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