HomeMy WebLinkAbout06-15 RESOLUTIONRESOLUTION NO. 06-15
A RESOLUTION TO APPROVE A CONTRACT WITH RJN GROUP, INC. IN
THE AMOUNT OF $891,251.00 FOR A SANITARY SEWER EVALUATION
STUDY FOR BASINS SFM-05 AND SFM-18/19, AND AN AMOUNT NOT
TO EXCEED $225,000.00 FOR THE DESIGN OF RECOMMENDED
IMPROVEMENTS IDENTIFIED BY THE STUDY
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
contract with RJN Group, Inc. in the amount of $891,251.00 for a Sanitary Sewer Evaluation
Study for Basins SFM-05 and SFM-18/19, and an amount not to exceed $225,000.00 for the
design of recommended improvements identified by the study.
PASSED and APPROVED this 201h day of January, 2015.
APPROVED:
ATTEST:
By: 6-, 4'4i
SONDRA E. SMITH, City Clerk/Treasurer
G\T Y
AYEITEVILLE_ °z'
e®sem®60°' � 10' ►1 0` e```e
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
✓ a� 479-575-8323
r
Text File
File Number: 2014-0582
Agenda Date: 1/20/2015 Version: 1 Status: Passed
In Control: City Council File Type: Resolution
Agenda Number: A. 2
RJN GROUP, INC. SANITARY SEWER EVALUATION STUDY:
A RESOLUTION TO APPROVE A CONTRACT WITH RJN GROUP, INC. IN THE AMOUNT OF
$891,251.00 FOR A SANITARY SEWER EVALUATION STUDY FOR BASINS SFM-05 AND
SFM-18/19, AND AN AMOUNT NOT TO EXCEED $225,000.00 FOR THE DESIGN OF
RECOMMENDED IMPROVEMENTS IDENTIFIED BY THE STUDY
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 contract with
RJN Group, Inc. in the amount of $891,251.00 for a Sanitary Sewer Evaluation Study for Basins
SFM-05 and SFM-18/19, and an amount not to exceed $225,000.00 for the design of recommended
improvements identified by the study.
City of Fayetteville, Arkansas Page 1 Printed on 1/21/2015
Jim Beavers
Submitted By
City of Fayetteville Staff Review Form
2014-0582
Legistar File ID
1/20/2015
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
12/29/2014 Utilities Director/
_ Utilities Department
Submitted Date Division / Department
Action Recommendation:
Resolution to approve the proposed Professional Engineering Services Contract with RJN Group in the amount of
$891,251.00 for Sanitary Sewer Evaluation Study for Basin SFM-05 and Basin SFM-18/19 and not to exceed
$225,000.00 for design of rehabilitation in Basin SFM-05 for a total of $1,116,251.00.
Budget Impact:
5400.5700.5314.00
Account Number
02017.1501
Project Number
Water/Sewer
Fund
Sanitary Sewer Rehabilitation
Project Title
Budgeted Item? Yes
Current Budget
$
2,675,129.00
Funds Obligated
$
-
Current Balance
$
2,675,1.29,00
Does item have a cost? Yes
Item Cost
$
1,116,251.00
Budget Adjustment Attached? No
Budget Adjustment
$
-
Remaining Budget
$
1.,558,878<00
V20140710
Previous Ordinance or Resolution #
Original Contract Number:
Comments:
Approval Date: k 13 0
CITY OF
Ta%y —alile
ARKANSAS
MEETING OF JANUARY 20, 2015
TO: Mayor Jordan and City Council Members
THRU: Water, Sewer and Solid Waste Committee
Don Marr, Chief of Staff
Tim Nyander, Interim Utility Director
FROM: Jim Beavers, P.E. Utilities Engineer
DATE: December 29, 2014
SUBJECT: Resolution to approve the proposed Professional Engineering Services Contract with
RJN Group in the amount of $891,251.00 for Sanitary Sewer Evaluation Study for Basin SFM-05
and Basin SFM-18/19 and not to exceed $225,000.00 for design of rehabilitation in Basin SFM-05
for a total of $1,116,251.00.
RECOMMENDATION:
City Administration recommends approval for the proposed Professional Engineering Services
Contract with RJN Group in the amount of $891,251.00 for SSES for Basin SFM-05 and Basin SFM-
18/19 and not to exceed $225,000.00 for design of rehabilitation in Basin SFM-05 for a total of
$1,116,251.00.
BACKGROUND:
The proposed 2015 SSES is generally included in the approved 2015 CIP and is a significant part of
the City's ongoing sanitary sewer maintenance and rehabilitation. Industry standards and
Fayetteville's experiences establish that all of the collection system requires full evaluation every 10
to 15 years. The evaluations and subsequent repairs will prevent future recurrence sanitary sewer
overflows (SSO's) and help protect the environment and the City. This project will include the field
investigations and development of recommended sewer improvements located in areas within the
City of Fayetteville, further described as Basins SFM-05 & SFM-18/19. The areas are estimated to
contain approximately 73,000 linear feet of sewer line and 368 manholes, and 230,000 linear feet of
sewer line and 1,091 manholes respectively. The contract also includes the design of improvements
in Basin SFM-05 and the inspection of the existing 36 inch diameter ductile iron sanitary sewer.
Basin SFM-05 is generally defined as the Scull Creek Basin north of North Street. Basin SFM-18/19
is a high ranked basin contributing significant inflow (9 mgd rate) to the collection system and to the
plant. Basin SFM 18/19 is generally defined as an area both west and east of 1-49 and south of MLK.
Basins SFM-05 and SFM-18/19 were used to produce the 2015 CIP,
DISCUSSION:
The RJN Group, Inc. was selected for this project through the City's formal section procedure and
purchasing requirements. The scope of work and the proposed fee have been reviewed and
negotiated by Utilities Division.
BUDGET/STAFF IMPACT:
Budged Funds are available in the Sanitary Sewer Rehabilitation project.
ATTACHMENTS:
1. Staff Review Form
2. Purchase Order
3. Proposed Contract with RJN Group, Inc.
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
equisi ion o.:
ate:
City Of Fayetteville
1/20/2015
(Not a Purchase Order)
Number:
xpected Delivery pate:
Vendor#:
Vendor Name:
Mail
291
RJN Group
Yes: X No:
Address:
Fob Point:
Taxable
Quotes Attached
12160 Abrams Rd Ste 400
Yes:_ No:_X
Yes:_ No:
City:
State:
Zip Code:
Ship to code:
Divison Head Approval:
Dallas
TX
75243
Fay
Requester:
Requesters Employee #:
Extension:
Cheryl Partain
2548
8224
Item
Description
Quantity
Unit of Issue
Unit Cost
Extended Cost
Account Numbers
Project/Subpro ect #
Inventory #
Fixed Asset #
Professional Engineering
1
Services -Design and
I
EA
1,116,251.00
1,116,251.00
5400.5700.5314.00
02017.1501
Conduct SSES for Basins 5,
18 & 19
2
3
$0.00
4
$0.00
5
$0.00
6
$0.00
7
$0.00
8
$0.00
9
$0.00
10
$0.00
Shipping/Handling
Lot
$0.00
Special nstructions:
Subtotal: $1,116,251.00
Tax: $0.00
Total: $1,116,251.00
Approvals:
Mayor: Department Director: Purchasing Manager:
Finance & Internal Services Director: Budget Manager: IT Manager:
Dispatch Manager: Utilities Manager: Other.
CITY OF
•
a e'ttt1e
ARKANSAS
TO: City Clerk's Office
City of Fayetteville
FROM: Jim Beavers, P.E. Utilities Engineer/` -,
149.e -
DATE: January 20, 2015
SUBJECT: City Council Consent item A.2 January 20, 2015 File no 2014-0582
Professional Engineering Services Contract with RJN Group, Inc.
Sanitary Sewer Evaluations Study and design
Please find attached three original contracts signed by RJN Group, Inc. LLC.
After the item is approved by the City Council, then please execute all three attached contracts
and return two originals to Jim Beavers, Utilities Engineer (Water/Sewer Operations).
I will provide one contract to RJN Group, Inc. and file one contract at Water/Sewer.
Thank you.
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR_72701
AGREEMENT
For
PROFESSIONAL ENGINEERING SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
RJN GROUP, INC.
THIS AGREEMENT is made as of ( �1')Jlr , 2015, by and between City of
Fayetteville, Arkansas, acting by and through its kayor (hereinafter called CITY OF FAYETTEVILLE)
and RJN GROUP, INC. (hereinafter called ENGINEER).
CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection
with the evaluation, design, and/or construction supervision of capital improvement projects. Therefore,
CITY OF FAYETTEVILLE and ENGINEER in consideration of their mutual covenants agree as follows:
ENGINEER shall serve as CITY OF FAYETTEVILLE'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 ENGINEER'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.
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 ENGINEER.
1.2 Assignments may include services described hereafter as Basic Services or as Additional Services
of ENGINEER.
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 Mayor and the City Council in
advance of the change in scope, costs, fees, or delivery schedule.
SECTION 2- BASIC SERVICES OF ENGINEER
2.1 Perform professional services in connection with the Project as hereinafter stated.
2.1.1 The Scope of Services to be furnished by ENGINEER during the Project is included in
Exhibit A attached hereto and made part of this Agreement.
2.2 ENGINEER shall coordinate their activities and services with the CITY OF FAYETTEVILLE.
ENGINEER and CITY OF FAYETTEVILLE agree that ENGINEER has full responsibility for
the engineering services.
Agreement -Fayetteville SSES.docx
SECTION 3- RESPONSIBILITIES OF CITY OF FAYETTEVILLE
3.1 CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of
ENGINEER.
3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project.
3.1.2 Assist ENGINEER by placing at ENGINEER's disposal all available information pertinent to
the assignment including previous reports and any other data relative thereto.
3.1.3 Assist ENGINEER in obtaining access to property reasonably necessary for ENGINEER to
perform its services under this Agreement.
3.1.4 Examine all studies, reports, sketches, cost opinions, proposals, and other documents
presented by ENGINEER and render in writing decisions pertaining thereto.
3.1.5 Provide such professional legal, accounting, financial, and insurance counseling services as
may be required for the Project.
3.1.6 The Utilities Director is the CITY OF FAYETTEVILLE's project representative with respect
to the services to be performed under this Agreement. The Utilities Director 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
and systems to be used in the Project, and other matters pertinent to the services covered by
this Agreement.
3.1.7 CITY OF FAYETTEVILLE and/or its representative will review all documents and provide
written comments to ENGINEER in a timely manner.
SECTION 4- PERIOD OF SERVICE
4.1 This Agreement will become effective upon the first written notice by CITY OF
FAYETTEVILLE authorizing services hereunder.
4.2 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. ENGINEER 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. The anticipated schedule for
this project is included as Exhibit B.
SECTION 5- PAYMENTS TO ENGINEER
5.1 The maximum not -to -exceed amount authorized for this Agreement shall be based on a Unit Price
or Lump Sum basis as described in Exhibit C. Unit price items shall be invoiced based on unit
items completed. Lump sum items shall be invoiced based on percentage completion.
5.2 Statements
5.2.1 Monthly statements for each calendar month shall be submitted to CITY OF
FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for
professional services consistent with ENGINEER's normal billing schedule. Once
Agreement -Fayetteville SSES.docx 2
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
ENGINEER and approved by CITY OF FAYETTEVILLE. Applications for payment shall
be accompanied each month by the updated project schedule as the basis for determining the
value earned as the work is accomplished. Final payment for professional services shall be
made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory
completion of the study and report for the Project.
5.3 Payments
5.3.1 All statements are payable upon receipt and due within thirty (30) days. If a portion of
ENGINEER'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 ENGINEER 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.
5.4 Final Payment
5.4.1 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, ENGINEER 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 ENGINEER 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 ENGINEER or his sureties under this Agreement or applicable performance and
payment bonds, if any.
SECTION 6- GENERAL CONSIDERATIONS
6.1 Insurance
6.1.1 During the course of performance of these services, ENGINEER 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
$500,000 Each Accident
$1,000,000 Combined Single Limit
$1,000,000 Combined Single Limit
$1,000,000 Each Claim
Agreement -Fayetteville SSES.docx
ENGINEER 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.
6.1.2 CITY OF FAYETTEVILLE and ENGINEER waive all rights against each other and their
officers, directors, agents, or employees for damage covered by property insurance during
and after the completion of ENGINEER's services.
6.2 Professional Responsibility
6.2.1 ENGINEER will exercise reasonable skill, care, and diligence in the performance of
ENGINEER's services and will carry out its responsibilities in accordance with customarily
accepted professional engineering practices. CITY OF FAYETTEVILLE will promptly
report to ENGINEER any defects or suspected defects in ENGINEER's services of which
CITY OF FAYETTEVILLE becomes aware, so that ENGINEER can take measures to
minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all
remedies to recover for its damages caused by any negligence of ENGINEER.
6.3 Cost Opinions and Projections
6.3.1 Cost opinions and projections prepared by ENGINEER relating to construction costs and
schedules, operation and maintenance costs, equipment characteristics and performance, and
operating results are based on ENGINEER's experience, qualifications, and judgment as a
design professional. Since ENGINEER 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, ENGINEER does not guarantee that actual rates, costs,
performance, schedules, and related items will not vary from cost opinions and projections
prepared by ENGINEER.
6.4 Changes
6.4.1 CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of
ENGINEER'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 duly authorized officer of ENGINEER.
6.5 Termination
6.5.1 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:
6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate,
6.5.1.2 An opportunity for consultation with the terminating party prior to termination.
Agreement -Fayetteville SSES.docx 4
6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF
FAYETTEVILLE for its convenience, provided that ENGINEER is given:
6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate,
6.5.2.2 An opportunity for consultation with the terminating party prior to termination.
6.5.3 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
6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work,
6.5.3.2 Any payment due to ENGINEER at the time of termination may be adjusted to cover any
additional costs to CITY OF FAYETTEVILLE because of ENGINEER's default.
6.5.4 If termination for default is effected by ENGINEER, 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 ENGINEER for services rendered and expenses incurred prior to
the termination, in addition to termination settlement costs reasonably incurred by
ENGINEER relating to commitments which had become firm prior to the termination.
6.5.5 Upon receipt of a termination action under Paragraphs 6.5.1 or 6.5.2 above, ENGINEER
shall:
6.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise),
6.5.5.2 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 ENGINEER in performing this Agreement, whether
completed or in process.
6.5.6 Upon termination under Paragraphs 6.5.1 or 6.5.2 above CITY OF FAYETTEVILLE may
take over the work and may award another party an agreement to complete the work under
this Agreement.
6.5.7 If, after termination for failure of ENGINEER to fulfill contractual obligations, it is
determined that ENGINEER had not failed to fulfill contractual obligations, the termination
shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such
event, adjustments of the agreement price shall be made as provided in Paragraph 6.5.4 of
this clause.
6.6 Delays
6.6.1 In the event the services of ENGINEER are suspended or delayed by CITY OF
FAYETTEVILLE or by other events beyond ENGINEER's reasonable control, ENGINEER
shall be entitled to additional compensation and time for reasonable costs incurred by
ENGINEER in temporarily closing down or delaying the Project.
Agreement -Fayetteville SSES.docx
6.7 Rights and Benefits
6.7.1 ENGINEER's services will be performed solely for the benefit of CITY OF
FAYETTEVILLE and not for the benefit of any other persons or entities.
6.8 Dispute Resolution
6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes
between CITY OF FAYETTEVILLE and ENGINEER 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
ENGINEER in the performance of this Agreement, and disputes concerning payment.
6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate.
If timely Notice is given under Paragraph 6.8.3, 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 6.8.3 and 6.8.4 have been complied
with.
6.8.3 Notice of Dispute
6.8.3.1 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.
6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF
FAYETTEVILLE shall give ENGINEER written Notice at the address listed in
Paragraph 6.14 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.
6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF
FAYETTEVILLE and ENGINEER 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 ENGINEER and the Mayor of CITY OF
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.
6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining
funds to remit payment to ENGINEER for services rendered by ENGINEER.
6.10 Publications
6.10.1 Recognizing the importance of professional development on the part of ENGINEER's
employees and the importance of ENGINEER's public relations, ENGINEER may prepare
publications, such as technical papers, articles for periodicals, and press releases, pertaining
to ENGINEER'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 ENGINEER CITY OF FAYETTEVILLE may require
Agreement -Fayetteville SSES.docx 6
deletion of proprietary data or confidential information from such publications, but otherwise
CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of
ENGINEER's activities pertaining to any such publication shall be for ENGINEER's
account.
6.11 Indemnification
6.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to
indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and ENGINEER 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.
6.12 Ownership of Documents
6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD
drawings, estimates, field notes, and project data are and remain the property of CITY OF
FAYETTEVILLE. ENGINEER may retain reproduced copies of drawings and copies of
other documents.
6.12.2 Engineering documents, computer models, drawings, specifications and other hard copy or
electronic media prepared by ENGINEER as part of the Services shall become the property
of CITY OF FAYETTEVILLE when ENGINEER has been compensated for all Services
rendered, provided, however, that ENGINEER shall have the unrestricted right to their use.
ENGINEER 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 ENGINEER.
6.12.3 Any files delivered in electronic medium may not work on systems and software different
than those with which they were originally produced. ENGINEER 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.
6.13 Notices
6.13.1 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
ENGINEER's address:
4170 West MLK Blvd., Suite 907
Fayetteville, AR 72701
Agreement -Fayetteville SSES.docx 7
6.14 Successor and Assigns
6.14.1 CITY OF FAYETTEVILLE and ENGINEER 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
ENGINEER shall assign, sublet, or transfer his interest in the Agreement without the written
consent of the other.
6.15 Controlling Law
6.15.1 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.
6.16 Entire Agreement
6.16.1 This Agreement represents the entire Agreement between ENGINEER 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 ENGINEER a purchase order, no preprinted terms thereon shall
become a part of this Agreement. Said purchase order document, whether or not signed by
ENGINEER, shall be considered as a document for CITY OF FAYETTEVILLE's internal
management of its operations.
SECTION 7- SPECIAL CONDITIONS
7.1 Additional Responsibilities of ENGINEER
7.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings,
specifications, reports and other services furnished hereunder shall not in any way relieve
ENGINEER of responsibility for the technical adequacy of the work. Neither CITY OF
FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the services
shall be construed as a waiver of any rights under this Agreement or of any cause of action
arising out of the performance of this Agreement.
7.1.2 ENGINEER shall be and shall remain liable, in accordance with applicable law, for all
damages to CITY OF FAYETTEVILLE caused by ENGINEER'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.
7.1.3 ENGINEER's obligations under this clause are in addition to ENGINEER'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 ENGINEER for faulty materials,
equipment, or work.
7.2 Remedies
7.2.1 Except as may be otherwise provided in this Agreement, all claims, counter -claims, disputes
and other matters in question between CITY OF FAYETTEVILLE and ENGINEER arising
Agreement -Fayetteville SSES.docx
out of or relating to this Agreement or the breach thereof will be decided in a court of
competent jurisdiction within Arkansas.
7.3 Audit: Access to Records
7.3.1 ENGINEER 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. ENGINEER shall also maintain the financial information and data used by
ENGINEER 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. 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. ENGINEER will
provide proper facilities for such access and inspection.
7.3.2 Records under Paragraph 7.3.1 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.
7.3.3 This right of access clause (with respect to financial records) applies to:
7.3.3.1 Negotiated prime agreements:
7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the
price of any formally advertised, competitively awarded, fixed price agreement:
7.3.3.3 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:
7.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding
any financial records of ENGINEER;
7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved;
7.3.3.3.3 If the subagreement is terminated for default or for convenience.
7.4 Covenant Against Contingent Fees
7.4.1 ENGINEER 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 ENGINEER for the purpose of
securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall
have the right to annul this Agreement without liability or at its discretion, to deduct from the
Agreement -Fayetteville SSES.docx 9
contract price or consideration, or otherwise recover, the full amount of such commission,
percentage, brokerage, or contingent fee.
7.5 Gratuities
7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of
ENGINEER'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, 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 ENGINEER 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.
7.5.2 In the event this Agreement is terminated as provided in Paragraph 7.5.1, CITY OF
FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue in
the event of a breach of the Agreement by ENGINEER 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 ENGINEER incurs in providing
any such gratuities to any such officer or employee.
7.6 Arkansas Freedom of Information Act
7.6.1 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, ENGINEER 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.
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and
ENGINEER, by its authorized officer have made and executed this Agreement as of the day and year first
above written.
CITY OF FAYETTEVILLE, ARKANSAS
By:
Mayor ioneld Jorda/
ATTEST: O T/ tL
. r
RJN GROUP, INC.
By:
Hu M. Kelso
Title: Vice President
END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
° F
° EVt "
, , _ Ag e"1mtmfc ' tteville SSES.docx 10
EXHIBIT A
SCOPE OF SERVICES
CITY OF FAYETTEVILLE
SEWER SYSTEM STUDY
BASINS SFM-05 & SFM-18/19
This section is a detailed description of the Work Plan that will be implemented for this
project. Specific Work items were developed based on our understanding of the project needs,
our familiarity with the City of Fayetteville's Wastewater Collection System, and our experience
with many similar projects. The project will include the field investigations and development of
recommended sewer improvements located in areas within the City of Fayetteville, further
described as Basins SFM-05 & SFM-18/19. The areas are estimated to contain approximately
73,000 linear feet of sewer line and 368 manholes, and 230,000 linear feet of sewer line and
1,091 manholes respectively.
A description of the Work Plan is included in the following sections.
Work Plan
The Work Plan for the City of Fayetteville includes all the necessary engineering,
planning, and field work for developing a Sewer Rehabilitation Plan.
SEWER SYSTEM STUDY
A. Project Administration
Mobilize project team.
2. Meet with City of Fayetteville staff on a bi-monthly basis to develop project
strategy, coordinate upcoming work, and receive City of Fayetteville input.
3. Prepare a final schedule of work activities.
4. Provide general consultation with representative City of Fayetteville staff on an
as -needed basis.
5. Perform internal project control procedures on a monthly basis including schedule
and budget control, quality control review, and monthly progress reports.
6. Perform administration and coordination of subconsultants including contract
finalization, performance, coordination, and payment requests.
Fayetteville SSES-ExhibitsDec2014.docx A-1 12/2/2014
B. Data Management
All field inspection data will be reviewed to ensure that the field data is complete
and free from obvious errors or inaccuracies. Smoke test photos will be reviewed
to ensure that background reference features appear in the photo. Manhole, visual
pipe, smoke test and dyed water forms will be reviewed to ensure that they
correlate with the City of Fayetteville's GIS system. Data entry will be performed
concurrently with the field inspections to ensure that errors are identified,
addressed, and corrected as soon after the inspection was performed as possible.
2. All manhole, visual pipe, smoke testing, dyed water and any other observed
defects will be captured with a digital camera and loaded on to a CD for
delivery to the City of Fayetteville.
3. Prepare a map of the study areas utilizing the numbering system developed by
the City. The GIS numbering system will be cross referenced with the earlier
numbering system.
4. Discrepancies between the City of Fayetteville's GIS and actual field conditions
will be recorded on standard forms and periodically delivered to the City of
Fayetteville.
5. Develop listing of all buried and inaccessible manholes and provide to City of
Fayetteville.
6. Obtain preliminary sewer segments length and diameters from existing database.
Review and modify database as differences are found during field survey
activities.
C. Flow Meter Site Investigation / Installation / Removal
Prior to installing flow monitors, the Engineer will develop a flow monitoring
plan. The flow monitoring plan will include the preliminary monitoring sites
selected from a review of the City of Fayetteville's existing sewer maps. These
sites are based on previous monitoring locations along with select new
locations. Special attention areas or split flow conditions may require
additional flow monitors. Potential flow monitoring sites will be identified
with consideration given to sub -basin size, evidence of surcharging, overflow
locations, projected maintenance activities, and other factors. Potential and
alternate sites will be inspected and the site hydraulics evaluated.
2. The Engineer will conduct field investigations to verify the suitability of each
potential monitoring location. The field investigations will verify sewer line
interconnectivity and sewer flow direction in various locations across the
collection system and in the proposed meter locations. The Engineer will prepare
a site investigation sheet for each selected site and will submit to the City of
Fayetteville.
Fayetteville SSES-ExhibitsDec20I4.docx A-2 12/2/2014
After approval of the recommended sites, the Engineer will install, calibrate, and
connect each meter to a remote monitoring network using cellular modems.
4. The Engineer will calibrate existing City of Fayetteville flow meters within the
study area and connect each meter to a remote monitoring network using cellular
modems.
5. Upon completion of the flow monitoring period, the Engineer will remove all
equipment owned by the Engineer and repair all manhole penetrations. The City
of Fayetteville will repair any damages to manhole epoxy coatings.
D. Flow Monitoring
1. After approval of the recommended sites, the Engineer will install and maintain
temporary flow meters for up to 60 -days in an effort to obtain sufficient dry and
wet weather conditions that include at least four (4) storm events of significant
rainfall intensities. If the criteria have not been observed during the scheduled
monitoring period, advise City of Fayetteville to consider extending the
monitoring period.
2. The Engineer will maintain existing City of Fayetteville flow meters within the
study area for the duration of the monitoring period.
3. The Engineer will service the flow meters on a regular basis and obtain bi-
weekly manual depth and velocity profiles to verify the accuracy of the meters.
4. The Engineer will use the City of Fayetteville's rain gauge network during the
study.
E. Manhole Inspection
Whenever possible, the Engineer will conduct full descent inspections of every
accessible manhole in the collection system. Confined space entry procedures
will be followed. The following manhole components will all be inspected for
signs of I/I and for structural soundness: the manhole cover, cover to frame fit, the
manhole frame, the frame -to -chimney seal, the chimney condition, the corbel
condition, the wall condition, the step condition, the bench, the invert, and each
pipe seal. Other information will also be obtained relative to the manhole location,
grade elevation, ponding potential, manhole diameter and depth, construction
materials, active I/I, evidence of I/I, and evidence of surcharge. Rim to invert
measurements and the general orientation of all connecting lines will be recorded.
Manholes which are surcharged during average flow conditions will be identified
and turned over to the City of Fayetteville for cleaning prior to smoke testing.
The City of Fayetteville may at its discretion, request that the Engineer remove
such blockages. Photographs will be taken of all severe or unusual manhole
Fayetteville SSES-ExhibitsDec2014.docx A-3 12/2/2014
defects or configurations and will be loaded as digital photos into the project
database.
2. The Engineer will make a reasonable effort to locate manholes as shown on the
City of Fayetteville's maps. The effort will include up to 10 minutes of onsite
investigation including a metal detector, probe, and shovel. Manholes found to be
buried less than 6 -inches below grade in non -paved areas shall be uncovered and
inspected by the Engineer. If the manhole cannot be located within 10 minutes of
arriving onsite, or the manhole is buried in a paved area or greater than 6 -inches
below grade in a non -paved area, the Engineer will notify the City of Fayetteville
of the unable to locate manhole or buried manhole for the City of Fayetteville to
locate or uncover.
3. The City of Fayetteville will assist the Engineer with traffic control in high traffic
areas that include AHTD right-of-way and major collectors Gregg Avenue and
Sycamore Street. The City of Fayetteville will be responsible for any temporary
permits required for AHTD right-of-way inspections.
4. While inside the manhole, each of the incoming pipes will be inspected for signs
of cracking, collapse, root intrusion, deposition, grease, offset joints, active
infiltration, or other defects. Additional information such as pipe diameter and
material will also be collected. Lines with observable structural defects will be
earmarked as candidates for future television inspections. Pipe diameter
measurements will be rounded to the nearest tenth of an inch.
5. Manholes which present inconclusive evidence of I/I will be earmarked as
candidates for dye water testing in order to substantiate whether or not the suspect
component is an I/I source. A prioritized list of manholes with suspect
components will be developed and presented to the City of Fayetteville for
review.
F. Smoke Testing
Smoke testing will be conducted using dual axial blowers. Smoke testing lengths
will be limited to one line segment between the upstream and downstream blower
locations. Each 12 -inch diameter and smaller segment will be isolated by
sandbagging. Smoke candles will be used to generate smoke for the smoke
testing. Segments totaling less than 500 feet may include straight through
manholes. Smoke testing will be performed only during dry ground periods
which are anticipated to be between July and September.
2. Flags will be placed at observed smoke locations and digital images will be
captured. All defects identified by smoke testing will be flagged and
photographed. Smoke defect locations will be recorded on sketches or by
obtaining GPS coordinates. All private sector smoke defect images will be
entered into the field inspection database.
Fayetteville 55E5-ExhibitsDec2014.docx A-4 12/2/2014
3. Main line defects and service lateral defects will be carefully scrutinized to ensure
that a conservative determination of public vs. private side defects is made. If
necessary the line will be earmarked for television inspection.
4. During the smoke testing, each building in the vicinity of the line segment will
be observed for evidence of illegal or illicit connections, or other defects. All
such defects will be noted in the smoke test database. Where suspect defects
are identified but are not confirmed by the smoke test, the building address,
type, and suspected defect will be noted. All such buildings will be submitted
to the City of Fayetteville as candidates for a detailed building inspection or
dyed water flooding. Upon review and approval by the City of Fayetteville
these buildings will be subsequently inspected by the Engineer.
G. Public Relations
Public relation activities will be included to inform the public and industries in the
study are of upcoming field work. The primary focus will be on smoke testing
activities. Specific tasks will include:
A. Coordinate smoke testing activities with representatives of the City of
Fayetteville. Notify City representatives daily of anticipated smoke
testing locations.
B. Provide door hangers for notification of residents during smoke testing
activities.
H. Dyed Water Flooding
Line segments requiring dye water testing will be identified on the basis of smoke
test results. Prior to initiating dye water testing, a list of line segments
recommended for dyed water testing will be provided to the City of Fayetteville
for review and approval. The line segments on the list will be annotated as to the
priority and reason for recommendation.
2. Dyed water flooding will be conducted at selected locations prior to television
inspection to verify the existence of inflow and infiltration sources. Dye testing
will also be conducted concurrently with television inspections on those line
segments approved by the City of Fayetteville for dye testing. The City of
Fayetteville shall provide water for dyed water flooding at no charge to the
Engineer. The Engineer shall check out a water meter from the City of
Fayetteville for water usage metering.
3. The dye water will be induced into the line by flooding storm sewers and drainage
ditches. Sufficient time will be allowed for the source to activate, at which time
the television inspection equipment will be introduced into the line segment.
Fayetteville SSES-ExhibitsDec2014.docx A-5 12/2/2014
I. Cleaning and Television Inspection / Concurrent Dye Testing
Engineer will perform light cleaning and television inspection only to maintain
the project schedule, and only after the approval of the City of Fayetteville.
Television inspections will be performed on line segments which show evidence
of deterioration, either through visual pipe inspections or through smoke testing.
Evidences of deterioration include active I/I, roots, offset joints, cracked or
collapsed pipe, blockages, surcharging, or deterioration and damage as evidenced
by smoke emission during smoke testing. Upon completion of the visual pipe
inspections and smoke testing, defective line segments will be prioritized and a
recommendation for television inspection will be developed. Lines recommended
for television inspection will be listed by priority along with justification for the
recommendation, and presented to the City of Fayetteville for review and
discussion. Lines for which acceptable television data is on hand will be excluded
from the list and will not be re -televised. Line segments that exhibit defects from
smoke testing, and the existing TV tape does not reveal defects, will be
recommended to be re -televised. Upon approval, the television inspection work
will be scheduled and initiated. Television inspection will be performed using
high quality color equipment and coded using RJN standards. Where appropriate,
concurrent dye testing will be conducted to pinpoint I/I sources. Contractor costs
will be submitted to the City of Fayetteville to be applied against an allowance
once the level of effort is defined.
2. Perform cleaning and internal TV inspection of selected sewer lines and record
findings. Sanitary sewer lines will be cleaned in order to facilitate the televised
inspection activities. Standard cleaning rates are based on two or three passes with
a jet cleaner. In the event that additional cleaning or root cutting is necessary, the
Engineer will notify the City of Fayetteville and obtain approval to perform heavy
cleaning at the rates specified. Root cutting is included in the heavy cleaning
rates.
During cleaning operations, all sludge, debris, etc. will be removed from the
sewer and disposed of at a location provided by the City of Fayetteville. The City
of Fayetteville shall provide water for the cleaning operation and disposal of
debris removed from the sewer at no charge to the Engineer. The Engineer shall
check out a water meter from the City of Fayetteville for water usage metering.
Concurrent dyed water flooding will be performed with TV inspection to verify
locations of inflow defects. All data will be provided in digital format.
4. The Engineer will review each video and incorporate findings in the data analysis.
Fayetteville SSES-ExhibitsDec2014.docx A-6 12/2/2014
Data Analysis / Report
At the conclusion of the field investigation services, an engineering analysis
of field survey data will be performed to develop recommendations for
prioritizing I/I source repairs.
2. Develop rehabilitation and improvement costs for manhole and line repairs.
3. Perform priority analysis for infiltration rehabilitation plan based on
applicable rehabilitation method, material, and costs.
4. Perform priority analysis for inflow rehabilitation plan based on applicable
rehabilitation method, material and costs.
5. Develop recommendations for rehabilitation of both public and private I/I
sources in priority order, cost estimates by individual rehabilitation type, and
estimated I/I reduction as a result of the recommendations.
6. A capital improvement plan will be developed to provide a rehabilitation plan, a
staged priority schedule, and budget costs for recommended projects.
7. The report will consist of a narrative discussion of the hydraulic analysis, field
investigations, exhibits, tables, and supporting information. The report will
include findings, conclusions, and recommendations. It will be organized and
presented in meaningful graphics, figures, and tables.
8. Three (3) copies of the draft report will be delivered to the City of
Fayetteville for review and comments. Written comments will be received
from the City of Fayetteville and incorporated in the Final Report.
9. The Engineer will incorporate the written comments of the City of Fayetteville
and five (5) copies will be delivered to the City of Fayetteville. The final report
will also be provided digitally to the City of Fayetteville in an electronic format
for ease of review.
10. The Engineer will review the final report with the City of Fayetteville. The review
will cover the condition of the collection system with regard to the proposed
system rehabilitation, cost estimate and other needs and requirements.
K. Rain Gauge Installation
1. The Engineer will provide and install ten (10) permanent electronic rainfall
sensors with heaters. Each rainfall sensor shall have a resolution of 0.01" with a
resolution of +/- 1.0% at a rainfall intensity of 2"/hr or less. The heater shall
activate when the outside temperature reaches 45° F or lower.
Fayetteville SSES-ExhibitsDec2014.docx A-7 12/2/2014
2. The Engineer will provide all hardware necessary to securely mount and level
each rainfall sensor at locations approved by the City of Fayetteville.
3. Each location approved by the City of Fayetteville shall have permanent 120
VAC power provided by the City of Fayetteville. The City of Fayetteville shall
provide all necessary electrical connections from the rainfall sensor to electrical
power and equipment and connection required to connect to the City of
Fayetteville's SCADA system.
L. Permanent Flow Meter Telemetry
The Engineer will provide and install seventeen (17) permanent cellular modem
units on existing City of Fayetteville flow meters. The units will include an
interface cable between the existing flow meter and the telemetry unit and an
antenna mounted outside of the manhole.
2. The Engineer will provide all hardware necessary to securely mount the unit
along with the existing flow meter. Installation will include a manhole wall
penetration for the antennae cable. The Engineer will repair all manhole
penetrations. The City of Fayetteville will repair any damages to manhole epoxy
coatings.
The Engineer will provide a hosted data site via web access for the City of
Fayetteville to view and download collected data. Charges for data hosting,
editing, and review are not included in this contract.
4. The City of Fayetteville will select a cell service provider and pay for all monthly
data fees incurred.
M. 36 -inch Sewer Line Inspection — Happy Hollow to Noland WWTP
Approximately 25,500 linear feet of 36 -inch ductile iron gravity sewer line will be
inspected using high quality color television inspection equipment and coded
using RJN standards.
2. Internal CCTV inspection of the existing 36 -inch ductile iron pipes will be
performed to visually assess the condition of pipe and original polyethylene liner.
Noticeable defects in the liner and evidence of corrosion will be documented.
3. The Engineer may request the City of Fayetteville to install stop logs at the
diversion structure at Happy Hollow to divert wastewater flow as necessary prior
to CCTV inspection.
4. The sewer lines will be inspected without cleaning. The level of debris will be
estimated during CCTV inspection. A cleaning schedule will be recommended
upon completion of the inspection.
Fayetteville SSES-ExhibitsDec2014.docx A-8 12/2/2014
5. The Engineer will review each video and incorporate findings in the data analysis.
Further investigations may be recommended to determine the level of
deterioration.
DESIGN SERVICES
The Engineer will provide the final engineering design and construction observation for
the recommended rehabilitation as approved by the City of Fayetteville. The final compensation
for these future services will be negotiated after the extent of the improvements are known. The
detailed scope of future services is as follows:
FINAL ENGINEERING DESIGN/BIDDING ASSISTANCE
A. Manhole Rehabilitation Design
Review data from the SSES to determine I/I sources to be rehabilitated.
2. Evaluate site specific manhole repair alternatives including cover type, grade
adjustments, sealing techniques, manhole interior repairs, and/or manhole
replacement.
3. Using City of Fayetteville's basic specifications, prepare project specifications
which will include but not be limited to: (1) bidding documents, (2) contractual
documents, (3) conditions of the contract, (4) standard project forms, (5) technical
specifications, (6) schedule of manhole rehabilitation, (7) location maps and
(8) general details.
4. Prepare Engineer's Opinion of Probable Construction Cost.
5. Submit two (2) copies of the draft contract documents to the City of Fayetteville
for review.
6. Perform final changes to contract documents based on City of Fayetteville review.
7. Submit two (2) copies of the final contract documents to the City of Fayetteville.
B. Sewer Line Rehabilitation
The extent of sewer rehabilitation is not known at this time. The actual quantities of
design will be determined after the review of the previous inspection data and any
subsequent inspections are performed. Generally, the sewer line design activities will
include the following:
Fayetteville SSES-ExhibitsDec20l4.docx A-9 12/2/2014
1. Review reports for infiltration and inflow sources to be rehabilitated, sewer line
maintenance items, and sewer line replacement.
2. Perform sewer profile level survey and site inspections for sewer replacement.
Investigate public utility locations.
4. Evaluate pipe repair alternatives including pipe replacement, pipe bursting, and
lining options as necessary due to site conditions.
Provide the City of Fayetteville with the technical information for location of the
easements, if any, required for construction of the project. Information to include
width and general location of the easements, and distances from the property
lines. Property line information will be obtained from existing maps provided by
the City of Fayetteville to the Engineer.
6. Prepare contract design drawings for I/I rehabilitation, sewer replacement and/or
sewer lining. Drawings will indicate permanent and temporary easements for
construction based on information supplied by City of Fayetteville. Drawings
will include but not be limited to: (1) title sheet/drawing index, (2) location maps,
(3) schedule of manhole rehabilitation, (4) plan and profile of replacement
segments, (5) plan of repair line segments, (6) special details, and (7) general
details.
7. Using City of Fayetteville's basic specifications, prepare project specifications
which will 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.
8. Prepare Engineer's Opinion of Probable Construction Cost by major items.
9. Submit two (2) copies of the draft plans and specifications to the City of
Fayetteville for review.
10. Perform final changes to contract documents.
11. Submit two (2) copies of the final project drawings and contract specifications to
the City of Fayetteville for review.
12. Assist the City of Fayetteville in obtaining permit approvals from regulatory
authorities.
C. Additional Services
1. Conduct horizontal and vertical control survey necessary for design of the project.
Fayetteville 55E5-ExhibitsDec2014.docx A-10 12/2/2014
2. Obtain typical soil boring data for replacement sewer locations, as required.
After approval by the City of Fayetteville, the Engineer will prepare, type, and
issue legal description of easements. The City of Fayetteville will secure
easements as necessary.
4. Assistance in obtaining permit from Highway Department, Health Department,
and any other state permits, if necessary, for sewer construction.
D. Bidding Assistance
It is anticipated that two (2) construction contracts will be bid. The first contract to be
completed and bid will include justified manhole rehabilitation activities and any other
readily confirmed cost-effective maintenance activities. The second contract bid will
include justified sewer line and appurtenant elements, including maintenance, repair,
rehabilitation and replacement work. The following bidding assistance services are
included for the two contracts.
1. Assist the City of Fayetteville in advertising, obtaining, and evaluating Bid
Proposals for the construction contract and awarding thereof Provide assistance
to the CITY in responding to bidder inquiries during advertisement of the
construction contract, and participate in project pre -bid conference. Provide and
distribute bidding documents and addendum. Non -refunded bid deposits will
remain the property of Engineer for administrative, printing, and handling cost.
2. Assist the City of Fayetteville in reviewing the bids for completeness and
accuracy. Develop bid tabulations and submit a written recommendation of
contract award to the City of Fayetteville along with three (3) copies of the bid
tabulations.
Consult with and advise the City of Fayetteville on the responsibility and
responsiveness of contractors, the acceptability of subcontractors, substitute
materials, and equipment proposed by the project bidders.
CONSTRUCTION
The Engineer is available to provide resident engineering services during construction under a
separate negotiated amendment. These services may include the following:
A. Resident Engineering
Provide the successful bidder(s) with three (3) sets of the contract specifications
for execution and the insertion of the required insurance certificates. Provide the
successful bidder(s) with five (5) sets of the contract documents for construction
purposes.
Fayetteville S SES-ExhibitsDec20 l4.docx A-11 12/2/2014
2. Assist the City of Fayetteville in conducting a pre -construction conference with
the Contractors by notifying utilities, governmental agencies, and other interested
parties, and answer questions at the conference.
3. Review shop drawings, scheduling, test results, and other submittals which the
Contractor is required to submit.
4. Consult with City of Fayetteville and act as the City of Fayetteville's engineering
representative in dealings with the Contractor. Issue instructions of City of
Fayetteville to Contractor and issue necessary interpretations and clarification of
the contract specifications.
5. Provide engineering survey(s) for construction to establish horizontal and vertical
reference points which are necessary for the Contractor to construct the work.
Coordinate the taking of preconstruction photos and surface video documentation
with the Contractor as necessary.
6. Provide resident observation for rehabilitation and sewer replacement
construction for general conformance to the contract drawings and contract
specifications. Also provide resident observation of acceptance testing and
restoration work by the Contractor.
7. Review and respond to complaints received by City of Fayetteville and report any
differences of opinion between the Contractor, Engineer and complaining party.
8. Review applications for partial payment with the Contractor for compliance with
contract specifications and submit to the City of Fayetteville a recommendation
for payment.
9. Issue field orders to Contractor after consultation with the City of Fayetteville.
Review any change orders proposed by the Contractor and provide
recommendations to the City of Fayetteville.
10. Conduct an on -site review to determine if the projects are substantially complete
and submit to the Contractor a list of observed items requiring completion or
correction.
11. Conduct a final on -site review, in the company of the City of Fayetteville and
Contractor, to verify the projects are fully complete. Submit a recommendation
for final acceptance of the projects to the City of Fayetteville.
12. Provide the City of Fayetteville with three (3) sets of black line prints of the
record drawings.
13. Provide the City of Fayetteville with a report that summarizes I/I sources that
have been removed and listing of line segments and their attributes that have been
added.
Fayetteville SSES-ExhibitsDec2014.docx A-12 12/2/2014
14. The Engineer will not be responsible for the means or sequences of the
construction work or the implementation program for safety of the construction
contractor and subcontractors and it will be stipulated as such in the contract
documents.
Fayetteville SSES-ExhibitsDec20l4.docx A-13 12/2/2014
EXHIBIT B
AUTHORIZATION PROGRESS AND COMPLETION
The City and Engineer agree that the project is planned to be completed according
to the schedule below with anticipated Notice to Proceed in late January 2015.
Months from Notice to Proceed
Major Tasks
Sewer System Study
11
The Engineer will employ manpower and other resources and use professional skill and
diligence to meet the schedule; however, he will not be responsible for schedule delays resulting
from conditions beyond his control. With mutual agreement, the City of Fayetteville and the
Engineer may modify the project schedule during the course of the project and if such
modifications affect the Engineer's compensation, it will be modified accordingly, subject to City
Council approval.
For Special Services, the authorization by the City of Fayetteville shall be in writing and
shall include the definition of the services to be provided, the schedule for commencing and
completing the services and the basis for compensation therefore, all as agreed upon by the City
of Fayetteville and Engineer in writing.
Fayetteville SSES-ExhibitsDec2014.docx B-1 12/2/2014
EXHIBIT C
SUMMARY OF COST
CITY OF FAYETTEVILLE
SEWER SYSTEM STUDY
BASINS SFM-05 & SFM-18/19
Task Description
Quantity
Unit
Cost
Cost
($)
PHASE I
Sewer System Study — SFM-05 & SFM-18/19
A. Project Administration
1
$37,772/LS
37,772.00
B. Data Management
1
$32,440/LS
32,440.00
C. Flow Meter Site Investigation /
20
$1,464.20/EA
29,284.00
Installation / Removal
D. Flow Monitoring
1,200
$78.14/M -D
93,770.00
E. Manhole Inspection (ROW + 20')
864
$107.81/EA
93,146.00
F. Manhole Inspection (> ROW + 20')
595
$124.52/EA
74,088.00
G. Smoke Testing (Dual -Blower)
303,000
$0.469/LF
142,148.00
H. Public Relations
303,000
$0.04/LF
12,208.00
I. Dyed Water Flooding
40
$449.20/EA
17,968.00
J. Cleaning and Television Inspection
1
1
103,020.00
CCTV Review
30,300
$ l .20/LF
36,360.00
K. Data Analysis / Report
1
$59,072/LS
59,072.00
Total SSES Cost
731,276.00
Rain Gauzes
A. Rain Gauges
10
$1,545/EA
15,450.00
Flow Meter Telemetry
A. Flow Meter Telemetry
17
$3,000/EA
51,000.00
36 -INCH SEWER INSPECTION
A. Inspection of 36 -inch sewer line
25,500
$3.75/LF
95,625.00
TOTAL PHASE I COST 891,351.00
PHASE II FINAL DESIGN 2/ 2/ 225,000.00
PHASE III CONSTRUCTION 3/ 3/ 3/
1/ Allowance for cleaning and TV inspection will be invoiced based on the unit prices contained in Exhibit D.
2/ Allowance for engineering design in Basin SFM-05. Final fee to be negotiated after the extent of the
improvements are known.
3/ To be negotiated under a separate amendment to this Agreement.
Fayetteville SSES-ExhibitsDec20l4.docx C-1 12/2/2014
EXHIBIT D
TELEVISION INSPECTION COMPENSATION
BASINS SFM-05 & SFM-18/19
Light Cleaning (3 passes) 6-10" Street Access
L.F.
$1.38
Light Cleaning (3 passes) 12-15" Street Access
L.F.
$1.60
Light Cleaning (3 passes) 18-24" Street Access
L.F.
$2.75
Light Cleaning (3 passes) 6-10" Easement/Remote
L.F.
$2.75
Light Cleaning (3 passes) 12-15" Easement/Remote
L.F.
$2.75
Light Cleaning (3 passes) 18-24" Easement/Remote
L.F.
$3.30
Light Cleaning (3 passes) 30-36" Easement/Remote
L.F.
$3.85
Light Cleaning (3 passes) 42" Easement/Remote
L.F.
$4.13
Post CCTV 6-10" Street Access
L.F.
$1.38
Post CCTV 12-15" Street Access
L.F.
$1.38
Post CCTV 18-24" Street Access
L.F.
$1.38
Post CCTV 6-10" Easement/Remote
L.F.
$2.20
Post CCTV 12-15" Easement/Remote
L.F.
$2.20
Post CCTV 18-24" Easement/Remote
L.F.
$2.20
Post CCTV 30-36" Easement/Remote
L.F.
$2.20
Post CCTV 42" Easement/Remote
L.F.
$2.20
Heavy Cleaning
HOUR
$242.00
Mobilization/De-Mobilization
L.S
$2,750.00
Fayetteville SSES-ExhibitsDec2014.docx D-1 12/2/2014