , 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: 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 water and sewer systems, 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. Arrange for access to and make all provisions for ENGINEER to enter upon public property, public easements, private property as possible, as required for ENGINEER to perform his services. 4. Examine studies, reports, sketches, drawings, specifications, proposals and other documents presented by ENGINEER, obtain advice of any attorney, insurance counselor and other consultants as OWNER deems appropriate for such examination and render in writing decisions pertaining thereto within a reasonable time so as not to delay the services of ENGINEER. 5. Provide such accounting, independent cost estimating, and insurance counseling services as may be necessary for the Project, such legal services as OWNER may require or ENGINEER may reasonable request with regard to legal issues pertaining to the Project. 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. October 20, 1998 2 AGREEMENT (Cont.) 7. Bear all costs of advertising the construction bid request. Perform all negotiations related to obtaining easements, permits, and licensing agreements for the project. 9. Provide copies of all available as -built records for water and sewer lines in project area. 10. Bear all costs incident to compliance with the requirements of this Section III. Section IV - Schedule of Servic 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. Compensation to the ENGINEER by the OWNER for work set forth in this Agreement will not exceed $547,691.00 without prior written approval of the OWNER. Compensation to the ENGINEER shall be as detailed in Exhibit C. Individual subtotals for services in Exhibit C are for estimating purposes only and are not individual upper limits for each major work task. The ENGINEER's "Not -to -Exceed" fee is based on developing one set of plans and specifications after a final alignment for all relocations has been established and approved by the City and State. Changes in alignment, not due to errors or omissions by the ENGINEER, and subsequent to approval of the established locations, may result in additional work that exceeds the budgeted contract amount. Such additional work will be documented and invoiced at an actual hourly labor rate, plus overhead and fee, (180% ) and (12%) respectively. October 20, 1998 AGREEMENT (Cont.) 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. w.nr.j,p'j-f r. si . r. 1, The ENGINEER shall perform all services under this Agreement in accordance with the standards of the engineering profession. 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. 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. 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 October 20, 1998 4 AGREEMENT (Cont.) 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. 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. The ENGINEER warrants that it has not employed or retained by company or person, other than a bonafide employee working solely for the "ENGINEER", to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the "ENGINEER", any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this contract. For the breach or violation of this warranty, the "OWNER" shall have the right to annul this contract without liability. 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. October 20, 1998 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. 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 20, 1998 6 AGREEMENT (Cont.) IN WITNESS THEREOF, the parties hereto have caused this Agreement to be executed and their seals to be hereto affixed, this 23 day of Act? , 1998. For the OWNER: CITY OF FAYE1TEVILLE Name Title ATTEST: For the ENGINEER: RJN GROUP, INC. Name Regional Vice President Title Attachments: Exhibit A - Scope of Services Exhibit B - Work Schedule Exhibit C - Compensation Schedule October 20, 1998 7 EXHIBIT A SCOPE OF SERVICES CITY OF FAYETTEVILLE STATE HIGHWAY 265 UTILITY RELOCATION The following is a summary of the tasks the ENGINEER will perform under this Agreement. Work under this Exhibit includes initial investigation, preliminary engineering, and construction resident engineering for the relocation of approximately 24,000 linear feet of sewer and water lines. The ENGINEER will also provide detail design sheets for water line improvements at Janice and Garland Avenue and Highway 265 and Birdie Street. These improvements will consist of an approximately 100 linear foot bore and tie-in at each location. The ENGINEER will also provide specifications and details for backup power generation at the Ash Street Pump Station. Upon receipt of Notice -to -Proceed the ENGINEER will perform the following tasks: a. Conduct preliminary investigations required to determine project feasibility, including site visitations. Using the AHTD drawings as a base map determine final limits of required water and sewer line relocation. c. Prepare preliminary drawings and cost estimates using the AHTD drawings. Submit to the OWNER and AHTD for review and approval •.. is a ,.. 1• �=7.i• 'i a. Perform design surveys for water and sewer replacement. Investigate easement and Rights -of -Way limits. Provide the OWNER with the technical information for location of the easements 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 OWNER to the ENGINEER. c. Prepare contract design drawings for water and sewer relocation . Drawings shall indicate permanent and temporary easements for construction based on information supplied by OWNER. Drawings shall include but not be limited to: (1) Title Sheet/Drawing Index, (2) Location Maps, (3) Plan and Profile of Replacement, (4) Special Details, and (5) General Details. October 20, 1998 A-1 EXHIBIT A (Cont.) d. Using OWNER'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. e. Meet with AHTD to discuss the preliminary engineering and participate in coordination activities with ENGINEER's design team. A total of two (2) meetings are included. f. Procure and coordinate subconsultants for such work as legal surveying, geotechnical services, etc. g. The ENGINEER will consult with the OWNER, public utilities, private utilities, and AHTD to determine the approximate location of above and underground utilities and other facilities that have an impact or influence on the project. h. The ENGINEER shall deliver two (2) sets of the preliminary construction plans and specifications to the OWNER and AHTD for review. I. Meet with OWNER throughout the project and after submittal of the preliminary plans to receive input from OWNER's staff. A total of four (4) meetings are included. j. Perform final changes to contract documents. Submit seven (7) copies of the final project drawings and contract specifications to the OWNER and AHTD for review. k. Prepare Engineer's Opinion of Probable Construction Cost by major items. 1. Obtain typical soil boring data for relocation of water and sewer lines, as required. Forty (40) locations are estimated. 2. After approval by the OWNER, the ENGINEER will prepare, type, and issue legal description of easements. The OWNER will secure easements as necessary. A maximum of forty (40) easements are included. 3. Assist in obtaining permit from Highway, and any other state permits, if necessary, for construction. October 20, 1998 A-2 EXHIBIT A (Cont.) For the purpose of the cost proposal, it is anticipated that one (1) construction contract will be bid. The following bidding assistance services are included: a. Assist the OWNER in advertising, obtaining, and evaluating Bid Proposals for the construction contract and awarding thereof. Provide assistance to the OWNER 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. b. Assist the OWNER in reviewing the bids for completeness and accuracy. Develop bid tabulations and submit a written recommendation of contract award to the OWNER along with three (3) copies of the bid tabulations. Consult with and advise the OWNER on the responsibility and responsiveness of contractors, the acceptability of subcontractors, substitute materials, and equipment proposed by the project bidders. For the purpose of the cost estimate, it is anticipated that the ENGINEER will provide resident engineering services for one construction project. a. Assist the OWNER in conducting a pre -construction conference with the Contractors by notifying utilities, governmental agencies, and other interested parties, and answer questions at the conference. b. Resident Engineering 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. Review shop drawings, scheduling, test results, and other submittals which the Contractor is required to submit. Consult with OWNER and act as the OWNER's engineering representative in dealings with the Contractor. Issue instructions of OWNER to Contractor and issue necessary interpretations and clarification of the contract specifications. October 20, 1998 A-3 EXHIBIT A (Cont.) .i 1 For the purpose of the cost proposal, it is anticipated that one (1) construction contract will be bid. The following bidding assistance services are included: a. Assist the OWNER in advertising, obtaining, and evaluating Bid Proposals for the construction contract and awarding thereof. Provide assistance to the OWNER 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. b. Assist the OWNER in reviewing the bids for completeness and accuracy. Develop bid tabulations and submit a written recommendation of contract award to the OWNER along with three (3) copies of the bid tabulations. Consult with and advise the OWNER on the responsibility and responsiveness of contractors, the acceptability of subcontractors, substitute materials, and equipment proposed by the project bidders. For the purpose of the cost estimate, it is anticipated that the ENGINEER will provide resident engineering services for one construction project. a. Assist the OWNER in conducting a pre -construction conference with the Contractors by notifying utilities, governmental agencies, and other interested parties, and answer questions at the conference. b. Resident Engineering 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. Review shop drawings, scheduling, test results, and other submittals which the Contractor is required to submit. 3. Consult with OWNER and act as the OWNER's engineering representative in dealings with the Contractor. Issue instructions of OWNER to Contractor and issue necessary interpretations and clarification of the contract specifications. October 20, 1998 A-3 EXHIBIT A (Cont.) 4. 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. 5. Provide resident observation for water and sewer construction for general conformance to the contract drawings and contract specifications. Also provide resident observation of acceptance testing and restoration work by the Contractor. (A total of 1,580 hours is included for construction observation personnel.) 6. Review and respond to complaints received by OWNER and report any differences of opinion between the Contractor, ENGINEER and complaining party. 7. Review applications for partial payment with the Contractor for compliance with contract specifications and submit to the OWNER a recommendation for payment. 8. Issue field orders to Contractor after consultation with the OWNER. Review any change orders proposed by the Contractor and provide recommendations to the OWNER. 9. 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. 10. Conduct a final on -site review, in the company of the OWNER and Contractor, to verify the projects are fully complete. Submit a recommendation for final acceptance of the projects to the OWNER. 11. Provide the OWNER 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. 12. 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. October 20, 1998 A-4 EXHIBIT A (Cont.) Table 1 City of Fayetteville Sewer Improvements Estimated Major Repair Items Quantity Water Line Replacement Sewer Replacement 19,490 LF 4,170 LF October 20, 1998 A-5 EXHIBIT B The OWNER and ENGINEER agree that the project is planned to be completed according to the schedule below with anticipated Notice to Proceed in November 1998. Draft Plans/Specifications Final Plans/Specifications Bidding and Award Construction 'Includes a one month review time for City and State Completion Date April 1, 1999 June I, 1999' July 15, 1999 January 15, 2000 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 OWNER 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 OWNER 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 OWNER and ENGINEER in writing. October 20, 1998 B-1 EXHIBIT C SUMMARY OF COSTS City of Fayetteville State Highway 265 Utility Relocation Part I - Initial Investigation Lump Sum $ 32.29280 Total Part I - Initial Investigation $ 32,292.80 (1) Part II - Preliminary Engineering Direct Labor $ 71.993.89 Overhead $ 129.589.00 Fee $ 24,18995 Total Part II - Preliminary Engineering $ 225,772.00 (2) Part III - Bidding Assistance Direct Labor $ 283751 Overhead $ 5.10752 Fee $ 953.40 Total Part III - Bidding Assistance $ 8,898.00 (2) Part IV - Construction Resident Engineering Direct Labor $ 44,540.80 Overhead $ 80,173.44 Fee $ 14,965,71 Total Part IV - Construction Resident Engineering $ 139,680.00 (2) Additional Services Geotechnical Investigations (40 borings) $ 22,820.00 (3) Easement Survey (40 easements) $ 15.000.00 (3) Design Survey $ 66.003.72 (2) Electrical Engineering $ 4,500.00 (1) Other Direct Costs $ 29,215.00 (4) Fee $ 3.505.80 Total Additional Services $ 141,045.00 Total Cost Not -To -Exceed: $ 547,687.80 (1) To be performed on a lump sum basis (2) To be performed on a time and expense basis. Actual personnel labor rates, times overhead, plus fee. (3) To be performed on a unit cost basis. (4) To be performed on a unit cost basis plus fee. C-1 1020/98