Loading...
HomeMy WebLinkAbout112-03 RESOLUTION• 1 RESOLUTION NO; 112-03 A RESOLUTION TO APPROVE AN ENGINEERING CONTRACT WITH RJN GROUP, INC. IN THE NOT TO EXCEED AMOUNT OF $2,500,718.00 FOR ENGINEERING SERVICES RELATED TO THE WEST PIPELINES AND PUMP STATIONS BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a lump sum contract in the not to exceed amount of Two Million Five Hundred Thousand Seven Hundred Eighteen Dollars ($2,500,718.00) attached as Exhibit A. This lump sum contract engages RJN Group, Inc. to provide engineering services to include project design surveys, easement documents preparation, odor control designs, project administration, value engineering support, project coordination, preparation of construction contract specifications and drawings, estimating probable construction costs, and providing bidding and negotiation services for eight construction contracts (as more particularly described in the contract) related to the West Pipelines and Pump Stations. Section 1. That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Dan Coody to execute this contract (Exhibit A) to hire RJN Group, Inc. for this project. PASSED and APPROVED this the 15th day of July, 2003. 7 -ATTEST' By: hatij .) Sondra Smith, City Clerk APPROVED: By DAN COODY, May • • • AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And RJN GROUP, INC. THIS AGREEMENT is made as of duly /5 , 2003, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and RJN GROUP, INC. with offices located in Fayetteville, Arkansas (hereinafter called RJN GROUP, INC.). CITY OF FAYETTEVILLE from time to timc requires professional engineering services in connection with the planning, design, permitting, construction, operation, maintenance, management, and financing of the Fayetteville Wastewater System Improvement Project and in particular Westside Collection System Improvements (The Project"). Therefore, CITY OF FAYETTEVILLE and RJN GROUP, INC. in consideration of their mutual covenants agree as follows: RJN GROUP, INC. shall serve as CITY OF FAYEFIEVILLE's professional engineering consultant in those assignments to which this Agreement applies, and shall give consultation and advice to CITY OF FAYETTEVILLE during the performance of RJN GROUP, INC.'s services. All services shall be performed under the direction of a professional engineer registered in the State of Arkansas and qualified in the particular field. If Construction Phase Services arc to be provided by RJN GROUP, INC. under this Agreement, the construction shall be executed under the observation of a professional engineer registered in the State of Arkansas in accordance with Arkansas Code Amended §22-9-101. SECTION 1 - AUTHORIZATION OF SERVICES 1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF FAYETTEVILLE and agreement of RJN GROUP, INC. 1.2 Assignments may include services described hereafter as Basic Services or as Additional Services of RJN GROUP, INC. 1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a formal contract amendment approved by the Professional Services-Design-Final-May2003 A — I 052303 • • Mayor and the City Council in advance of the change in scope, costs, fees, or delivery schedule. SECTION 2 - BASIC SERVICES OF 2.1 General 2.1.1 Perform professional design services in connection with the Project as hereinafter stated, which shall include normal civil, structural, mechanical, and electrical engineering services and normal architectural design services incidental thereto. 2.1.1.1 The Scope of Services to be furnished by RJN GROUP, INC. during the Final Design Phase is included in Section 2.2 hereafter and in Appendix A attached hereto and made part of this Agreement. 2.1.1.2 The Scope of Services to be fumished by RJN GROUP, INC.during the Bidding Phase is included in Section 2.3 hereafter and in Appendix B attached hereto and made part of this Agreement. 2.1.1.3 The Scope of Services to be furnished by RJN GROUP, INC. during the Construction Phase, if any, will be finalized and contained in an amendment to this Agreement after Final Design is completed. 2.1.1.4 The Scope of Services to be furnished by RJN GROUP, INC. during the Post - Construction Phase, if any, will be finalized and contained in an amendment to this Agreement after Final Design is completed. 2.1.1.5 The preliminary Scope of Services to be furnished by RJN GROUP, INC. for Resident Services During Construction, if any, will be finalized and contained in an amendment to this Agreement after Final Design is completed. 2.1.2 CITY OF FAYETTEVILLE has retained the services of BURNS & McDONNELL ENGINEERING COMPANY, INC., a Missouri Corporation specializing in consulting engineering services, as the "Program Manager" for the Wastewater System Improvement Project. The professional design services to which this Agreement applies are a part of the Wastewater System Improvement Project. RJN GROUP, INC. shall coordinate their activities and services primarily with Program Manager and all other parties that CITY OF Professional Services-Design-Final-May2003 A — 2 052703 • • FAYETTEVILLE may contract with for program management or professional design services as a part of the Wastewater System Improvement Project RJN GROUP, INC. and CITY OF FAYETTEVILLE agree that RJN GROUP, INC. has full responsibility for the engineering design. 2.2 Final Design Phase 2.2.1 Prepare for incorporation in the Contract Documents detailed drawings to show the character and scope of the Work to be performed by contractors on the Project (hereinafter called the "Contract Drawings"), and Invitation to Bid, Instructions to Bidders, Bid Form, Agreement and Bond forms, General Conditions, and Specifications (all of which, together with the Contract Drawings, arc hereinafter called the "Bid Documents") for review and approval by CITY OF FAYETTEVILLE, its legal counsel, and other advisors as appropriate, and assist CITY OF FAYETTEVILLE in the preparation of other related documents. 2.2.1.1 Bid documents shall be based on Construction Specifications Institute (CSI) Master Format and Section Format and shall incorporate CITY OF FAYETTEVILLE's standard general conditions and forms. Bid documents shall include required forms for State Revolving Loan Fund funding. Text documents shall be provided to CITY OF FAYETTEVILLE in Microsoft Word version 2000 software. Contract drawings shall be prepared using standard borders, sheet sizes, title blocks and CADD standards provided by CITY OF FAYETTEVILLE. RJN GROUP, INC. may use their normal software for the preparation of drawings but the final product shall be provided to CITY OF FAYETTEVILLE in Autodesk AutoCAD version 2000. 2.2.1.2 Develop and include in Appendix A of this Agreement for approval by CITY OF FAYETTEVILLE, a project design schedule in which RJN GROUP, INC. shall include, in an acceptable level of detail, the steps and milestone dates to be undertaken by RJN• GROUP, INC. in the completion of this final design. This Schedule shall include reasonable allowances for review and approval times required by CITY OF FAYETTEVILLE, performance of services by CITY OF FAYETTEVILLE's consultants, and review and approval times required by public authorities having jurisdiction over the Project. This schedule shall be equitably adjusted as the Project progresses, allowing for changes in scope, character or size of the Project requested by CITY OF FAYETTEVILLE, or for delays or other causes beyond RJN GROUP, INC.'s Professional Services-Design-Final-May2003 A — 3 052703 reasonable control. Nonconformance with this schedule by RJN GROUP, INC. and its subconsultants may result in the assessment of damages payable by RJN GROUP, INC. to the CITY OF FAYETTEV ILLE for costs and damages incurred. The maximum cost liability of RJN GROUP, INC. shall be limited to the total gross amount payable to or through the Consultant authorized under this agreement, including amendments thereto. 2.2.1.2.1 The progress design schedule shall consist of a bar chart schedule depicting the duration of each sub -project and the discrete milestone activities which make up the sub -projects, but at a minimum shall include contract drawings, contract specifications, and design reviews as indicated in Section 2.2.10. Separate line items and durations may be shown for costs that apply to the Project as a whole, including, but not limited to, Project Management and Administration, Insurance, Value Engineering, surveys, subcontracted work, and property acquisition and casement documents. RJN GROUP, INC. shall assign to each schedule activity of the progress design schedule a corresponding cost value that shall include a monthly allocation for labor, expenses, overhead, and profit. The sum of all cost values assigned shall equal the Lump Sum Amount shown in Section 6.1.1. of this Agreement. 2.2.1.3 When requested by the CITY OF FAYETI'EVILLE's Water and Wastewater Director, prepare for and attend up to four City Council meetings to provide periodic updates on the progress of the final design. 2.2.1.4 If the plans and specifications for the project require bids on alternates in addition to a base bid, there shall be no more than three (3) alternates, and the alternates shall be developed and described in accordance with Title 22, Article 9-203 of the Arkansas Code. 2.2.1.5 To the extent practicable, evaluate the feasibility of sequencing and segmenting the Work into stand alone multiple construction or procurement packages which may yield immediate operating benefits to the CITY OF FAYETTEVILLE and give these first priority for completion. The separate design or procurement packages to be completed by RJN GROUP, INC. are listed below. 2.2.1.5.1 1. Old Wire Road to Gregg Avenue Lift Station (including Basin 5 Interceptor) 2.2.1.5.2 2. North Street Lift Station to Poplar Lift Station to Gregg Avenue Professional Services-Design-Final-May2003 A — 4 052703 • • 2.2.1.5.3 3. Gregg Avenue Lift Station to Hamestring Lift Station 2.2.1.5.4 4. Porter Road Lift Station to Hamestring Lift Station 2.2.1.5.5 5. Hamestring Lift Station to Proposed WWTP 2.2.1.5.6 6. Hamestring Lift Station 2.2.1.5.7 7. Gregg Avenue Lift Station Upgrade 2.2.1.5.8 8. Lift Station 11 to Lift Station 12 to WWTP and Farmington Lift Station (Optional) 2.2.2 Prepare technical criteria, written descriptions, design data, and applications necessary for filing applications for permits from or approvals of the following applicable governmental authorities having jurisdiction to review or approve the final design of the Project and assist in securing approvals. Approval letters and permits shall be furnished to the Arkansas Soil and Water Conservation Commission, including the written approvals from the Arkansas Department of Health and the Arkansas Division of Environmental Quality. Actual Filing and Permit Fees will be paid by the CITY OF FAYEfTEVILLE. Assist CITY OF FAYEITEVILLE in consultations with appropriate authorities. 2.2.2.1 Arkansas Soil and Water Conservation Commission (ASWCC) 2.2.2.2 Arkansas Department of Health (AHD) 2.2.2.3 Arkansas Department of Environmental Quality (ADEM) 2.2.2.4 U.S. Army Corps of Engineers (COE) 2.2.2.5 Fayetteville Planning Commission 2.2.2.6 Washington County Court 2.2.2.7 City of Farmington 2.2.2.8 Arkansas State Highway and Transportation Department 2.2.2.9 Railroad Authorities Professional Services-Design-Final-May2003 A — 5 052703 • • 2.2.3 Advise CITY OF FAYETTEVILLE of adjustments in excess of five percent of the cost opinion for the Project caused by changes in scope, design requirements, or construction costs and furnish a revised cost opinion for the Project based on the final Bid Documents. 2.2.4 Advise CITY OF FAYE 1 I hVILLE of final Opinion of Probable Project Costs, including, but not limited to, construction, inspection, testing, startup, O&M Manuals, and one-year performance evaluation. 2.2.5 Furnish CITY OF FAYETTEVILLE with 10 copies of the final Bid Documents. 2.2.6 Determine land and easement requirements and provide consultation and assistance on property procurement as related to professional engineering services being performed. 2.2.7 Provide appropriate professional interpretations of data, geotechnical investigations, core borings, probings and subsurface explorations, hydrographic surveys, laboratory tests, and inspections of samples, materials and equipment obtained through subcontract services for authorized Project services including property, boundary, easement, right-of-way, topographic, and utility surveys; noting zoning and deed restrictions. 2.2.7.1 Fully disclose all subcontract agreements including the name and address of the subconsultant, the scope of services to be provided and the value of the subcontract agreement. 2.2.7.2 Incorporate into all subcontract agreements for planning and design engineering services the applicable milestone dates from the Submittal Schedule contained in the Memorandum of Agreement, as amended, between ASWCC and the CITY OF FAYETTEVILLE and require all RJN GROUP, INC. subconsultants to be bound by the Submittal Schedule. RJN GROUP, INC. will provide a preliminary and final project performance work plan for submission to ASWCC. 2.2.8 Render monthly Work progress reports to CPI -Y OF FAYETTEVILLE and Program Manager and confirm status of compliance with final design schedule. 2.2.9 Provide to the Program Manager in a format mutually acceptable to the Program Manager and RJN GROUP, INC. such schedules, reports, opinions of probable costs, renderings, project summaries, and other data as may be required, for posting by others on a project web site to allow the public to monitor and review the activities, materials, and financial status of Professional Services-Design-Final-May2003 A - 6 052703 • • the project. Refresh the data supplied to the Program Manager no more frequently than monthly. 2.2.10 Design shall be reviewed by CITY OF FAYETTEVILLE, or such parties as CITY OF FAYETTEVILLE shall designate, at the applicable completion levels outlined below. 2.2.10.1 West Side Collection System Improvements — 30 percent and 90 percent. 2.2.10.2 East Side Collection System Improvements — 30 percent and 90 percent. 2.2.10.3 West Side WWTP: • Plant Access Road and Improvements — 30 percent and 90 percent. • Plant Effluent Line - 30 percent and 90 percent. • West Side Wastewater Treatment Plant — 30 percent, 60 percent, and 90 percent. 2.2.10.4 Paul Noland Facility: • Wet Weather Package — 30 percent and 90 percent. • Hcadworks Package — 30 percent, 60 percent, and 90 percent. • Solids I landling Package — 30 percent, 60 percent, and 90 percent. 2.2.1 I See Appendix A for additional services or clarification of services to be provided by RJN GROUP, INC. 2.3 Bidding Phase 2.3.1 RJN GROUP, INC. will follow Arkansas Soil and Water Conservation Commission statutory bidding protocol for State Revolving Loan Fund. 2.3.2 Arrange for bidding notices to be sent to contractors publishing services and direct mailing to contractors of record. Notices shall comply with requirements of CITY OF FAYETTEVILLE and Revolving Loan Fund (RLF) administered by the Arkansas Soil and Water Conservation Commission, Construction Assistance Division, and the Arkansas Development Financc Authority (ADFA). The legal notice to be placed in legal notices section of a local newspaper(s) of countywide and statewide circulation and shall be coordinated with CITY OF FAYETTEVILLE purchasing agent and an affidavit of publication secured. Professional Services-Design-Final-May2003 A — 7 052703 • • 2.3.3 Prepare addenda for drawings and Bid Documents as required and submit to Program Manager in timely manner such that addenda can be issued by RJN GROUP, INC. in accordance with Construction Contract General Conditions. All bidding protocols shall conform to ASWCC statutory requirements with all addenda being approved by ASWCC prior to issuance. 2.3.4 Secure updated state and federal wage rate decisions and incorporate into the Bid Documents. Update wage rate decision by addendum if necessary. 2.3.5 Assist CPIY OF FAYETI-EVILLE by issuing and tracking Bid Documents, addenda and communications during bidding and maintain list of plan holders. Print and distribute copies of plans and specifications for all prospective bidders and plan rooms. Collect from prospective bidders an appropriate non-refundable fee to offset cost of reproducing and distributing Bidding Documents. 2.3.5.1 RJN GROUP, INC. shall attend a Pre -Bid Conference organized, convened, and conducted by the Program Manager to explain the project requirements and receive questions from prospective bidders. RJN GROUP, INC. shall consider the questions received and issue necessary clarifications and changes to the Bid Documents through the use of addenda. Make logistical arrangements for and conduct a site tour of the project area 2.3.6 Assist CITY OF FAYETTEVILLE in obtaining and evaluating bids and preparing construction contracts. RJN GROUP, INC. shall prepare and submit bid certification documents to ASWCC for review. 2.3.7 Consult with and advise CITY OF FAYETTEV ILLE as to the acceptability of subcontractors and other persons and organizations proposed by the prime construction contractor(s), hereinafter called "Contractor(s)," for those portions of the work as to which such acceptability is required by the Bid Documents. 2.3.8 Make recommendations regarding award of construction contracts. 2.3.9 Attend Water and Sewer Committee meeting and the ensuing City Council meeting to recommend action by the respective bodies. Prepare and present a recommendation complete with such supporting information as necessary for the bodies to make an informed decision on the action recommended. Professional Services-Design-Final-May2003 A — 8 052703 • • 2.3.10 Develop and include in Appendix B of this Agreement, a bidding services schedule in which RJN GROUP, INC. shall include, in an acceptable level of detail, the steps and milestone dates to be undertaken by RJN GROUP, INC. in the completion of the bidding services. The bidding services schedule shall consist of a bar chart schedule depicting the duration of the bidding period of each sub -project and the discrete milestone activities which make up the sub -projects. Separate line items and durations may be shown for costs that apply to the Project as a whole, including, but not limited to, Project Management and Administration, and Insurance. RJN GROUP, INC. shall assign to each schedule activity of the bidding services schedule a corresponding cost value which shall include a monthly allocation for labor, expenses, overhead, and profit. The sum of all cost values assigned shall equal the Lump Sum Amount shown in Section 6.1.2. of this Agreement. 2.3.11 See Appendix B for additional services or clarification of services to be provided by RJN GROUP, INC. 2.4 Construction Phase 2.4.1 The scope of Construction Phase Services, if any, will be negotiated following completion of Design Phase Services. 2.5 Post -Construction Phase 2.5.1 The scope of Post -Construction Phase Services, if any, will be negotiated following completion of Design Phase Services. 2.6 Resident Services During Construction 2.6.1 The scope of Resident Services During Construction, if any, will be negotiated following completion of Design Phase Services. SECTION 3 - ADDITIONAL SERVICES OF 3.1 General If authorized in writing by the CITY OF FAYETTEV ILLE Mayor and the City Council and agreed to in writing by RJN GROUP, INC., RJN GROUP, INC. shall furnish or obtain from others Additional Services of the following types that are not considered normal or customary Basic Services. The scope of Additional Services may include: Professional Services-Design-Final-May2003 A — 9 052703 • • 3.1.1 Grant and Loan Assistance Prepare applications and supporting documents for govemmental grants, loans, or advances. 3.1.2 Financial Consultation Consult with CITY OF FAYETTEVILLE's fiscal agents and bond attorneys and provide such engineering data as required for any bond prospectus or other financing requirements. 3.1.3 Administrative Assistance Provide Contract and Project administration to the degree authorized by CTrY OF FAYETTEVILLE. 3.1.4 Furnishing renderings or models of the Project for CITY OF FAYETTEV ILLE's use. 3.1.5 Miscellaneous Studies Investigations involving detailed consideration of operations, maintenance, and overhead expenses, and the preparation of rate schedules, earnings, and expense statements; feasibility studies; appraisals and valuations; detailed quantity surveys of material, equipment, and labor, and audits or inventories required in connection with construction performed by CITY OF FAYETTEVILLE. 3.1.6 Preparing to serve or serving as a witness for CITY OF FAYETTEVILLE in any litigation or other proceeding involving the Project. 3.1.7 Extra Services 3.1.7.1 Services not specifically defined heretofore that may be authorized by CITY OF FAYETTEVILLE. 3.2 Contingent Additional Services 3.2.1 If services described under Contingent Additional Services in Paragraph 3.2 are required due to circumstances beyond RJN GROUP, INC.'s control, RJN GROUP, INC. shall notify CITY OF FAYETTEVILLE and request a formal contract amendment approved by the Mayor and the City Council prior to commencing such services. If CITY OF FAYETTEVILLE deems that such services described in 3.2 are not required, CITY OF FAYETTEVILLE shall give prompt written notice to RJN GROUP, INC. If CITY OF FAYETTEVILLE indicates in Professional Services-Design-Final-May2003 A - 10 052703 • • writing that all or parts of such Contingent Additional Services arc not required, RJN GROUP, INC. shall have no obligation to provide those services. 3.2.2 Making revisions in Drawings, Specifications, or other documents when such revisions are: 3.2.2.1 Required because of inconsistent approvals or instructions previously given by CITY OF FAYETTEVILLE, including revisions made necessary by adjustments in CfI'Y OF FAYETTEVILLE's program or Project Budget. 3.2.2.2 Required by the enactment or revision of codes, laws, or regulations subsequent to the preparation of such documents. SECTION 4 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of RJN GROUP, INC. 4.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project. 4.2 Assist RJN GROUP, INC. by placing at RJN GROUP, INC.'s disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. 4.3 Guarantee access to and make all provisions for RJN GROUP, INC. to enter upon public and private property as required for RJN GROUP, INC. to perform his services under this Agreement. 4.4 Examine all studies, reports, sketches, cost opinions, Bid Documents, Drawings, proposals, and other documents presented by RJN GROUP, INC. and render in writing decisions pertaining thereto. 4.5 Provide such professional legal, accounting, financial, and insurance counseling services as may be required for the Project. 4.6 Designate in writing a person to act as CITY OF FAYETTEVILLE's representative with respect to the services to be performed under this Agreement. Such person shall have complete authority to transmit instructions, receive information, interpret and define CITY OF FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements Professional Services-Design-Final-May2003 A — 1 I 052703 • • and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 4.7 Give prompt written notice to RUN GROUP, INC. whenever Cr'Y OF FAYETTEVILLE observes or otherwise becomes aware of any defect in the Project. 4.8 Furnish approvals and permits from all governmental authorities having jurisdiction over the Project and such approvals and consents from others as may be necessary for completion of the Project. Pay directly to the governmental authorities the actual filing and permit fees. 4.9 Pay for placement of legal notices and advertisements in newspapers or other publications required by program requirements of the Wastewater System Improvement Project. 4.10 Furnish, or direct RUN GROUP, INC. to provide, necessary Additional Services as stipulated in Section 3 of this Agreement or other services as required 4.11 If CTTY OF FAYETTEVILLE's standard bidding requirements, Agreement forms and General Conditions are to be used, CITY OF FAYETTEVILLE shall provide copies of such documents for RJN GROUP, INC.'s use in coordinating the Contract Drawings and Specifications. 4.12 CITY OF FAYETTEVILLE and/or its representative will review all documents and provide written comments to RJN GROUP, INC. in a timely manner. SECTION 5 - PERIOD OF SERVICE 5.1 This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE authorizing services hereunder. 5.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the Project through completion of the services stated in the Agreement. RJN GROUP, INC. will proceed with providing the authorized services immediately upon receipt of written authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the time in which the services are to be completed. Professional Services-Design-Final-May2003 A — 12 052703 • • SECTION 6 - PAYMENTS TO 6.1 Compensation 6.1.1 Final Design Phase Services For the Scope of Services during the Final Design Phase described herein, CITY OF FAYETTEVILLE shall pay RJN GROUP, INC. the lump sum amount of Two Million, Three Hundred Eighty -Three Thousand, Four llundred Sixty -Three United States Dollars (US 52,383,463.00). 6.1.1.1 Subject to the City Council approval, adjustment of the lump sum amount may be made should RJN GROUP, INC. establish and Cfl'Y OF FAYETTEVILLE 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 CITY OF FAYETTEVILLE 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. Changes, modifications or amendments in scope, price or fees to this Contract shall not be allowed without formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost, fees, or delivery schedule. 6.1.1.2 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for Design services consistent with RJN GROUP, INC.'s normal billing schedule. Once established, the billing schedule shall be maintained throughout the duration of the Project. Applications for payment shall be made in accordance with a format to be developed by RJN GROUP, INC. and approved by CITY OF FAYETTEVILLE. Applications for payment shall be accompanied each month by the updated project design schedule as the basis for determining the value earned as the work is accomplished. Final payment for Design services shall be made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory completion of the Design phase for the Project. 6.1.2 Bidding Phase Services For the Scope of Services during the Bidding Phase described herein, CITY OF FAYETTEVILLE shall pay RJN GROUP, INC. the lump sum amount of One Hundred Seventeen Thousand, Two Hundred Fifty - Five United States Dollars (US$ 1 17 255 00). Professional Services-Design-Final-May2003 A — 13 052703 • • 6.1.2.1 Subject to prior City Council approval, adjustment of the lump sum amount may be made should RJN GROUP, INC. establish and CITY OF FAYETTEVILLE 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 CITY OF FAYETTEVILLE 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. 6.1.2.2 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for Bidding Phase services consistent with RJN GROUP, INC.'s normal billing schedule. Once established, the billing schedule shall be maintained throughout the duration of the Project. Applications for payment shall be made in accordance with a format to be developed by RJN GROUP, INC. and approved by CITY OF FAYETTEVILLE. Applications for payment shall be accompanied each month by the updated bidding services schedule as the basis for determining the value earned as the work is accomplished. Final payment for Bidding Phase services shall be made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory completion of the Bidding Phase for the Project. 6.1.3 Construction Phase Services This section is reserved for future details concerning this phase, if any. This Agreement shall be amended to include payment conditions following the completion of Design Phase Services. 6.1.4 Post -Construction Phase Services This section is reserved for future details concerning this phase, if any. This Agiecment shall be amended to include payment conditions following the completion of Design Phase Services. 6.1.5 Resident Services During Construction This section is reserved for future details conceming this phase, if any. This Agreement shall be amended to include payment conditions following the completion of Design Phase Services. Professional Services-Design-Final-May2003 A — 14 052703 • • 6.1.6 Additional Services For authorized Additional engineering services under Section 3, "Additional Services", compensation to RJN GROUP, INC. shall be negotiated at the time Additional services are authorized. 6.2 Statements Statements and updated progress schedule for each calendar month will be submitted in electronic format simultaneously to CITY OF FAYETTEVILLE and Program Manager, followed by signed original document to CITY OF FAYETTEVILLE. Statements will be based on RJN GROUP, INC.'s estimated percent of services completed at the end of the preceding month, and Justified by the updated progress schedule. Program Manager shall review the statement and forward them to CITY OF FAYETTEVILLE with his recommendations. 6.3 Payments All statements are payable upon receipt and due within thirty (30) days. If a portion of RJN GROUP, INC.'s statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE shall advise RJN GROUP, INC. in writing of the basis for any disputed portion of any statement. CITY OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of date the invoice is approved, however, payment within 30 days is not guaranteed. 6.4 Final Payment Upon satisfactory completion of the work performed under this Agreement, as a condition before final payment under this Agreement, or as a termination settlement under this Agreement, RJN GROUP, INC. shall execute and deliver to CITY OF FAYETTEVILLE a release of all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement, except claims which are specifically exempted by RJN GROUP, INC. to be set forth therein. Unless otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the parties to this Agreement, final payment under this Agreement or settlement upon termination of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims against RJN GROUP, INC. or his sureties under this Agreement or applicable performance and payment bonds, if any. Professional Services-Design-Final-May2003 A — 15 052703 SECTION 7 - GENERAL CONSIDERATIONS 7.1 Insurance 7.1.1 During the course of performance of these services, RJN GROUP, INC. will maintain (in United States Dollars) the following minimum insurance coverages: Type of Coverage Workers' Compensation Employers' Liability Commercial General Liability Bodily Injury and Property Damage Automobile Liability: Bodily Injury and Property Damage Professional Liability Insurance Limits of Liability Statutory S500,000 Each Accident S1,000,000 Combined Single Limit $1,000,000 Combined Single Limit $1,000,000 Each Claim RJN GROUP, INC. will provide to CITY OF FAYETTEVILLE certificates as evidence of the specified insurance within ten days of the date of this Agreement and upon each renewal of coverage. 7.1.2 Construction Contractors shall be required to provide (or CITY OF FAYETTEVILLE may provide) Owner's Protective Liability Insurance naming CITY OF FAYETTEVILLE as a Named Insured and BURNS & McDONNELL and RJN GROUP, INC. as additional insureds, or, to endorse CPI' OF FAYETTEVILLE, BURNS & McDONNELL and RJN GROUP, INC. as additional insureds on construction Contractor's liability insurance policies covering claims for personal injuries and property damage. Construction Contractors shall be required to provide certificates evidencing such insurance to CITY OF FAYETTEVILLE, BURNS & McDONNELL and RJN GROUP, INC. All contract insurance carriers shall be required to list CITY OF FAYETTEVILLE, Arkansas Soil and Water Conservation Commission, and BURNS & McDONNELL as certificate holders, furnishing copies of the contractor's insurance certificate to each party 7.1.3 CITY OF FAYETTEVILLE, BURNS & McDONNELL and RJN GROUP, INC. waive all rights against each other and their officers, directors, agents, or employees for damage covered by property insurance during and atter the completion of RJN GROUP, INC.'s services. If the services result in a Construction Phase, a provision similar to this shall be Professional Serviccs-Design-Final-May2003 A - 16 052703 • • incorporated into all Construction Contracts entered into by CITY OF FAYETTEVILLE, and all construction Contractors shall be required to provide waivers of subrogation in favor of CITY OF FAYETTEVILLE, BURNS & McDONNELL and RJN GROUP, INC. for damage or liability covered by any construction Contractor's policy of insurance. 7.2 Professional Responsibility 7.2.1 RJN GROUP, INC. will exercise reasonable skill, care, and diligence in the performance of RJN GROUP, INC.'s services and will carry out its responsibilities in accordance with customarily accepted professional engineering practices. CITY OF FAYETTEVILLE will promptly report to RJN GROUP, INC. any defects or suspected defects in RJN GROUP, INC.'s services of which CITY OF FAYETTEVILLE becomes aware, so that RJN GROUP, INC. can take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE and RJN GROUP, INC. further agree to impose a similar notification requirement on all construction contractors in the Bid Documents and shall require all subcontracts at any level to contain a like requirement. CITY OF FAYETTEVILLE, retains all remedies to recover for its damages caused by any negligence of RJN GROUP, INC. 7.2.2 In addition, RJN GROUP, INC. will be responsible to CITY OF FAYETTEVILLE for damages caused by its negligent conduct during its activities at the Project Site to the extent covered by RJN GROUP, INC.'s Commercial General Liability and Automobile Liability Insurance policies as specified in Paragraph 7.1.1. 7.3 Cost Opinions and Projections Cost opinions and projections prepared by RJN GROUP, INC. relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, and operating results are based on RJN GROUP, INC.'s experience, qualifications, and judgment as a design professional. Since RJN GROUP, INC. has no control over weather, cost and availability of labor material and equipment, labor productivity, construction Contractors' procedures and methods, unavoidable delays, construction Contractors' methods of determining prices, economic conditions, competitive bidding or market conditions, and other factors affecting such cost opinions or projections, RJN GROUP, INC. does not guarantee that actual rates, costs, performance, schedules, and related items will not vary from cost opinions and projections prepared by RJN GROUP, INC. Professional Services-Design-Final-May2003 A 17 052703 • • 7.4 Changes CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of RJN GROUP, INC.'s services, with an appropriate change in compensation and schedule only after Fayetteville City Council approval of such proposed changes and, upon execution of a mutually acceptable amendment or change order signed by the Mayor of the CITY OF FAYETTEVILLE and the President or any Vice President of RJN GROUP, INC. 7.5 Termination 7.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given: 7.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 7.5.1.2 An opportunity for consultation with the terminating party prior to termination. 7.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that RJN GROUP, INC. is given: 7.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 7.5.2.2 An opportunity for consultation with the terminating party prior to termination. 7.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment in the price provided for in this Agreement shall be made, but 7.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work, 7.5.3.2 Any payment due to RJN GROUP, INC. at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of RJN GROUP, INC.'s default. Professional Services-Design-Final-May2003 A -- 18 052703 • • 7.5.4 If termination for default is effected by RJN GROUP, INC., or if termination for convenience is effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to RJN GROUP, INC. for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by RJN GROUP, INC. relating to commitments which had become firm prior to the termination. 7.5.5 Upon receipt of a termination action under Paragraphs 7.5.1 or 7.5.2 above, RJN GROUP, INC. shall: 7.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise), 7.5.5.2 Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by RJN GROUP, INC. in performing this Agreement, whether completed or in process. 7.5.6 Upon termination under Paragraphs 7.5.1 or 7.5.2 above CITY OF FAYETTEVILLE may take over the work and may award another party an agreement to complete the work under this Agreement. 7.5.7 If, after termination for failure of RJN GROUP, INC. to fulfill contractual obligations, it is determined that RJN GROUP, INC. had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of CITY OF FAYEITEV ILLS. In such event, adjustments of the agreement price shall be made as provided in Paragraph 7.5.4 of this clause. 7.6 Delays In the event the services of RJN GROUP, INC. are suspended or delayed by CITY OF FAYETTEVILLE or by other events beyond RJN GROUP, INC.'s reasonable control, RJN GROUP, INC. shall be entitled to additional compensation and time for reasonable costs incurred by RJN GROUP, INC. in temporarily closing down or delaying the Project. Professional Services-Design-Final-May2003 A-19 052703 7.7 Rights and Benefits RJN GROUP, INC.'s services will be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. 7.8 Dispute Resolution 7.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and RJN GROUP, INC. which arise from, or in any way are related to, this Agreement, including, but not limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or RJN GROUP, INC. in the performance of this Agreement, and disputes concerning payment. 7.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice is given under Paragraph 7.8.3, but an action is initiated prior to exhaustion of these procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the procedures in Paragraphs 7.8.3 and 7.8.4 have been complied with. 7.8.3 Notice of Dispute 7.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of any incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve the other party with a written Notice; 7.8.3.2 For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE shall give RJN GROUP, INC. written Notice at the address listed in Paragraph 7.14 within thirty (30) days after occurrence of any incident, accident, or first observance of defect or damage. In both instances, the Notice shall specify the nature and amount of relief sought, the reason relief should be granted, and the appropriate portions of this Agreement that authorize the relief requested. 7.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF FAYETTEVILLE and RJN GROUP, INC. shall confer in an effort to resolve the dispute. If the dispute cannot be resolved at that level, then, upon written request of either side, the matter shall be referred to the President of RJN GROUP, INC. and the Mayor of CITY OF Professional Services-Design-Final-May2003 A - 20 052703 c FAYETTEVILLE or his designee. These officers shall meet at the Project Site or such other location as is agreed upon within 30 days of the written request to resolve the dispute. 7.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining funds to remit payment to RJN GROUP, INC. for services rendered by RUN GROUP, INC. 7.10 Publications Recognizing the importance of professional development on the part of RJN GROUP, INC.'s employees and the importance of RJN GROUP, INC.'s public relations, RJN GROUP, INC. may prepare publications, such as technical papers, articles for periodicals, and press releases, pertaining to RJN GROUP, INC.'s services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to RJN GROUP, INC. CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of RJN GROUP, INC.'s activities pertaining to any such publication shall be for RJN GROUP, INC.'s account. 7.11 Indemnification 7.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to indemnify, defend, and hold harmless CITY OF FAYETTEVILLE, BURNS & McDONNELL, and RJN GROUP, INC. from and against any and all loss where loss is caused or incurred or alleged to be caused or incurred in whole or in part as a result of the negligence or other actionable fault of the Contractors, or their employees, agents, Subcontractors, and Suppliers. 7.12 Computer Models RUN GROUP, INC. may use or modify RJN GROUP, INC.'s proprietary computer models in service of CITY OF FAYETTEVILLE under this Agreement, or RJN GROUP, INC. may develop computer models during RJN GROUP, INC.'s service to CITY OF FAYETTEVILLE under this Agreement. Such use, modification, or development by RJN GROUP, INC. does not constitute a license to CITY OF FAYETTEVILLE to use or modify RJN GROUP, INC.'s computer models. Said proprietary computer models shall remain the sole property of the RJN GROUP, INC. CITY OF FAYETTEVILLE and Professional Services-Design-Final-May2003 A - 21 052703 RJN GROUP, INC. will enter into a separate license agreement if CITY OF FAYETTEVILLE wishes to use RJN GROUP, INC.'s computer models. 7.13 Ownership of Documents All documents provided by CITY OF FAYETTEVILLE including original drawings, disks of CADD drawings and cross sections, estimates, specification field notes, and data are and remain the property of CITY OF FAYETTEVILLE. RJN GROUP, INC. may retain reproduced copies of drawings and copies of other documents Engineering documents, drawings, and specifications prepared by RJN GROUP, INC. as part of the Services shall become the property of CITY OF FAYETTEVILLE when RJN GROUP, INC. has been compensated for all Services rendered, provided, however, that RJN GROUP, INC. shall have the unrestricted right to their use. RJN GROUP, INC. shall, however, retain its rights in its standard drawings details, specifications, databases, computer software, and other proprietary property. Rights to intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of RJN GROUP, INC. Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. RJN GROUP, INC. makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. 7.14 Notices Any Notice required under this Agreement will be in writing, addressed to the appropriate party at the following addresses: CITY OF FAYETTEVILLE's address: 113 West Mountain Street Fayetteville, Arkansas 72701 RJN GROUP. INC.'s address: 12160 Abrams Road, Suite 206 Dallas, Texas 75243 Professional Serviccs-Design-Final-May2003 A - 22 052703 ASWCC's address: Project No. CS -050803-03 Arkansas Soil and Water Conservation Commission 101 E. Capitol, Suite 350 Little Rock, Arkansas 72201 7.I5 Successor and Assigns CITY OF FAYETTEVILLE and RJN GROUP, INC. each binds himself and his successors, executors, administrators, and assigns to the other party of this Agreement and to the successors, executors, administrators, and assigns of such other party, in respect to all covenants of this Agreement; except as above, neither CITY OF FAYETTEVILLE nor RJN GROUP, INC. shall assign, sublet, or transfer his interest in the Agreement without the written consent of the other. 7.16 Controlling Law This Agreement shall be subject to, interpreted and enforced according to the laws of the State of Arkansas without regard to any conflicts of law provisions. 7.17 Entire Agreement This Agreement represents the entire Agreement between RJN GROUP, INC. and CITY OF FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in purchase orders do not generally apply to professional services, in the event CITY OF FAYETTEVILLE issues to RJN GROUP, INC. a purchase order, no preprinted terms thereon shall become a part of this Agreement. Said purchase order document, whether or not signed by RJN GROUP, INC., shall be considered as a document for CITY OF FAYETTEVILLE's internal management of its operations. SECTION 8- SPECIAL CONDITIONS 8.1 Additional Responsibilities of RJN GROUP, INC. 8.1.1 CITY OF FAYETTEVILLE's or Arkansas Soil and Water Conservation Commission's (ASWCC's) review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder shall not in any way relieve RJN GROUP, INC. of responsibility for the technical adequacy of the work. Neither CITY OF FAYETTEVILLE's nor ASWCC's review, approval or acceptance of, nor payment for any of the services shall be Professional Services-Design-Final-May2003 A - 23 052703 construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. 8.1.2 RJN GROUP, INC. shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by RJN GROUP, INC.'s negligent performance of any of the services furnished under this Agreement except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data. 8.1.3 RJN GROUP, INC.'s obligations under this clause are in addition to RJN GROUP, INC.'s other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against RJN GROUP, INC. for faulty materials, equipment, or work. 8.2 Remedies Except as may be otherwise provided in this Agreement, all claims, counterclaims, disputes and other matters in question between CITY OF FAYETTEVILLE and RJN GROUP, INC. arising out of or relating to this Agreement or the breach thereof will be decided in a court of competent jurisdiction within Arkansas. 8.3 Audit: Access to Records 8.3.1 RJN GROUP, INC. shall maintain books, records, documents and other evidence directly pertinent to performance on work under this Agreement in accordance with generally accepted accounting principles and practices consistently applied in effect on the date of execution of this Agreement. RJN GROUP, INC. shall also maintain the financial information and data used by RJN GROUP, INC. in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. The United States Environmental Protection Agency, the Comptroller General of the United States, the United States Department of Labor, CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. RJN GROUP, INC. will provide proper facilities for such access and inspection. Professional Services-Design-Final-May2003 A-24 052703 8.3.2 Records under Paragraph 8.3.1 above, shall be maintained and made available during performance on assisted work under this Agreement and until three years from the date of final payment for the project. In addition, those records which relate to any controversy arising out of such performance, or to costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. 8.3.3 This right of access clause (with respect to financial records) applies to: 8.3.3.1 Negotiated prime agreements: 8.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the price of any formally advertised, competitively awarded, fixed price agreement: 8.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised, competitively awarded, fixed price agreement. However, this right of access does not apply to a prime agreement, lower tier subagreement or purchase order awarded after effective price competition, except: 8.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding any financial records of RJN GROUP, INC.; 8.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved; 8.3.3.3.3 If the subagreement is terminated for default or for convenience. 8.4 Covenant Against Contingent Fees RJN GROUP, INC. warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement of understanding for a commission, percentage, brokerage or continent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by RJN GROUP, INC. for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYE"ITEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. Professional Services-Design-Final-May2003 A - 25 052703 8.5 Gratuities 8.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that RJN GROUP, INC. or any of RJN GROUP, INC.'s agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE, the State or EPA in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to RJN GROUP, INC. terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. 8.5.2 In the event this Agreement is terminated as provided in Paragraph 8.5.!, CITY OF FAYETTEVILLE may pursue the same remedies against RJN GROUP, INC. as it could pursue in the event of a breach of the Agreement by RJN GROUP, INC. As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which shall be not less than three nor more than ten times the costs RJN GROUP, INC. incurs in providing any such gratuities to any such officer or employee. 8.6 Arkansas Freedom of Information Act City contracts and documents, including internal documents and documents of subcontractors and sub - consultants, prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is presented to the CITY OF FAYETTEVILLE, RJN GROUP, INC. will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.7 Debarment And Suspension I certify that to the best of my knowledge and belief that the company that I represent and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; Professional Services-Design-Final-May2003 A - 26 052703 (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Arc not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. Professional Services-Design-Final-May2003 A - 27 052703 I understand that a false statement on this certification regarding debarment and suspension may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. I further certify that I will obtain a similar certification for each subcontract awarded in excess of $25,000. DEBARMENT CERTIFICATION AUTHORIZED REPRESENTATIVE COMPANY NAME: RN GROUP, INC. SIGNATURE: M /l4 DATE: 5/i7_ ZD 3 PRINTED NAME: Ilugh M. Kelso TITLE: Regional Vice President IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and tq„gn4, ty its authorized officer have made and executed this Agreement as of the day and year first above written. By: City Clerk RJN GROUP, INC. By: A^* M Title: Regional Vice President Vice President Changes, modifications or amendments in scope, price or fees to this Contract shall not be allowed without formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost, fees, or delivery schedule. END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Professional Services-Design-Final-May2003 A — 28 052703 CITY OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES APPENDIX A —SCOPE OF SERVICES FOR FINAL DESIGN PHASE This is Appendix A, consisting of 6 pages, referred to in and part of the Agreement For Professional Engineering Services between CITY OF FAYE'ITEV ILLE, ARKANSAS he einaftcr referred to as CITY, and RJN GROUP, INC. hereinafter referred to as RJN GROUP, INC. dated S . Initial: CITY OF FAYETTEVILLE . RJN GROUP, INC. The following contains additional Scope of Services tasks for the Final Design Phase. Generally, the project will include the final design of sewer improvements including interceptor sewers and pump stations necessary to reroute the areas tributary to the Old Wire Road, Gregg Street, North Street, Poplar Street, Porter Road, Hamestring Creek, and City of Farmington Lift Stations to the proposed Westside Wastewater Treatment Plant as detailed in the RJN's Report dated June 2001. A summary of the sewer improvements is presented in Table A -l. Design of the city of Farmington Interceptor and City of Farmington Lift Station is shown in Table I as Optional Services. Design services for these improvements will not be initiated without prior written approval of the CITY OF FAYETTEVILLE. PART A - PROJECT ADMINISTRATION AND MANAGEMENT Project Administration a) Perform Project Initiation activities b) Perform general administration and project management activities. c) Finalize agreements with subconsultants. d) Perform RJN's internal project control including budgeting, scheduling, and quality control activities. e) Prepare and submit monthly work progress reports to the CITY and Program Manager and confirm compliance with final design schedule. f) Provide Program Manager information for posting on Project Web site as specified in Contract Section 2.2.9. g) Develop and maintain project Completion schedule throughout project. h) Incorporate and maintain City's design standards and CADD standards throughout project. 2. Coordination Meetings a) Attend project kickoff meeting with City staff and other consultants involved in project. b) Attend monthly meetings with City staff and other design consultants to coordinate design activities. (A total of 12 meetings is anticipated) c) Meet with Arkansas DEQ, AHTD, and DOH as necessary to obtain permits for construction of project. A total of three meetings are anticipated. d) Prepare and participate in a Value Engineering session with CITY OF FAYETTEVILLE and city's consultant. One five (5) day session is anticipated. It is anticipated that RJN GROUP, INC.'s Preliminary Design Report will serve as the basis for the Value Engineering Review. The accepted VE revisions will be incorporated into the final construction documents. e) Prepare for and attend up to four City Council meetings to provide periodic updates on the progress of the final design as requested by the Public Works Director. PART B — DESIGN SURVEY I. Surveys for Design a) RJN GROUP, INC. will perform field surveys to collect horizontal and vertical elevations and other information which will be needed for use by RJN GROUP, INC. in design and AA -I preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations of existing sewers, location of buried utilities where possible, structures, and other features relevant to the final plan sheets. The location of buried utilities will be based on information provided by utility companies and/or utility locates by Arkansas Call -One. RJN GROUP, INC. will not be responsible for actual location of buried utilities and contract documents will require the Contractor to locate utilities prior to construction. The location of trees will be in accordance with the City's current specifications. b) RJN GROUP, INC. Will Provide the Following Information: All plans, field notes, plats, maps, legal descriptions, or other specified documents prepared in conjunction with the requested services shall be provided in a digital format. All text data such as plan and profile, coordinate files, cut sheets, etc., shall be provided in the American Standard Code for Information Interchange (ASCII) format, all drawing files shall be provided in AutoCad (DWG or DXF) format (currently Release 2000). The minimum information to be provided in the plans shall include the following: I) A Project Control Sheet showing ALL Control Points used or set while gathering data. Generally on a scale of not less than 1"=40': 2) Coordinates on all P.C.'s P.T.'s, P.l.'s, Manholes, Valves, etc., in the same coordinate system as the Control. 2. Public Notification Prior to conducting design survey, RJN GROUP, INC. or its SUBCONSULTANT will notify affected residents of the project in writing. The notification letter shall be on company letterhead and shall include the following: project name, limits, Consultant's project manager and phone no., scope of survey work, and design survey schedule. PART C — PERMITS AND EASEMENTS Permits During the design phase, RJN GROUP, INC. shall coordinate with all utilities, AHTD, railroads, and other agencies affected by the Project. These entities shall also be contacted, if applicable, to determine plans for any proposed facilities or adjustment to existing facilities within the project limits. The information obtained shall be shown on the plan sheets. RJN GROUP, INC. shall show the location of the proposed utility lines, and existing utility lines within the project limits. RJN GROUP, INC. shall complete all forms necessary for CITY to obtain permits from AHTD, railroads, and other agencies and submit such forms to the CITY. CITY shall be responsible for forwarding the forms to the affected agencies for execution. A total of seven (7) Highway Permits and one (I) railroad permit are anticipated. 2. Right-of-Way/Easement Preparation and Submittal a) RJN GROUP, INC. will conduct research for availability of existing easements where construction is probable. Temporary and permanent easements will be prepared based on available information. The CITY will negotiate and obtain the necessary easements. A total of 202 easements are anticipated for the Fayetteville sewers and 45 easements are anticipated for the Farmington sewers. b) Revise easements as required to obtain approval from property owners. A total of 25 revisions are anticipated for Fayetteville sewers and 5 are anticipated for the Farmington sewers. 3. 404/Phase 11 Stormwater Permitting All required 404 permits (Wetland delineation and mitigation) and Phase II Stormwater permits will be prepared by an independent consultant to the CITY. It is anticipated that this information will be provided to RJN GROUP, INC. in a timely manner to allow preparation of the contract documents to meet project schedules. RJN GROUP, INC. will coordinate permitting activities AA -2 with City's Consultant and will incorporate all requirements into project specifications. City's Consultant shall provide Technical Specifications to address environmental, archeological, and other environmental permitting requirements as necessary. 3. City Construction Permits RJN GROUP, INC. will collect information and prepare and submit applications for City Construction permits. PART D — CONSTRUCTION PLANS AND SPECIFICATIONS It is anticipated that the project will be divided into a maximum of seven (7) construction packages. Final Engineering Design Interceptor Sewers — RJN GROUP, INC. will conduct final engineering as follows: a) Conduct geotechnical investigations as necessary to design the project. The extent of the geotechnical investigation is summarized in Table A-2. b) Prepare overall sanitary sewer layout sheets and an overall easement layout sheet(s). c) Prepare preliminary project plans and profile sheets which show the following: Proposed sanitary sewer plan/profile and recommended pipe size, water service lines and meter boxes, gate valves, and all pertinent information needed to construct the project. Construction plans shall also include details to re-route flows from the existing lift stations to the proposed interceptor lines. The plan and profile sheets will be prepared on a 1 "=40' scale horizontally and l"=4' vertically. All drawings shall utilize CITY OF FAYETTEVILLE standards. d) Existing utilities and utility easements will be shown on the plan and profile sheets based on information obtained during the design survey or from information provided by Utility companies. RJN GROUP, INC. will coordinate with utility companies and the CITY to determine if any future improvements are planned that may impact the project. e) RJN GROUP, INC. will prepare standard and special detail sheets for sewer line construction. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, and details unique to the construction of the project. f) RJN GROUP, INC. shall prepare demolition details for each of the existing lift stations to be abandoned and include in the construction plans. g) RJN GROUP, INC. will consult with the CITY/Bums & McDonnell and McGoodwin, Williams, and Yates, Inc. to develop a cut -over and startup plan to bring the new sewer system on line. 2. Lift Station Design- Hamestring Lift Station, Gregg Avenue Lift Station, and Lift Station No. 12 RJN GROUP, INC. will conduct engineering design as follows: a) Hamestring Lift Station I) Prepare detailed Basis of Design for Hamestring Lift Station and associated forcemain hydraulics, basic pump/wet well layout, alarms and instrumentation plan, standby power requirements, and control interface coordination with the design consultant for the Wastewater Treatment Plant Headworks operation and controls. 2) Conduct Mechanical design including pump and piping configuration. Prepare Mechanical drawings including lift station upper and lower level plan and section drawings, roof plan, odor control equipment, plumbing and miscellaneous Mechanical details. (Total estimated drawings is ten, with an additional nine drawings for site work/grading, cover sheet, index, hydraulic profile) 3) Conduct Structural design including foundation, generator foundation, beams and roof framing. Prepare Structural drawings including foundation plan, upper and lower level plan and sections, beam, lintel and joist schedules and roofing plan, and typical structural details. (Total estimated drawings is sixteen) 4) Conduct HVAC design, and prepare HVAC drawings including roof plan, and lower level/upper level plans, odor control equipment, and typical HVAC sections and details. (Total estimated drawings is four) AA -3 5) Conduct Architectural design including selection of facade material. Prepare Architectural drawings including floor and roof plans, roof details, building sections and details, railing, stair, room finish, signing, door and hardware schedules, and miscellaneous Architectural details. (Total estimated drawings is eight) RUN GROUP, INC. will coordinate with Garver Engineers to provide similar architectural treatment and finishes on structures. All proposed architectural treatments and finishes will be submitted to the CITY for approval. 6) Conduct Electrical design including selection/sizing of motor control equipment, lift station generator and switchgear. Prepare Electrical drawings including site plan, MCC and switchgear one -line diagrams, upper and lower plan, generator details, Electrical Equipment Room details, lighting plan, odor control equipment and switchgear. (Total estimated drawings is thirteen) 7) Conduct Instrumentation design. Prepare Instrumentation drawings including control system functionality, control narrative schematics for power, HVAC, fault monitors, pump controllers, liquid levels, gas (Hydrogen Sulfide) and pH monitors, odor control system, and general instrumentation details. ('Total estimated drawings is ten) 8) Prepare Lift Station specifications including site work, concrete, masonry, metals, wood, thermal and moisture protection, doors and windows, finishes, specialties, equipment, conveying systems, mechanical, electrical, and control end devices. 9) Evaluate and design a maximum of two (2) 10 hp duplex lift stations to facilitate draining of larger parallel force main between Hamestring Lift Station and W WTP. b) Gregg Avenue Lift Station I) Prepare detailed Basis of Design for Gregg Avenue Lift Station and forcemain hydraulics, basic pump/wet well layout, alarms and instrumentation plan. 2) Conduct Mechanical design including pump and piping configuration. Prepare Mechanical drawings including lower level plan and section drawings, odor control equipment, plumbing and miscellaneous Mechanical details. 3) Conduct Structural design. Prepare Structural drawings including foundation plan, lower level plan and sections. 4) Conduct HVAC design, and prepare HVAC drawings including odor control equipment and typical HVAC sections and details. 5) Conduct Electrical design including selection/sizing of Motor Control equipment. Prepare Electrical drawings including site plan, MCC one -line diagrams, and odor control equipment. 6) Conduct Instrumentation design. Prepare Instrumentation drawings including control system functionality, control narrative schematics for power, HVAC, fault monitors, pump controllers, liquid levels, gas (Hydrogen Sulfide) and pH monitors, odor control system, and general instrumentation details. 7) Prepare Lift Station specifications including site work, concrete, masonry, metals, wood, thermal and moisture protection, doors and windows, finishes, specialties, equipment, conveying systems, mechanical, electrical, and control end devices. c) Lift Station No. 12 (Relocated) I) Prepare detailed Basis of Design for Lift Station No. 12 (Relocated) forcemain hydraulics, basic pump/wet layout, alarms and instrumentation plan, hoist, flow meter/vault, and standby power requirements. 2) Conduct Mechanical design including pump and piping configuration. Prepare Mechanical Drawings including lower level plan and section drawings, odor control equipment, plumbing, and miscellaneous Mechanical details. 3) Conduct Structural design. Prepare Structural drawings including foundation plan, lower level plan and sections, and typical structural details. 4) Conduct HVAC design, and prepare HVAC lower level plan, odor control equipment, and typical HVAC sections and details. 5) Conduct Electrical design including selection/sizing of Motor Control equipment, lift station standby generator and switchgear. Prepare Electrical drawings including site plan, MCC and switchgear one -line diagrams, lower level plan, generator details, and odor control equipment. 6) Conduct Instrumentation design. Prepare Instrumentation drawings including Control system functionality, control narrative schematics for power, HVAC, fault monitors, pump controllers, liquid levels, gas (Hydrogen Sulfide) monitors, odor control system, and general instrumentation details. 7) Prepare Lift Station specifications including site work, concrete, masonry, metals, wood, thermal and moisture protection, doors and windows, finishes, specialties, equipment, conveying systems, mechanical, electrical, and control end devices. d) It is anticipated that instrumentation design including SCADA, Human Machine Interface (HMI), telemetry and Programmable Logic Control (PLC) controls will be provided by others for all lift stations. e) At the appropriate design stage RJN GROUP, INC. will provide to Bums & McDonnell pump characteristics and specifications for large pumping units. This will allow Bums & McDonnell to solicit price quotes from manufacturers to standardize the equipment. 3. Odor Control RJN GROUP, INC. will conduct engineering as follows: a) Conduct final Process Design for selection of Ilamestring, Gregg Street, and Farmington Lift Station odor control equipment, including supplemental sampling of collection system for hydrogen sulfide, mercaptans, and VOC's. b) Select and size odor control equipment/media type compatible with Lift Station mechanical and HVAC equipment. c) Select and size passive odor scrubbers for force main air release valves. d) Prepare specifications for selected odor control equipment. e) Select appropriate odor and ventilation equipment for large interceptor sewers. f) RJN GROUP, INC. will coordinate with Garver Engineers on the selection of odor control equipment to be provided on both the east side and west side collection systems and pumping stations. RJN GROUP, INC. and Garver Engineers will reach consensus and provide justification for the selected equipment. 4. Specifications Using RJN GROUP, INC.'s basic technical and CITY's General Conditions Project Manual 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. Project Manual shall be based on Construction Specifications Institute (CSI) Master Format and Section Format and shall incorporate CITY OF FAYETTEVILLE's standard general conditions and forms. Bid documents shall include required forms for State Revolving Fund funding. 5. Preliminary Construction Document Submittal a) RJN GROUP, INC. shall deliver five (5) sets of conceptual design plans (30% complete) for design review by Bums & McDonnell. Plan sets shall include alignment plans, survey data, existing utility information, and available environmental data. Opinions of probable cost and major component material selections will also be provided as part of the submittal. h) RJN GROUP, INC. shall deliver five (5) sets of preliminary construction plans (90 percent complete) and two (2) sets of specifications and contract documents to CITY for review. Generally, plan sheets shall be organized as follows: Cover Sheet Plan & Profile Sheets Standard Construction Details Special Details (As applicable) c) RJN GROUP, INC. shall submit a preliminary estimate of probable construction cost with the preliminary plans submitted for each project. It is anticipated that the overall project will include seven (7) construction projects. AA -5 d) RJN GROUP, INC. shall meet with CITY to discuss review comments for preliminary submittal. Two review meetings each plan set submittal is anticipated. 6. Final Construction Document Submittal a) Following CITY approval of the preliminary documents, RJN GROUP, INC. shall prepare final plans and specifications and contract documents (each sheet shall be stamped, dated, and signed by RJN GROUP, INC.) and submit five (5) sets of plans and construction contract documents for CITY's final approval. Table A -I LIMITS OF DESIGN Diameter Length Sewer Interceptors (in) (11) Old Wire Road to Gregg Avenue 21-42 15,770 Gregg Avenue to Hamestring Creek 48 27,500 Hamestring to Proposed WWTP 18-36 11,7201' North Street LS to Poplar Street 24 4,696 Poplar Street to Gregg Avenue 27-33 11,450 Porter Road LS to Hamestring Creek 24 14,112 Basin 5 Interceptor 15-18 3,317 Total 88,565 Lift Stations Extent of Impro Gregg Avenue Upgrade Hamestring Lift Station New Station OPTIONAL DESIGN SERVICES 1L Lift Station II to Lift Station 12 Interceptor 12,795 Lift Station 12 to Proposed WWTP Interceptor 9,175 Total 21,970 Lift Station 12 (Farmington) New Station The Engineering Fee Cost breakdown is provided in Exhibit A attached hereto and made part of this Agreement. I/ It is anticipated that the constructed force mains will be parallel force mains with a smaller diameter main for dry weather flows and larger diameter for wet weather flows. The total length will be 23,440 LF. 2/ These services will not be initiated without the written authorization of the City of Fayetteville. • TABLE A-2 • GEOTECHNICAL INVESTIGATION SCOPE AND FEE SCHEDULE ILLINOIS RIVER BASIN SEWER LINES & PUMP STATIONS WEST SIDE TREATMENT FACILRIES FAYETTEVILLE, ARKANSAS for RJN DALLAS, TEXAS August 30, 2002 •:. ... . • . ,. • • 111 .• 11 •• S. . •z: .t .: .: I• 1111 •••.•:.....: w: .. 1• •• 11 ,. .: .. :.. .. . •1II V •.1 11 . . • I• :I , I • h • :I 11 y11 11 a•, •• • • I' ii i• • • II 1 1 1 -.. : 1. 11 • II • I .• • [ :. [ • II • I. • • • •• III • III ••. I .1.. • 11 111 I; . ICore a •I • I 11 • II, • .9111 • [ I •. • I [: • I• 11 [ a • • • . • . 11• 11 11 • [ .. .• z, • , •'I: •I of • 11• 111 I• • [ .. [ I. of • •:. 11 'III 11 • Manager)/ 15.0 1 1 1 •• :. •:.• • �• • • z • 1• 1.• 11 C. • •••I.: • • [ .: 1• III 7• •• •: • 1 • . 1 1 1 .- 1 1 1 •z•• • :I • II 1• 11 ESTIMATED GEOTECHNICAL INVESTIGATION AND ENGINEERING $61,773.00 Any Additional Items stwtl be acoonA g to attached Fee Shceduie ,•1 SUBMITTED BY: L •I(tV..1'— WAYNJ6NESSPAE. Vice Pre M CIOATAIGEOT EGNay-c.wahal.. W BZ * • TABLE A-2 • GEOTECHNICAL INVESTIGATION SCOPE AND FEE SCHEDULE FARMINGTON SEWER LINES & PUMP STATIONS WEST SIDE TREATMENT FACILITIES FAYETTEVILLE, ARKANSAS for RJN DALLAS, TEXAS August 30, 2002 14 • • 1 • •m • I. w•:. • sir •• • .• .•. II , II n • r r• • i• . 1 1 1 -I 111 is • h • •: •: .11 •1111 •t :r....: ►: . • ;.. . 11 111 I II V 1 11 11 • • i• h .: II 1 1 r•r: I2I 11 • 1 • : . ... .I . I • Drilling 1 • . • . 1 I I . III ••r I is • I 1, III I; • • • 1 '' • I I,$10050.00 .. • 1 -1 11 • -/Gradation. • •'•. • 111 1111 r• Z• • •• - •5 • ••. -II, VII II .. I • • • •:. . 11 .1 II I. 11 ! • r r: Y• . • • • r •. . •; • • :r •: • 1.11 III • . •[ r• • u• • n . 1 1 1 1 1 • • • •: • I 1 • .111 .I1 1I :•• •: • h: • 11 11 .• • 1 11 t I 1 1 1 .. . .: •r. •' • to r : •Schedule SUBMITTED BY: R. AYNE JON , P. . Y President CIOATAZEOTECHV&y sr•41mq.WB2rj CITY OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES APPENDIX B - SCOPE OF SERVICES FOR BIDDING PHASE This is Appendix B, consisting of I page, referred to in and part of the Agreement For Professional Engineering Services between CITY OF FAYETTEVILLE, ARKANSAS hereinafter referred to as CITY, and RJN GROUP, INC. hereinafter referred to as RJN GROUP, INC. dated Initial: CITY OF FAYETTEVILLE RJN GROUP, INC. The following is the Scope of Services for the Bidding Phase. I. Arrange for bidding notices to be sent to contractors publishing services and direct mailing to contractors of record. Notices shall comply with requirements of CITY and Revolving Loan Fund (RLF) administered by the Arkansas Soil and Water Conservation Commission, Construction Assistance Division, and the Arkansas Development Finance Authority (ADFA). The legal notice to be placed in legal notices section of a local newspaper shall be coordinated with CITY purchasing agent and an affidavit of publication secured. 2. Prepare addenda for drawings and Bid Documents as required and submit to Program Manager in timely manner such that addenda can be issued in accordance with Construction Contract General Conditions. 3. Secure updated state and federal wage rate decisions and incorporate by addenda into the Bid Documents. 4. Assist CITY in issuing and tracking Bid Documents, addenda and communications during bidding and maintain list of plan holders. Provide additional copies of plans and specifications for prospective bidders. RJN GROUP, INC. shall be responsible for costs of additional copies. S. The Program Manager shall organize, convene, and conduct a Prc-Bid Conference. RJN GROUP, INC. shall attend Prc-Bid Conference to explain the project requirements and receive questions from prospective bidders. RJN GROUP, INC. shall consider the questions received and issue necessary clarifications and changes to the Bid Documents through the use of addenda. 6. Assist CITY in obtaining and evaluating bids and preparing construction contracts. Provide four (4) copies of the bid tabulation for each project. 7. Consult with and advise CITY as to the acceptability of subcontractors and other persons and organizations proposed by the prime construction contractor(s), hereinafter called "Contractor(s)," for those portions of the work as to which such acceptability is required by the Bid Documents. 8. Make recommendations regarding award of construction contracts. 9. Attend Water and Sewer Committee meeting and the ensuing City Council meeting to recommend action by the respective bodies. Prepare and present a recommendation complete with such supporting information as necessary for the bodies to make an informed decision on the action recommended. AB -I S CITY OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES APPENDIX C - SCOPE OF SERVICES FOR CONSTRUCTION PHASE The final scope of services and fees for construction phase services will be negotiated after completion of the final design services. AC -I CITY OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES APPENDIX D - SCOPE OF SERVICES FOR POST -CONSTRUCTION PHASE The final scope of services and fee for Post -Construction Phase Services will be negotiated after completion of the final design services. AD -I CITY OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES APPENDIX E - SCOPE OF SERVICES FOR RESIDENT SERVICES DURING CONSTRUCTION PHASE The final scope of services and fee for Resident Engineering Services will be negotiated after completion of the final design services. AE -1 D N D .-, w ... a fl V) W V O) G) A W N J a P F m -1mtnDm��Dlfnvm (no NN A W NJr N J J J J J J o C C p d d a y p w C p C 3 C' 0 0 0 0 <<0 F o m m m m to Q b m T p p is D o o n m d p o �2oN cymcc c m$p 013x' mpo Mn m P 4 m odm�,o w u OCO'�n 0 0 n mn m w m 2 O J y d T d N O J d O P o p d (� O 39.w P 0 Qf ^ P' = d d »cno� —B. M m �2 � jo 3m 3J = ^ m P J n A 0 5. 00 d 001 j O O O Q d V N 0 N p • d 3J qc p 3 , m m a j n a P _ 6 o C a T O -Ti C) m y pao� A P O O o o A N N N N N CO Qo N N j Cl) 0 O N T r mm A V V _ A0N_iAOA� N N N�NO)N __ p A A A OD�� y N uJ+iA mm m _m 'vommpmmmo ''o ;o-ao mom mo m 0°≤ Jg - m W r (n m c) O o 000000000 0 o ro o?mmp J A w 3 OOOOOOO8O A A r uy O A A N N O m D00 v y O Co O on O N N N N N O A J A tat., + J J' N O Z CD DD OD CO O 00 00 00 O) O) M M U U w U U w w U U N N w N U N N N N N N N N N N N +p�1pp {J N + Ca D PO J MthC NOJ AO) +J Ap) J NOO J N A NOO OI + V C 0N W W A N OI Of O N O7 O) � p r V N OfD 1 V O DD DD O N + J W O N A N V O0D A N O 000000000 00 000000 U 00 00 N O M N N U N N w N N *.s. N N o A W Ou a N N A Oo O U O W pp U'u N Ui OlO O O 0 0 0 0 OMC O O N M N N N N N U w w N N N w N U N N N N N N N U w U U m N u O + N N J J + J w L L N J 3 O V m N N N D7 C0 O A O N N m DD J + A N tN.) O N O m V + N N tD V V O) U lD N V W O (J OD CO CO CO CO A 01F01 V N + N J O UI U O) J (Ap O pp1 N OI J N V 0 U 0 o 0 0 o o 0 0 W W ONO N V V CtOp J J 0 O O 0 0 0 0 0 0 N O O O O O x - Z C O II I I I I I I I I I I I_ _ _ _ D ICJ: tJIt9Ic.JIc,.1 La taiL., 'O 0 Ol UI A *44K) + O {O W V Q� N A W N O {O m V 01 UI A W N �+ O tO N V tT N A W N �+ { Z O 2 S C T C C y l� t 41 T'' Z . X1 0= Si lD n m m D' o ! o! c0 D all ! In y m! Ln y al m' y fT'" o m m N m O.° o f l m 'moo flS`b' oo .300 3 o3 nl�m ��C2 13' nIm I S o w a'I >• � m n g� m _.I I c m o� D 0' � m �j , 9 >• D 0• CA D n 7- a o of c o. c (p 3 q L, o o e J 1CH1 J w O Jyi 1p D (1 m J n'. N .�. » Y J C N Ti G D O N .r C !, ]' L C (7 7 o 5_:O0CJ O 0' J D a J J 3 31 m 3 7 G 3 o j 3 m o a m pD o SD �4 , V i H J 0 o a o ➢o aD C 1 i n� �3u X'�H �ooJi 3.�0 'nD 1 Ii m�n��D`�n 3•C o'a nO i d GI ESQ l -.- jail a, i d x »i A 71 V•m 1 �' �l yid Ti QO � ° N I 7 x f N F ' A E o �" Co'o � �t� a ID 0-.. n -.-1 \ - .' N o I ' n' \I m G GTTh o G o G J JO I Ili �I�- ! !� ! NI a N :D O All tb D) '�.. D: a W V VI ! N O]i 6 �1 V VI V L^^. CD m a a a a AI. � v N V V w N v v v J A N v v. wl \ N' v w r', r .wa" U% i W' N' \ w •, Jw J` NI A A A� P a a w ! .a i O P�. A. cc w \ \ \ \ w r \ \ \ _ \ \ \ \ QI \, O; \ O OI + O 0 \ O OI p O O O pp O C C C C O a O. C I C C C O OI O O C O a O A) Cs) O O W WI W W W A W WI W O W. w W W' W W W W W a (J '„'. C A) pA w W A w W W w ,� W w w �� VII Ull A� ! Ol' Vl a �+ CPI ul P OI N .� + vI ! P mi a .+ . (D (O �I� ! 0) ! (p a ..+ a I.N N W N, a • ! J ,�'. N! ,J u a J a N I J .J ' N A N a Ql W' N 1 N .a OJ A w 4' ! \ 1ppJl pOp O 2w pdp Qppl `'., d pA �po • ; N A i UI Ql o w N � it 4l a two w A a ow � (\i i i �'; w \ r - O a A A Y A A OW K g d1 OO O D O'' 0I A O O O C O D O I O :(Ha A '; W W A W W W ..: w III HI I I I I. I TTjI a L i •J I k - ___ __ _________ — — — _____ C-, _ F ___ H .'d. H] - - - — - F I .. £_ - - - — — I CD i I III I n 0 o A N m ; — Z o tD ____Ii_ I I __ I I C 'C + li - BCD w 1 J n,l v V Ii W 2 3 CD M r -Ii Icn• v, I 0 I i I K O 1 I I III • I N N i INJ NNJ • Ni] II I 1 I I I 1 N O I O N III, I 01 Li I I III ! CJ I I I I � O N o o v V V V V V V V V C) On O) OM On Q) In C1 a, m in N N to to to to to In N A A A P A A a A A A N V Ol U1 A W N+ OW W V m to A "I" O a0 m V ° UI A W + O LO m V Qf V1 A W N+ O 1 Z o OI o ID r' 'J V s f C SI ', i>t° a Z ID D t X 2 ID D H 2 G7 D a Q " O '$ O4 ID . O O a, 3 O O O O ac_, lm''IJ�=a;O ml�anN �OIln n -.p\N»'O\mm pl W� O\N O1O\(o I n n J Cn r7 (� V.' n! -•, n N U 1 n} e N o N D S Ijj N\ fJ a ... N m �_03 O O N 3 OO ? li -, :7 t0 U) .�.. cr U cn N O (� n coo 7 I t, a 9,3.c O >',� , O~4Z n o �? o =I OIN nl .. . m l... 'D' O 7 a ^' Q JI pl a a 2 ID D up 3 3 a 3 u aa 3 c a O n y 3 +f!! 3 N �' N 3 N r' N 3 '� N CI 1] N J O �. o ti) O N d N N IJi CI �' IlD 1• ! I o m O -O a m o *o tD ;�' m' J 0I J m Z m i n m o =. O fl 0O O n ro w .. , ` i 1 O (O OOti J OO w! O (7 O OI I O I I t 90 t V G V 7 N » F M n N F'II n F .y m' FI F m mI ID m , m cn ill! till � QJ rnl :n 1�1 p m m O u1 mI V O �' �' w ; N c0 io 1, Oi , '. +III 'I a a W W N NI W• 'I a r N a NI N N J' N J J J! NI ..' NI U r .i r W r1 w1 NI. U' a — W N AI Ap '.pi.' a V. Sc Cl f_D U JI WI N , W' N .+ �, \ ICI ppI C —! O O o = - \ pwl (l7l U1 oti pO Cl > O, ti fU. i N O O lV 8 8 S gjSS'a AI A (c a:O1O A � ` CZ m v' m CD COI III m� 5 N' VI .aI = 1, V D w cc p w N Oli w lJ .. N tJ I N N �. N .�.. ! .!' A: (J N [.) (a w ` r N N C`a N )J N � O t � m O C` � ` °o mo C Ap ' mm w•„�' Op mm = t` ? c � pa ` QN pm pw pO pm pO o.. po pO Q p pv p \j O CO A A A LaH'') A A A A d A W H I.r W a._ HH. H H JI I I I i p J �A O I I I� I hI _ I I I _ �IIII 1 HI I I 1 I J A J v F i 1 l S V. I ^ 1 1 �l m�II I I W. I N O 1 or I H I ♦ 1I IIN I N I I 1 I 11 N N 1 I I 1 N N I I W I I , I Is I N • N S1 VI '-''C L J n T 3 a d a � 3 O=0 ' 0 CD CD \, rr 1 • • • ! ! J ! ! .... .J .J uA uA u.. �.+. ..J .A .A .A .A .•. �, w w m m m m m m W m m m 1 !!!! O O O O O O O O O O m m V m vI A W N! O to m V m VI A W N �+ O (D I V m N A W N -+ O tp m V Qi in W N -+ O _ _', Z' OI O 1 d o y o -r. Z Q> -c Z LC > -C' 0 Z ID D- O,, Z m> t N', Z1 m D CJ D 7 �i 3 a 3 a a a o a n o n a. �, a o c m' m »' z Z �. ? -• o n a cn o a` a 0 3' J O v: o v fi /•n v N fi v; ;n. m. � to O a � > o t c o c a ° o c ' O <t p cr, a l v ci V: v I � o _ i S, J d I n t] o 3 ( O a 9 O CJ N 1 [D n o t7 N O J' o A CI a J', o n a O 3 o f i .O 10O :J = d 101r.1 N O;D g �♦ O N O D J. N ID -_ a O ID O IDlm i N ID 1 i(1 1 'CI 1 3 CO a o QIJ 0 A o _. I� o` d a' a _It o a ..It a' l a0 o o ^' D,( Ti „, 3 a o ! o o o C l y -♦ a Q. r a as o (l J O O J O O V' t O J O: .IC O J 1 0 N 0 J 0 0 • ✓; 0 0 U) 0 O I O O m O 'n J v y 0O O I fl (1 O y Qi.r (2 O , O fl a .o O 3 , 'RI Cl n 0 a c.da c � a cl»'a c a' a c n von 3' o 310 3 3 (0, m I 3 3 .., 0 J m' J o 0l , J J I D N N N N _ I ICI N a - p 6 A O fD pr OD m V ti ti ^Jj f0 CO •wS' bw' J J O :O ('J a N N +! Ot N A - w w w w w w w w w' w ` w • J) -+ w :II L1 r Vi •'' W .% W . OI �' c U N •a .�, ! I l O c O O 0 a a Pl Ail A A AA AA p p P P All All A A l J J ! J J J Ln� •.i a a J "1 i J ''I W 'S. *.J1 -+ O O O O V CC O O O N N O OI N'. P_ A_ P_ J y- -.Li J v J J v. i J N a 1, + W J. ap N J Oi a W J •.a W O O A p! p o A pN A 0 a A A A A K a A A' OP 2 A P p All A A A A' a A K P I a a A A P '. A I r N , N III . W IW I N III I� l •1 Nil ♦ 1 I N W W I N A 1 ! ! -\ P I -I I I I I J \ I I l l ii TJT l, I- N II INI I N IoI • l o !I NJ N NI - IN'iIwl I W NI •II I liN • I I I N III N J ♦ ", I i i p p O •1 III II D W i I I I a • 0 I •i 1 1 N 1 Li G7 ft ID ID n ` _ Zen 0 � � K 3 n 0O O CD 2. 19 C, rr • Iu -4 3 Z 0 a C S n O A A C A J N J N a J —o to N T 7 -, l 1 5' C O S I ci — m 0 m E l it I 11 l•- J 1 0 0 O O, 1 t O 0 0 0 = L7 L7 O: Ql O -•- O D V1 U1 tT U N W � W AA J lm W (0 « N « Cl Cr l Qi I - V O N ti N « « N N N y N IA �A N 01 J C1 N C) N 7 P. N N N � y N y � O Y tO W O l i J '3:0' W w W • h N Z0 0 o I • G7 CCD CD 1 /N N CD 3 3 C IC CD 3 v CD 0 rr ti -I [1 0 • NAME OF FILE: Resolution No. 112-03 w/Agreement CROSS REFERENCE: Item # Date Document 1 06/03/03 Staff Review Form w/attachments memo to City Council draft resolution 2 07/30/03 memo to Greg Boettcher 3 09/26/03 copy of email to Greg Boettcher NOTES: STAFF REVIEW FORM • X AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW ',".''"•�,-� For the Fayetteville City Council Meeting of: J�s— ,2003 Greg Boettcher Name Water/Wastewater Division Water/Wastewater Department 45S 7//510.3 // Z RJNGrouP/c ACTION REQUIRED: Approve a contract with RJN Group of Dallas, TX for the design and bidding of the West Pipelines and Pump Stations portion of the Wastewater System Improvements Project, said contract providing for a lump sum means of compensation with a contract amount of $2,500,718.00. COST TO CITY: $2,500,718.00 Cost of this request 4480.9480.5315.00 Account Number 02133-0302 Project Number $ 48,202,040.00 Water/Wastewater Program Category / Project Name S 13,046.00 Wastewater System Improvements Funds Used to Date $ 48,188,994.00 Remaining Balance Program / Project Category Name Sales Tax/Wastewater Fund Name BUDGET REVIEW: X Budgeted Item Budget Adjustment Attached Budget Manager Date CONTRACT/GRANT/LEASE REVIEW: �u3 03 Date nternal 4iditor Date fo�f/a3 ea 5 oa Date Purchasing Manager Date STAFF RECOMMENDATION: Cross Reference Rec'd in M yo 's'j Divisi Head Date Office V o-+ LD New Item: Yes No -2 dZ Depa ment Director Date Previous Ord/Res#: Orig. Contract Date F e% Internal Services Dir. Date Orig. Contract Number Chie minis ative Officer Date Mayor Date Description Comments: Budget Manager Accounting Manager City Attorney Purchasing Manager ADA Coordinator Internal Auditor Grants Coordinator • Staff Review Form - Page 2 • Meeting Date Reference Comments: E FAYETTEVILLE THE CITY OF FA YETTEVILLE. ARKANSAS WATER AND WASTEWATER DIVISION DEPARTMENTAL CORRESPONDENCE TO: Fayetteville City Council FROM: Greg Boettcher, P.E. Water & Wastewater Director THRU: Dan Coody, Mayor of Fayetteville Hugh Earnest, Chief Administrative Officer DATE: July 10, 2003 RE: WASTEWATER SYSTEM IMPROVEMENT PROJECT RJN Group West Pipe Lines and Pump Stations Design/Bidding Phase Service Contract BACKGROUND The citizens of Fayetteville have approved a S125 million sales tax bond issue to address the capital costs for a critically -needed wastewater system improvement project. The passage of this'/. -cent sales tax enabled low-cost, accelerated financing for said project, scaling back customer rate impact from 134% to 38%. Since passage of the sales tax in late 2001, the City Administration, consultants and regulators have completed a number of funding, environmental, procedural and program functions; finalizing the preliminary design phase of the wastewater system improvement project. Activities that have been completed during such time period include: • Secure technical approvals of engineering concepts • Complete Cultural Resource Surveys as required by Arkansas' State Historic Preservation Officer ■ Solidify financing arrangements using a combination of SRF and private funding • Develop an integrated program for this large capital improvement project, including: ✓ selection of program manager ✓ development of standard project bidding materials ✓ creation of an integrated construction program bringing together the multiple consultants, projects and needs ✓ acceleration of project construction by incorporating a prioritized, segmented approach that anticipatesl3 bidding packages P Development of a standard professional services agreement Capitalization on cost -saving opportunities that have substantial financial benefits ✓ Broyles Road Analysis ✓ Outfall Line Assessment ✓ Future benefits of team design, peer reviews, operations involvement, constructability critiques, program management and value engineering Negotiation of professional service agreements with the engineering/program management consultants that have explicit scopes of work, exacting performance schedules, and defined compensation. DISCUSSION The Fayetteville City Council, at a special meeting on July 8, 2003 placed the negotiated professional service agreements on the City Council Agenda. The attached contract with RJN Group, relates to design and bidding phase services for the West Pipelines and Pump Stations component of this wastewater improvement program, the specifics of this contract being summarized as follows: CORE ELEMENTS -(1) Approximately 16 miles of 15 -inch to 48 -inch gravity sewer line, (2) approximately 4.6 miles of force main, (3) construction of 3 wastewater pumping stations, and (4) division of work into eight contracts. COMPENSATION- $2,500,718.00 The design and bidding phase services set forth in the proposed agreement are associated with the Fayetteville Vision 2020 Guiding Principles listed below: 1. Naturally Beautiful City: Our Mountains and Hills, Our Creeks, Our Open Greenspaces 2. Well maintained City Infrastructure and Facilities The completion of the west side wastewater treatment plant and associated improvements are necessary for the targeted benefits of the wastewater system improvement program to be realized; therefore, the contract approval is integral to the maintenance of infrastructure and facilities. RECOMMENDATIONS To provide the proper and responsible management of the Fayetteville Wastewater System, the City Administration recommends that the Fayetteville City Council approve a contract with RJN Group for $2,500,718.00 to design the predicted $28.4 million of project construction. This activity was reviewed and approved by the Fayetteville Water and Sewer Committee on June 5, 2003. RESOLUTION NO. A RESOLUTION TO APPROVE AN ENGINEERING CONTRACT WITH RJN GROUP, INC. IN THE NOT TO EXCEED AMOUNT OF $2,500,718.00 FOR ENGINEERING SERVICES RELATED TO THE WEST PIPELINES AND PUMP STATIONS BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a lump sum contract in the not to exceed amount of Two Million Five Hundred Thousand Seven Hundred Eighteen Dollars ($2,500,718.00) attached as Exhibit A. This lump sum contract engages RJN Group, Inc. to provide engineering services to include project design surveys, easement documents preparation, odor control designs, project administration, value engineering support, project coordination, preparation of construction contract specifications and drawings, estimating probable construction costs, and providing bidding and negotiation services for eight construction contracts (as more particularly described in the contract) related to the West Pipelines and Pump Stations. Section 1. That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Dan Coody to execute this contract (Exhibit A) to hire RJN Group, Inc. for this project. PASSED and APPROVED this the 15th day of July, 2003. ATTEST: By: Sondra Smith, City Clerk APPROVED: Lt By: DAN COODY, Mayor C Contract Information was included in the Design Contracts Manual Dated June 10, 2003. Copies are available in the City Clerk's Office FAYETTEVfrILE � TMt CITY OF iAYMEvttu. ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Greg Boettcher Water & Wastewater �� p From: Clarice Buffalohead-Pearman City Clerk's Division Date: 7/30/2003 Re: Resolution Nos. 101-03, 108-03 thru 112-03 Attached are copies of the above resolutions passed July 15, 2003, by the City Council for the wastewater treatment plants Also attached are executed agreements signed by the mayor and city clerk as follows: 1. Res. No. 101-03: two original copies of the agreement with CH2M Hill, Inc. 2. Res. No. 108-03: two original copies of the agreement with Black & Veatch Corporation. 3. Res. No. 109-03: one original copy of the agreement with Bums & McDonnell Engineering Company, Inc. 4. Res, No. 110-03: two original copies of the agreement with Garver Engineers, LLC. 5. Res. No. 111-03: two original copies of the agreement with McGoodwin, Williams and Yates, Inc.. Appendix A-1 has a form for LSD uncompleted. Appendix A-1, page 14 and page 15 have forms that need to be completed and signed by the landscape administrator. I assume that the city is not to this phase as of yet. Please return a copy of these pages to the city clerk's office for filing when this process is completed. Thank you in advance for your cooperation. 6. Res. No. 112-03: two copies of the agreement with RJN Group, Inc. These resolutions along with the Exhibit As will be recorded in the city clerk's office and microfilmed. If anything else is needed please let the city clerk's office know. /cbp Attachment(s) cc: Nancy Smith, Internal Auditor Clarice Pearman - contracts __�_ Page From: Clarice Pearman To: Boettcher, Greg Date: 9/26/03 12:13PM Subject: contracts Res. 112-03 passed in July approved a contract with RJN Group for engineering services. I have the contract and it is signed by Mr. Kelso and Mayor Goody but there are two places for initials on the Appendix A-Scopy of Services for Final Design Phase and Appendix B -Scope of Services for Bidding Phase that were not completed. If you could call Mr. Kelso to come by the city clerk's office and initial them I would appreciate it. Also on Res. 111-03 passed in July approves a contract with McGoodwin, Williams & Yates, Inc. for engineering services for the new wasewater treatment plant. There is a section regarding wetlands mitigation which has a place for the landscape administrator's signature in two places. Do we have a landscape administrator to replace Kim Hesse? Or should we try to contact Kim to come by and sign this? Thanks for your attention to these matters. Clarice x309 I -. r 5< v ruanH!- 14177 I".4.UN1 /` M^'I'o lur_onl to ACORD. CERTIFICATE OF LIABILITY I SURANCE DATE (M 08/031077°"rn PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION (Barbara Fritz 312-279-4618)ONLY ^ HUB International Midwest Limited ft�� f P IV EO AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. RTHIS E ISCIFI AT AFFORDED NOTAMENHE D, POLICIES BELOW. 55 East Jackson Boulevard 1� Chicago, IL 60604 MIG p 6 207 INSURERS AFFORDING COVERAGE NAIC # INSURED MLLE R J N Group, Inc. C17Y OF FAYETTE 200 W. Front Street MAYOR S OFFICE Wheaton, IL 60187 Attn: Katrina Colbert INSURERA Hartford Fire Insurance Co. 19682 INSURER B: Hartford Casualty Insurance Co. 29424 INSURER C: Hartford Insurance Group 29424 INSURER D: Essex Insurance Company 39020 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LLWSR TYPE OF INSURANCE POLICY NUMBER POLICY PATE IMMIDDrn') PDA DATE MPDQ(flN LIMITS A GENERALLIABILTTY 83UUNAH1317 08/01/07 08/01/08 EACH OCCURRENCE $1,000,000 COMMERCIAL GENERALDABILITY X DAMAGETORENTED $300000 CLAIMS MADE aOCCUR MEDEXP(Anyonoperson) $10000 PERSONAL 8 ADV INJURY $1 000 OO0 GENERALAGGREGATE $210001000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS- COMPIOP AGG 51000000 PR POUCV TO-a_Xa dOC "x•'. .v.: _.� •s,[b. -., A AUTOMOBILE LIABILITY ANY AUTO 83UENAJ1418 08101/07 08/01/08 COMBINED SINGLE UMIT (Ea acddent) $1,000,000 X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS X BODILY INJURY &a CO HIRED AUTOS NONOWNEDAUTOS X PROPERTY DAMAGE (Per acddent) S " GARAGE LIABILITY Not Applicable AUTO ONLY - EA ACCIDENT S OTHER THAN EA ACC 5 ANY AUTO $ AUTO ONLY: AGG B EXCESSAIMBRELLA LIABILITY 83XHUAJ1106 08101/07 08101/08 EACH OCCURRENCE s10,000000 OCCUR CLAIMS MADE X AGGREGATE $10,000,000 $ DEDUCTIBLE X $ RETENTION $ 10000 C WORKERsaowPEN A—nDNAND - - ---83WEPL1586 — -08101107 08/01108 _ X STATU---- °a -T EMPLOYERS LIABILITY ANY PROPRIETOR(PARTNEWEXECUTIVE OFFICERDAEMBER EXCLUDED? E.L. EACH ACCIDENT ___ 5500000 E.L. DISEASE EA EMPLOYEE s500,000 Ifyes,de txIunder SPECIAL PROVISIONS Imlow E.L. DISEASE - POLICY LIMIT $500,000 D OTHER Professional 07CPL00327 08101/07 08101108 $1,000,000 Each Occ. $2,000,000 General Agg $50,000 Retention DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS The City of Fayetteville is named as Additional Insured on the above general liability but solely as respects the work being performed and/or supervised by the Named Insured in connection with the Wastewater Improvement Project. City of Fayetteville Attn: Greg Boettcher P.E. 113 West Mountain Fayetteville, AR 72701 ACORD 25 (2001100) 1 of 2 #M159148 I ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO IEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL _30_ DAYS WRITTEN TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE 10 00 SO SHALL NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Al/THORIZEO REPRESENTATIVE Lirawi� X a BAF 0 ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it }affirmatively or negatively amend; extend or alter the,. coverage afforded by the policies listed thereon.. ........a . ACORD 25S (2001108) 2 of 2 #M159148 Client#: 13177 RJNGROUP -es ACORDTM CERTIFICATE OF LIABILITY INSURANCE 07/28/2009 "' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Fax: 866-594-4578 HUB International Midwest Limited RECEIVED ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, ALTER THE COVERAGE AFFORDED BY THE POLICIES EXTEND OR BELOW. 55 East Jackson Boulevard Chicago, IL 60604 JUL 31 2009 INSURERS AFFORDING COVERAGE NAIC # INSURED R J N Group, Inc. 200 W. Front Street Wheaton, IL 60187 CITY OF FAYL II EVILLE MAYOR'S OFFICE INSURERA: Hartford Fire Insurance Co. 19682 INSURER B: Hartford Casualty Insurance Co. 29424 INSURER C: Hartford Insurance Group 29424 INSURERD: Essex Insurance Company 39020 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INR NSRWD' TYPE OF INSURANCE POLICY NUMBER POLICY(EFFECTIVE DATE MFFECTI POLICY EXPIRATIONL DATE EX D LIMITS A GENERAL LIABILITY 83UUNAJ1317 08/01/09 08/01/10 EACH OCCURRENCE $1000000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $300,000 I CLAIMS MADE I xlOCCUR MED EXP (Any one person) $10.000 PERSONALSADV INJURY $1000000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS- COMPIOPAGG $1000000 JEX LOC POLICY X PRCT O- A AUTOMOBILE LIABILITY ANY AUTO 83UENAJ1418 08101/09 06/01/10 COMBINED SINGLE LIMIT (Eaaccident) $1 000000 r X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS X BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY N/A AUTO ONLY -EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG B EXCESSNMBRELLA LIABILITY 83XHUAJ1106 08/01/09 08/01/10 EACH OCCURRENCE $10,000,000 X OCCUR CLAIMS MADE AGGREGATE $10 0OO 00.0 $ DEDUCTIBLE $ X RETENTION $ 10000 C WORKERS COMPENSATION AND 83WEPL1585 08/01109 08/01/10 I X WCSLATT- CEH- EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L. EACH ACCIDENT $500 000 E.L. DISEASE - EA EMPLOYEE $500000 11 yes, describe under SPECIAL PROVISIONS below E.L. DISEASE- POLICY LINT F $500 000 D OTHER Contractors 09CPL00327 08/01/09 08/01/10 3,000,000 Each Occ Pollution/Prof 3,000,000 Agg 50,000 Retention DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS The City of Fayetteville is named as Additional Insured on the above general liability but solely as respects the work being performed and/or supervised by the Named Insured in connection with the Wastewater Improvement Project. City of Fayetteville Attn: David Jurgens 113 West Mountain Fayetteville, AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 'UI DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR ACORD 25(2001/08)1 of 2 #S215426/M215349 I MXJ 0 ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (2001/08) 2 of 2 #S215426/M215349