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