HomeMy WebLinkAboutOrdinance 4223 ORDINANCE NO. 4223
AN ORDINANCE AMENDING CHAPTER 51 : WATER AND
SEWERS, OF THE CODE OF FAYETTEVILLE, TO AMEND
THE FEE FOR SERVICE RECONNECTION; PROVIDE FOR A
MINIMUM BILLING; AND AMEND THE CHARGE FOR
BROKEN LOCKS AND COUPLINGS.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1 . That Chapter 51 , Water and Sewers, Section 51 . 140, Water Billing Procedure,
Subsection (B)(3), cf the Code of Fayetteville, is hereby deleted and the following shall be
inserted in its stead:
§51 . 140 Water Billing Procedure.
(B) (3). Before service may be reestablished following disconnect or
forfeiture of a service deposit, the consumer must pay the bill due the City for
water service or that part of any bill due the City for water service not liquidated
by the forfeited deposit. Said consumer must also make a new service deposit in
accordance with §51 . 135 (I) and pay an additional service charge of $35 .00.
Section 2. That Chapter 51 , Water and Sewers, Section 51 . 136, Monthly Water Rates,
Subsection (A) ( 1 ), paragraph one, of the Code of Fayetteville, is hereby deleted and the
following shall be inserted in its stead:
§51 . 136 Monthly Water Rates.
(A)(1 ). The water usage of each customer shall be determined each month
by meter measurement and the amount per 1 ,000 gallons to be paid for water
usage by each customer shall be computed on the basis of the following schedule
of rates. The minimum billing shall be 1000 gallons per month.
Section 3 . That Chapter 51 , Water and Sewers, Section 51 .002, Water Meters,
Subsection (B)(3), of the Code of Fayetteville, is hereby deleted and the following shall be
inserted in its stead:
§51 .002 Water Meters.
(B)(3). If, after the City terminates water service for any reason, the
customer tampers with the water meter and breaks the coupling or lock, water
service shall not be reconnected until the customer pays a damage charge in the
amount of $40.00 and the reconnection charge prescribed by §51 . 140 (B)(2), plus
a charge of $5 .00 per trip made by a water and sewer department employee to the
damaged meter to repair or replace the broken coupling or lock.
Page 2
Ordinance No. 4223
PASSED AND APPROVED this 15th day of February 2000.
APPROVE
V By:
Fred Hanna, Mayor
s � •
sy ,+
A *Jt nil
By:
Heather Woodruff, City Cl Ick
7I
NAME OF FILE:
CROSS REFERENCE:
Date Contents of File Initials
J
Ow
vA 4U3
00 WOW
ORDINANCE NO,
AN ORDINANCE AMENDING CHAPTER 51 : WATER AND
SEWERS, OF THE CODE OF FAYETTEVILLE, TO AMEND THE FEE
FOR SERVICE RECONNECTION; PROVIDE FOR A MINIMUM
BILLING; AND AMEND THE CHARGE FOR BROKEN LOCKS AND
COUPLINGS.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1 . That Chapter 51 , Water and Sewers, Section 51 . 140, Water Billing Procedure, Subsection
(B)(3), of the Code of Fayetteville, is hereby deleted and the following shall be inserted in its stead:
§51 . 140 Water Billing Procedure.
(B) (3). Before service may be reestablished following disconnect or forfeiture of a service
deposit, the consumer must pay the bill due the City for water service or that part of any bill due the City for
water service not liquidated by the forfeited deposit. Said consumer must also make a new service deposit
in accordance with §51 . 135 (I) and pay an additional service charge of $35.00.
Section 2. That Chapter 51 , Water and Sewers, Section 51 . 136, Monthly Water Rates, Subsection
(A) ( 1 ), paragraph one, of the Code of Fayetteville, is hereby deleted and the following shall be inserted in
its stead:
§51 . 136 Monthly Water Rates.
(A)(1). The water usage of each customer shall be determined each month by meter
measurement and the amount per 1 ,000 gallons to be paid for water usage by each customer shall be
computed on the basis of the following schedule of rates. The minimum billing shall be 1000 gallons per
month.
Section 3. That Chapter 51 , Water and Sewers, Section 51 .002, Water Meters, Subsection
(13)(3), of the Code of Fayetteville, is hereby deleted and the following shall be inserted in its stead:
§51 .002 Water Meters.
(B)(3). If, after the City terminates water service for any reason, the customer tampers with
the water meter and breaks the coupling or lock, water service shall not be reconnected until the customer
pays a damage charge in the amount of $40.00 and the reconnection charge prescribed by §51 . 140 (B)(2),
plus a charge of $5 .00 per trip made by a water and sewer department employee to the damaged meter to
repair or replace the broken coupling or lock.
PASSED AND APPROVED this _ day of , 2000.
APPROVED:
By:
Fred Hanna, Mayor
ATTEST:
By:
Heather Woodruff, City Clerk
City of Fayetteville, Arkansas
Budget Adjustment Form •
Budget Year Department: General Government Date Requested Adjustment #
2000 Division: Miscellaneous January 14 , 2000
Program: Miscellaneous
Project or Item Requested: Project or Item Deleted:
A budget adjustment is requested to fund the settlement with None. Use of fund balance is proposed for this adjustment.
Bakery Feeds.
Justification of this Increase: Justification of this Decrease:
City Council and Bakery Feeds entered into a settlement Sufficient cash & investments exist in General Fund to fund this
agreement that, if accepted by all of the parties and respective request.
Judges, will settle all litigation between Bakery Feeds, the City
and citizens.
Increase Expense (Decrease Revenue)
Account Name Amount Account Number Project Number
Settlements 157 , 500 1010 6600 5311 09
Decrease Expense (Increase Revenue)
Account Name Amount Account Number Project Number
Use of Fund Balance 157 , 500 1010 0001 4999 99
Approval Signatures Budget Office Use Only
Requested By Da Type: A B C t� E
/ 21 200
Budge[ Coordinator Dae Date of Approval
3mmmen[ D' c[ r Date Posted to General Ledger
44 49Dervices Direc r Dat Posted to Project Accounting
Mayor Date Entered in Category L
Blue Copy: Budget & Research / Yellow Copy: Requester H:\BUDGE7\PROJECTS�OTHER\BAKE_FDS. WK4
FAY '� j .
THE CITY OF FAYETTEVIEEE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
January 28, 2000
To: Fayetteville City Council
From: Don Bunn , Assistant Public Works Director
Subject: Revised Engineering Services Contract
Fayetteville Wastewater Improvements Project
Attached is a copy of the above referenced contract which contains the revisions requested
by the Council in the Council Agenda Meeting of January 25, 2000. The changes requested
were:
1 . Change the wording in the contract to read that any amendments must be
approved by the City Council (Contract Page 6, XIII) ,
2. Specify data to be furnished to the City in AutoCad Release 14 where appropriate
(Contract Page 3, Section VIII),
3. Reference the 1996 edition of the Highway Department's Standard Specifications
(Contract Page 2, Section IV) ,
4. Include the term "inspection" as one of the work items under services during
construction (Contract Page 3, Section IX).
In addition to those changes, three staff comments have been incorporated into the revised
document. They are:
1 - Invoices shall be submitted to the City for on a monthly basis. The City will
make every effort to pay such invoices within 30 days of date the invoice is
approved. However, payment within 30 days is not guaranteed and the City
will not be held liable for interest or late fees due to delayed or late payment.
This paragraph eliminates any liability on the City's part for late fees in connection with the
payment of invoices. This change is incorporated on Contract Page 5 Section XII .
� N
2 - The breakdown of costs between the various work tasks as given in
Appendix C is a convenience and is not intended to set a maximum cost for
any of the work tasks. Costs may be transferred from one work task to another
so long as the maximum cost as given above is not exceeded.
This paragraph allows costs to be shifted between individual work items as long as the total
contract price is not exceeded . This change is incorporated on Contract Page 5, Section
XII .
3 - The Phase I work will result in a Preliminary Design Report along with any
technical memorandums that may have been developed during the progress of
the work. The City shall be furnished ten (10) copies of the Preliminary Design
Report.
This paragraph specifies the number of final report copies to be furnished by the Engineer.
This change is incorporated on Contract Paget, Section IV.
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
STATE OF ARKANSAS
COUNTY OF WASHINGTON
This Agreement entered into and executed this _ day of 2000, by
and between the City of Fayetteville acting by and through its Mayor hereinafter called the
"OWNER" and RIN Group, INC. with offices located in Dallas, Texas hereinafter called the
"ENGINEER" .
WITNESSETH:
Whereas, the "OWNER" is planning to construct sanitary sewer improvements to direct
wastewater flows to the proposed West Side Wastewater Treatment Plant; and
Whereas the "OWNER' S" forces are fully employed on other urgent work that prevents their
early assignment to the aforementioned work; and Whereas, the "ENGINEER' S" staff is adequate
and well qualified and it has been determined that its current work load will permit completion of
the plans for the project on schedule;
Now therefore, it is considered to be in the best public interest for the "OWNER" to obtain
assistance of the "ENGINEER'S" organization in connection with said engineering services. In
consideration of the faithful performance of each party of the mutual covenants and agreements
set forth hereinafter, it is mutually agreed as follows:
SECTION I - EMPLOYMENT OF ENGINEER
The "OWNER" agrees to employ the "ENGINEER" to perform, and the "ENGINEER" agrees to
perform, professional engineering services in connection with the project set forth in the Sections
to follow; and the "OWNER" agrees to pay and the "ENGINEER" agrees to accept, as specified
in the Sections to follow as full and final compensation for work accomplished in the specified
time.
SECTION II - DESCRIPTION OF THE PROJECT
The City of Fayetteville has elected to construct a new wastewater treatment facility on the west
side of the city and divert flow originating in the Illinois River Watershed to the proposed plant.
This Project will include the Phase I engineering including development of design flows and
conceptual engineering necessary to implement the sewer improvements. Phase II services will
include the final engineering design, bidding assistance, and construction administration services
for the proposed sewer improvements in the Illinois River Watershed.
Ci of Fe ettcville, AR lana 27, 2000
est i e astewater o ection System Improvements Pagc
SECTION III - INFORMATION & SERVICES
The "OWNER" will furnish any specifications, standards and other information which may relate
to the project including GPS survey data and water usage information, free of charge, to the
"ENGINEER" on magnetic media.
SECTION IV - SERVICES TO BE FURNISHED BY THE "ENGINEER"
Services to be furnished by the "ENGINEER" during Phase I - Preliminary Design generally
include the development of design flows for the East Side and West Side Wastewater Treatment
Plants and collection system improvements; and conceptual design for the sewer improvements in
the Illinois River Watershed necessary to divert wastewater flow from the East Side Plant to the
West Side Plant. A detailed scope of services to be provided by the "ENGINEER" is included in
Appendix "A" attached hereto and made part of this agreement.
The Phase I work will result in a Preliminary Design Report along with any technical
memorandums that may have been developed during the progress of the work. The City shall be
furnished ten (10) copies of the Preliminary Design Report.
A Preliminary Scope of Services to be provided by the "ENGINEER" during Phase II is included
in Appendix "A- 1 " attached hereto and made part of this Agreement. Services to be furnished by
"ENGINEER" during Phase II are generally described in Section IV thru Section IX as follows.
If any items described in Section IV thru Section IX conflict with items in Appendix "A- 1 " , then
"A- 1 " will govern. A final Phase II Scope of Services will be negotiated after completion of the
Phase I - "Preliminary Design".
The project will be designed and constructed to meet sewer standards in accordance with the
"OWNER' S" Water and Sewer, and other related Standards. Construction specifications shall be
based on "Standard Specifications for Highway Construction Edition 1996 of the AHTD" and
latest special provisions, Engineer' s Technical Specifications, and City of Fayetteville
Specifications relating to the design of this project. The preliminary design report shall be
submitted by the "ENGINEER" and approved by the "OWNER" prior to beginning final design
work.
During the final "design" phase of the project, the "ENGINEER" shall conduct final designs to
prepare construction plans and specifications including final construction details and quantities,
special provisions, cost estimates, make final field inspection with "OWNER", make any needed
plan changes as a result of the final field inspection and all other work required to advertise and
receive bids.
Prior to the start of construction, the "ENGINEER" shall establish benchmark for elevation
control and tie layout work to Fayetteville's GPS.
Ci of a etteville, AR Janu 27, 2000
est i e astewater Collection System mpmvements age
SECTION V - COORDINATION WITH "OWNER"
The "ENGINEER" shall hold conferences throughout the design of the project with
representatives of the "OWNER" and other consultants involved in the project to the end that the
design, as perfected, shall have full benefit of the "OWNER' S" knowledge and be consistent with
the current policies and construction practices of the "OWNER". The "OWNER" reserves the
right to accept or reject any or all plans for errors or omissions, but this stipulation will not relieve
the "ENGINEER" of responsibility for the design of the project.
SECTION VI - OFFICE LOCATION FOR REVIEW OF WORK
Review of the work as it progresses under this Agreement shall be made at the "OWNER' S"
City Engineer's office.
SECTION VII - PRELIMINARY AND FINAL SUBMISSION
The "ENGINEER ' shall submit two (2) sets of preliminary plans and three (3) sets of the final .
plans for field inspections.
SECTION VIII - FINAL SUBMISSION
The final submission for the construction contract shall consist of the following:
A. One ( 1 ) copy of all design calculations.
B. Three (3) sets of final plans, contract documents and specifications.
C. The originals of all drawings, specifications and contract documents. All design drawings
on magnetic media shall be submitted on disks compatible with AutoCAD® Release 14
software.
D. The estimated cost of construction and a detailed estimate of time in calendar days
required for completion of the contract.
SECTION IX - ENGINEER RESPONSIBILITY DURING "BIDDING" AND
"CONSTRUCTION" PHASES
During the 'Bidding" phase of the project, the "ENGINEER" shall provide all engineering and
administrative services needed to obtain bids for the construction project, evaluate the bids, and
consult with and advise the "OWNER" as to the acceptability of the best bidder.
During the "Construction" phase of work, the "ENGINEER" shall provide administrative and
engineering services including resident construction observation and inspection services to
Ci of Fa etteville, AR Jeno 27, 2000
est t e astewater o ecnon ystem mprovements age
�r J
determine whether the Contractor has met the requirements of the design plans and specifications.
The "ENGINEER" shall review the Contractors progress payment requests based on the actual
quantities of contract items completed and accepted, and shall make a recommendation to the
"OWNER" regarding payment.
SECTION X - SUBCONTRACTING
Subcontracting by the "ENGINEER" of any of the services provided herein shall require prior
approval by the "OWNER".
SECTION XI - TIME OF BEGINNING AND COMPLETION
The "ENGINEER" shall begin work under this Agreement within ten (10) days of notice to
proceed and shall complete the Phase I - Preliminary Design within 300 calendar days. Phase II -
Final Design schedule will be determined by the "OWNER" and "ENGINEER" after completion
of the Phase I - Preliminary Design.
SECTION XII - FEES AND PAYMENTS
A. Phase I - Preliminary Design Services
For, and in consideration of, the services to be rendered by the "ENGINEER", the
"OWNER" shall pay the "ENGINEER" on the basis of actual salary costs for work time
directly connected with work chargeable to the project, plus payroll additives and general
overhead costs of 180 % of direct labor costs, plus direct reimbursable expenses
associated with the project, plus a fixed fee which are payable as follows:
1 ) "Preliminary Design" phase services, not to exceed: . . . . . . . . . . . . . $ 587,513 .00
2) Fixed fee for "Preliminary Design " services: . . . . . . . . . . . . . . . . . . $ 50,754.00
3) Engineering contract amount for "Preliminary Design" phase
services not to exceed: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 6389267.00
The basis of this upper limit and justification for the fee is contained in Appendix `B"
attached hereto. Subject to the City Council approval, adjustment of the upper limit may
be made should the "ENGINEER" establish and the "OWNER" agree that there has been
or is to be a significant change in scope, complexity or character of the services to be
performed; or if the "OWNER" decides to shorten the duration of work from the time
period specified in the Agreement for completion of work and such modification warrants
such adjustment.
January 272000
CiCityofFayeaAo ecnon System Improvements age
4
Appendix "C" covers the classification of personnel and the salary rate for all personnel to
be assigned to this project by the "ENGINEER". The breakdown of costs between the
various tasks as given in Appendix C is a convenience and is not intended to set a
maximum cost for any of the work tasks. Costs may be transferred from one work task to
another so long as the maximum cost as given above is not exceeded.
Invoices shall be submitted to the City on a monthly basis. The City will make every effort
to pay such invoices within 30 days of date the invoice is approved. However, payment
within 30 days is not guaranteed and the City will not be held liable for interest or late fees
due to delayed or late payment.
Final payment for Preliminary Design services shall be made upon the "OWNER' S"
approval and acceptance with the satisfactory completion of the "Preliminary Design"
phase for the project.
B. "Final Design" Services
The fee and payment schedule for "Final Design" Services will be negotiated between the
"OWNER" and "ENGINEER" after completion of the Phase I - "Preliminary Design".
C. 'Bidding" Phase Services:
The fee and payment schedule for "Bidding" Phase Services will be negotiated between
the "OWNER" and "ENGINEER" after completion of the Phase I - "Preliminary Design".
D. "Construction" Phase Services:
The fee and payment schedule for "Construction" Phase Services will be negotiated
between the "OWNER" and "ENGINEER" after completion of the Phase I - "Preliminary
Design".
E. "Geotechnical Investigation" Services:
The extent of geotechnical investigative services associated with final design will be
negotiated after completion of the Phase I - "Preliminary Design".
F. "Special" Services:
The extent of "Special" services, such as preparation of detailed easements and/or
construction staking, will be negotiated after completion of the Phase I - "Preliminary
Design".
Ci of Fe etteville, AR January27, 2000
est i e astewater o ecnon ystem mprovements age
0r M
SECTION XIII - CHANGES
The "OWNER" may at any time, by written order, make changes within the general scope of the
contract in the work and services to be performed. If any such change causes an increase or
decrease in the cost of, or the time required for, performance of this contract, an equitable
increase or decrease shall be made in the upper limit contract amount, including fee or time of
required performance, or both, and the contract shall be modified in writing accordingly.
Changes, modifications, or amendments in scope, price, or fees to this contract shall not be
allowed without a formal contract amendment approved by the City Council in advance of the
change in scope, price, or fees.
Any claim by the "ENGINEER" for adjustment under this clause must be asserted with thirty (30)
days from the date of receipt by the "ENGINEER" of the notification of change; provided,
however, that the "OWNER" if it decides that the facts justify such action, may receive and act
upon any such claim assessed at any time prior to the date of final payment under this contract.
Failure to agree to any adjustment shall be cause for a dispute concerning a question of fact within
the meaning of the clause of this contract entitled SECTION XVII MISCELLANEOUS
PROVISIONS, (1) Dispute Resolutions. However, nothing in this clause shall excuse the
"ENGINEER" from proceeding with the contract as changed.
SECTION XIV - OWNERSHIP OF DOCUMENTS
All documents, including original drawings, disks of CADD drawings and/or cross sections,
estimates, specification field notes, and data are and remain the property of the "OWNER". The
"ENGINEER" may retain reproduced copies of drawings and copies of other documents.
SECTION XV - POSTPONEMENT OR CANCELLATION OF THE CONTRACT
It is understood that the "OWNER" will have the right to suspend or cancel the work at any time.
A. Postponement - Should the "OWNER", for any reason whatsoever, decide to postpone
the work at any time, the "OWNER" will notify the "ENGINEER" in writing, who will
immediately suspend work. Should the "OWNER" decide during such suspension not to
resume the work, or should such suspension not be terminated within a year, the work
shall be cancelled as hereinafter provided.
B. Cancellation - should the "OWNER", for any reason whatsoever, decide to cancel or to
terminate the use of the "ENGINEER'S" service, the "OWNER" will give written notice
thereof to the "ENGINEER", who will immediately terminate the work. If the "OWNER"
so elects, the "ENGINEER" may be instructed to bring a reasonable stage of completion
to those items whose value would otherwise be lost. The "ENGINEER" shall turn over
all data, charts, survey notes, figures, drawings and other records or information collected
or produced hereunder whether partial or complete. Upon such termination of the
City of Fayetteville, AR January 27, 2000
West Side Wastewater Collection System Improvements Page 6
I,
"ENGINEER'S" services, the "ENGINEER" shall be paid on a proportional amount of
the total fee, less prior partial payments, based on the ratio of work done to the total
amount of work to be performed.
SECTION XVI - MISCELLANEOUS PROVISIONS
A. Any disputes resulting from claims shall be subject to mediation through the Mayor of
Fayetteville, and all efforts shall be made by both parties to settle the dispute prior to any
legal action by either party.
B. Responsibility for Claims and Liability - The "ENGINEER" shall save harmless the
"OWNER" from and against damages, injuries, claims, property damage, arising out of or
resulting from the performance of work caused by negligent acts or omissions of the
"ENGINEER", or those of its subcontractors, its agents, or its employees rendering of
services under this contract.
C. General Compliance with Laws - The "ENGINEER" shall comply with all federal, state
and local laws and ordinances applicable to the work. The "ENGINEER" shall be a
professional engineer, licensed in the State of Arkansas.
D. Engineers Endorsement - The "ENGINEER" shall endorse and recommend all plans,
specifications, engineer's opinion of construction costs, and engineering data finished by
it. All design shall be checked in accordance with accepted engineering practices. All plan
quantities shall be checked and verified.
SECTION XVII - SUCCESSORS AND ASSIGNS
The "OWNER" and the "ENGINEER" each binds itself and its partners, successors, executors,
administrators, and assigns to the other party of this Agreement, except as above, neither the
"OWNER" nor the "ENGINEER" shall assign, sublet or transfer its interest in this Agreement
without written consent of the other. Nothing herein shall be construed as creating any possible
personal liability on the part of any officer or agent. of any public body which may be party hereto.
SECTION XVIII - COVENANT AGAINST CONTINGENT FEES
The "ENGINEER" warrants that it has not employed or retained by company or person, other
than a bonafide employee working solely for the "ENGINEER", to solicit or secure this contract,
and that it has not paid or agreed to pay any company or person, other than a bonafide employee
working solely for the "ENGINEER", any fee, commission, percentage, brokerage fee, gifts, or
any other consideration, contingent upon or resulting from the award or making of this contract.
For breach or violation of this warranty, the "OWNER" shall have the right to annul this contract
without liability.
City of Fayettevitle,
pj
January 27, 2000
West Side
Wastewater of c�ctwn
System
Improvements
Pagc
00
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be duly executed as
of the date and year first herein written.
CITY OF FAYETTEVILLE RN GROUP, INC.
By:
ATTEST:
By:
Mayor
City Clerk
By:
Authorized Representative
ATTEST:
By:
Attachments: Appendix "A" - Phase I Scope of Services
Appendix "A-1" - Phase II Scope of Services
Appendix "B" - Professional Services Cost
Appendix "C" - Labor Rates
City of Fa
etteville, AR
January 27, 2000
West Side
Wastewater Collection
System
Improvements
Page
•. 0*
APPENDIX A
PHASEI
SCOPE OF SERVICES
CITY OF FAYETTEVILLE
WASTEWATER IMPROVEMENT PROJECT
The following is a summary of the tasks that the ENGINEER will perform under this
agreement. The CITY desires to phase in the recommendations of the Facility Plan prepared by
CH2MHi11 and RJN Group, Inc. for Year 2000 to Year 2020 to accommodate future development
and rerouting of a portion of the collection system to the proposed Wastewater Treatment Plant
in the Illinois River Watershed (Westside Wastewater Treatment Plant).
This will basically include rerouting the existing system that flows to the Gregg Street,
North Street, Poplar Street, Porter Road, Hamestring Creek, and Farmington Lift Stations to the
proposed West Side Plant site. It may also include rerouting of the flow from the area tributary
to the Old Wire Road Lift Station. Preparation of a final design flow report will also be required.
A summary of tasks associated with each of these items is included in the following sections.
Upon receipt of Notice to Proceed the ENGINEER will perform the following tasks:
PART A - PRELIMINARY ENGINEERING
Project Administration
a. Perform Project Initiation activities.
b. Perform general administration and project management activities.
c. Finalize agreements with subconsultants.
d. Perform ENGINEER's internal project control including budgeting, scheduling,
and quality control activities.
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.
Provide
written
documentation of each
meeting. A total of
six (6) meetings are
included.
c. Meet with City of Farmington early in project to discuss their plans for recently
annexed area.
2anuvy27,2000 A (1)
.0
S.
d. Meetings will also be held with Arkansas DEQ, AHTD, and DOH as necessary.
Attend two meetings with City's Water and Sewer Committee.
3. Coordination with Other Consultants
The ENGINEER will coordinate its services with other consultants that the City may
employ for design of other portions of the project. This will include coordination with
treatment plant design firms for design flows and coordination of locations and connections
to various portions of the interceptor sewers. It is anticipated that a total of eight (8)
meetings with other consultants will be required.
4. Public Relations
In conjunction with McGoodwin, Williams, and Yates Consulting Engineers, the
ENGINEER will assist in planning and conducting three public meetings. One meeting
will be conducted at the beginning of the preliminary design phase, the second meeting
will be at the completion of the preliminary design. The third meeting will be as
necessary.
5. Design Flow Report
This task will include updating and finalizing existing and projected design wastewater
flows and required capacities of proposed interceptor sewers. This consists of analyzing
existing flows (where available from the City's permanent metering network) tributary to
the Gregg Street, Hamestring Creek, North Street, Old Wire Road, Porter Road, and
Poplar Street lift stations and updating the hydraulic model developed during the Master
Plan Study. The ENGINEER, based in part on information provided by Black & Veatch
for the Nolan Wastewater Treatment Plant, will provide design flows for the proposed
Illinois River Wastewater Treatment Plant and the Nolan Wastewater Treatment Plant.
Specific tasks include:
a. Review flow data provided by City for areas tributary to lift stations listed above.
b. Review previous SSES reports as necessary.
c. Update Year 2000 flow projections by basin. Projections will include water usage,
customer count, and population projection based on water usage data by customer
provided to ENGINEER by OWNER.
d. Update Year 2020 flow projections by basin and watershed.
e. Update hydraulic model geometry to reflect new plant location.
iinuaty 27, 2000 A (2)
••
S.
f. Utilizing updated flows and updated model, perform hydraulic capacity analysis to
finalize required interceptor capacities.
g. Evaluate sizing of interceptors for "ultimate buildout" versus 2020.
h. Utilizing the previously developed flow projections and hydraulic model develop
design flow loadings for the Nolan Wastewater Treatment Plant and proposed
Westside Wastewater Treatment Plant including:
1) Average dry -weather flows and hydrographs
2) Five to seven-day extended wet -weather flow
3) Maximum daily and 30 -day flow
4) Peak flow rates for design storm (Will be based on projections for a
5-year/24-hour storm with a concurrent 5-year/60-minute storm event.).
Obtain and review Master Plan flow projection database with CH2MHill. Review
final flow projections with CH2MHil1.
PART B - CONCEPTUAL DESIGN
1. Conceptual Design
The ENGINEER will evaluate alternatives for the rerouting of the existing Illinois River
Watershed Wastewater Collection System to the proposed West Side Wastewater
Treatment Plant. The conceptual design will include the following:
• Alignment Study
• Conversion of Existing Force Mains to Gravity Sewers
• Evaluation of Existing Lift Stations
• Construction Methods/Materials
• Utility Coordination
• Survey Work (as required)
• Geotechnical Investigations
• Odor Control Evaluation
• Wetlands Identification
• Preliminary Design Report
For the purpose of developing the Scope of Services, the conceptual design phase is
presented for each of the areas that may be rerouted.
January 27, 2000
A (3)
.0 00
Old Wire Road Lift Station
Based on the evaluation of the Nolan Wastewater Treatment Plant by Black & Veatch, a
minimum design flow for the plant will be established. This evaluation should determine
if the Old Wire Road Lift Station will continue to pump to the Nolan Wastewater
Treatment plant for the near future. As the White River Watershed develops and more
flow is transported to the Nolan Wastewater Treatment Plant, then flows to the Old Wire
Road Lift Station may be diverted to the Westside Wastewater Treatment Plant. The
conceptual design phase would include the following for this station.
a. Obtain and review as -built records and existing easements for the existing force
main from Gregg Street to Old Wire Road.
b. Obtain and review as -built records and shop drawings for the existing Old Wire
Road Lift Station.
c. Perform drawdown-return test to determine actual capacity of lift station.
Based on flow projections
developed
under
previous tasks, evaluate alternative of
converting existing force main from
Gregg
Street Lift Station to a gravity sewer.
Evaluate alternative of keeping Old Wire Road Lift Station in operation to pump
peak wet -weather flow to the existing Nolan Wastewater Treatment Plant.
f. Should task "e" above determine that the existing force main cannot be converted
to a gravity sewer, perform an alignment study to determine location of new
gravity sewer from Old Wire Road to Gregg Street. This task will include an
evaluation of construction methods through the Paradise Valley Golf Course.
Conduct preliminary geotechnical investigations as necessary.
h. Perform preliminary utility investigation.
North Street Lift Station
The North Street Lift Station currently pumps to the White River Watershed via Mini
System 18B/C. Flow tributary to the lift station would be diverted to the proposed plant
by construction of a new interceptor from North Street to the vicinity of the Poplar Street
Lift Station. The conceptual design would include the following:
a. Obtain and review existing easement documents for the Poplar Street Lift Station
Force Main.
b. Complete an alignment study for the proposed interceptor sewer.
January 27, 2000 A (4)
•.
S.
c. Conduct preliminary geotechnical investigation as necessary.
d. Perform preliminary utility investigation.
e. Evaluate option of leaving North Street Lift Station in operation to pump excess
wet -weather flow to the White River Wastewater Treatment Plant, thereby
reducing the size of the interceptor to Poplar Street.
f. Develop construction cost estimates.
Poplar Street Lift Station
The wastewater flow from the areas tributary to the North Street Lift Station and Poplar
Street Lift Station will be rerouted to the proposed Westside Plant by gravity. This will
be through a new interceptor along Skull Creek to the vicinity of the Gregg Street Lift
Station or along Poplar Street and the U of A property west to the vicinity of the Porter
Road Lift Station. Specific tasks include:
a. Obtain and review City's planometric maps.
b. Perform alignment study of each alternative.
c. Perform preliminary geotechnical investigation as necessary.
d. Perform field survey as necessary.
e. Perform preliminary utility investigation.
f. Develop construction cost for each alternative evaluated.
g. Perform property ownership research.
Gregg Street Lift Station
Wastewater flow from Gregg Street can be rerouted to the proposed plant site whether by
construction of a gravity sewer or by upgrading the pumping capacity of the station and
pumping flow to the headwaters of Clabber Creek. The pumping alternative would result
in the construction of a significant shallower interceptor sewer from along Clabber Creek
to Hamestring Creek. Either option will require a thorough review of the Public Law
1366 requirements. Specific tasks include:
a. Review legal opinion by City Attorney on requirements of Public Law 1366.
b. Identify potential routing alternatives and perform alignment study of each
January 27, 2000 A (5)
alternative.
c. Perform property ownership research.
d. Perform drawdown-return test to determine actual pumping capacity of Gregg
Street Lift Station.
e. Develop cost estimates for leaving lift station in operation alternative.
f. Develop cost estimates for construction of gravity sewer alternative.
g. Evaluate construction methods and materials.
h. Perform preliminary geotechnical investigations as necessary.
Perform preliminary utility investigation.
j. Perform surveys as necessary.
Porter Road Lift Station
The Porter Road Lift Station will be abandoned and flow rerouted to the proposed
Wastewater Treatment Plant through an interceptor along Hamestring Creek. The
following conceptual design tasks will be performed:
a. Obtain and review existing easement documents for the Hamestring Creek Lift
Station force main.
b. Obtain and review as -built records for Hamestring Creek Lift Station force main.
c. Obtain and review as -built records for Crystal Springs Lift Station.
d. Perform alignment study for proposed interceptor sewer.
e. Perform property ownership research.
f. Perform preliminary geotechnical investigation as necessary.
g. Perform survey as required.
h. Perform preliminary utility investigation.
i. Develop construction cost estimates.
January 27, 2000 A (6)
.0
S.
Hamestring Creek Lift Station to Proposed Wastewater Treatment Plant Site
Wastewater flow from the Gregg Street, Porter Road, and Hamestring Creek Lift Stations
will be rerouted to the new plant site. The conceptual design will include the evaluation
of alternatives to 1) construct a new lift station near the existing Hamestring Creek Lift
Station and pumping the flow to the new plant site or 2) construct a deep gravity sewer
from the Hamestring Creek Lift Station to the new Wastewater Treatment Plant site and
then construct a lift station at the headworks of the plant. Specific tasks will include:
a. Perform property ownership research.
b. Based on previous tasks, finalize peak flows to proposed Wastewater Treatment
Plant.
c. Perform preliminary geotechnical investigations as necessary.
d. Perform surveys as necessary.
e. Perform preliminary utility investigation.
f. Develop preliminary routing alternative.
g. Evaluate construction methods and materials.
h. Develop construction cost estimates for each alternative.
i. Determine present worth or life cycle cost for each alternative.
j. Based on flow projections and hydraulic modeling tasks, evaluate flow equalization
basin at the proposed Wastewater Treatment Plant.
Owl Creek and City of Farmington Lift Stations
There are several alternatives that will be evaluated for rerouting of wastewater flow from
these stations. One alternative is to leave the existing Owl Creek Lift Station and force
main in place. A second alternative would be to reroute the Owl Creek and City of
Farmington force mains to the new Wastewater Treatment Plant site. A third alternative
would be to abandon both lift stations and construct a new lift station near the confluence
of Owl Creek and Goose Creek and construct a force main to the proposed plant site. This
alternative would allow the City of Fayetteville and Farmington to serve the areas that are
developing to the west and north of Farmington. Specific tasks include:
a. Perform drawdown-return test to determine actual pumping capacity of each lift
station.
January 27, 2000 A (7)
b. Complete property ownership research.
c. Perform preliminary alignment studies of each alternative.
d. Develop construction cost estimates for each alternative described above.
e. Conduct meetings with Cities of Fayetteville and Farmington staff to discuss
alternatives. Two (2) meetings are anticipated.
f. Perform geotechnical investigations as necessary.
g. Perform survey as necessary.
h. Perform preliminary utility investigation.
2. Wetlands Determination/Endangered Species Determination
During the conceptual design phase, the ENGINEER will perform the following tasks:
a. Conduct review of existing source documents including USGS Maps, Washington
County Soil Surveys, National Wetlands Inventory Maps, and aerial photography
for any features that may indicate likelihood of wetlands.
b. Compare the proposed routes of sewer/lift station construction with the existing
source document data review, including any alternative routes evaluated in the
preliminary design.
c. Prepare preliminary exhibit of any locations with potential for wetlands in vicinity
of proposed sewers/lift stations.
d. Review preliminary exhibit with City staff.
e. Conduct field investigation "walk through" of any locations with potential for
wetlands in vicinity of proposed sewers/lift station accompanied by qualified
wetlands ecologist. Document approximate boundaries of any wetlands determined
in walk through, and photograph/video tape findings as appropriate.
f. Update preliminary exhibit of locations with wetlands impact in vicinity of
proposed sewers/lift stations.
g. Contact regulatory agencies in outlining jurisdictional parameters and wetland
permitting requirements, if applicable.
h. Prepare preliminary design subreport for wetlands summarizing results of data
January 27, 2000 A (8)
.0
S.
analysis/walk through and provide preliminary recommendations/cost impacts
related to sewer line/lift station construction in wetlands vicinity.
i. Conduct review of existing data for identification of endangered species in vicinity
of proposed sewers/lift station(s) construction. Contact relevant regulatory
agencies after preliminary review of data.
3. Odor Control Evaluation
In order to identify and mitigate potential odor problems, the ENGINEER will perform
the following tasks during the conceptual design phase:
a. Sewer Lines/Force Mains
1) Modify hydraulic model developed during Wastewater Collection System
Masterplan as required.
2) Conduct predictive computer modeling of proposed sewer system
(15 inches and larger in diameter) utilizing Pomeroy/Parkhurst Model to
predict sulfide buildup and identify "hot spots" for sewer line/force main
odor control. Conduct sampling of existing sewer system for sulfide
content to calibrate model, where required.
3) Conduct odor control cost/benefit analysis of alternatives for existing
known odor problem areas and potential odor generation locations
identified in predictive computer modeling. Alternatives will include, but
will not be limited to, active controls, chemical addition, oxidant addition,
minimization of turbulence in new design and opportunities for solids
deposition, biofilters, and minimum velocity design.
4) Review cost/benefit analysis with City staff, including recommended
solution(s).
5) Prepare preliminary design report for sewer line/force main odor control
summarizing cost/benefit analysis and recommended plan (with exhibits as
appropriate).
m,uazy 27, 2000
A (9)
•a ••
b. Lift Station(s)
1) Conduct odor control cost/benefit analysis of alternatives for existing lift
stations (that will remain in service) and proposed Lift Station No. 1.
Alternatives will include, but not be limited to, active controls, chemical
addition, and oxidant addition.
2) Review cost/benefit analysis with City staff including recommended
solution(s).
3) Prepare preliminary design report for lift station(s) odor control
summarizing cost/benefit analysis and recommended plan with schematic
preliminary design diagrams and exhibits where required.
4. Conceptual Design Report
Based on the completion of the above tasks, the ENGINEER will prepare and submit a
detailed report of each alternative evaluated along with the recommended alternatives. The
report will include detailed cost estimates and exhibits for the evaluated alternatives.
Specific tasks are as follows:
a. Prepare Exhibits of recommended alternatives.
b. Prepare draft report.
c. Submit ten (10) copies of draft report for City review.
d. Incorporate City's comments and submit ten (10) copies of fmal report.
Personnel from an office of the ENGINEER that was not involved in the project will perform
value engineering of the conceptual design.
January 3, 2000
A(I0)
•• S.
APPENDIX A-1
PHASE H
SCOPE OF SERVICES
CITY OF FAYETTEVILLE
WASTEWATER IMPROVEMENT PROJECT
The following is a Preliminary Scope of Services for Phase II - Final Engineering Design,
Bidding, and Construction Administration Services. A final Scope of Services will be developed
after completion of the Phase I - Preliminary Design.
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, Owl Creek, and
City of Farmington Lift Stations. After completion and approval of the Phase I - Preliminary
Design, the ENGINEER will proceed with these services:
PART A - PROJECT ADMINISTRATION AND MANAGEMENT
1. Project Administration
a. Perform Project Initiation activities.
b. Perform general administration and project management activities.
c. Finalize agreements with subconsultants.
d. Perform ENGINEER's internal project control including budgeting, scheduling,
and quality control activities.
2. Coordination Meetings
a. Attend project kickoff meeting with City staff and other consultant involved in
project.
b. Attend monthly meetings with City staff and other design consultants to coordinate
design activities.
c. Meet with Arkansas DEQ, AHTD, and DOH as necessary to obtain permits for
construction of project.
Januuy 16. II A-1 (1)
•• ••
3. Public Relations
a. In conjunction with OWNER and other design consultant, conduct public meetings
as necessary.
PART B - FINAL ENGINEERING DESIGN
1. Perform design survey for sewer and lift station improvements.
2. Provide the OWNER with the technical information for location of easements required for
construction of the project. Information to include width and general location of the
easements, and distances from the property lines. Property line information shall be
obtained from existing maps provided by the OWNER to the ENGINEER.
3. Perform final geotechnical investigations as necessary for design of the project.
4. Prepare contract design drawings for sewer and lift station improvements. Drawings shall
indicate permanent and temporary easements for construction based on information
supplied by OWNER. Drawings shall include but not be limited to: (1) Title
Sheet/Drawing Index, (2) Location Maps, (3) Plan and Profile of Sewer Improvements,
(4) Special Details, and (5) General Details.
5. Using OWNER's and "ENGINEER'S basic specifications, prepare project specifications
which shall include but not be limited to: (1) bidding documents, (2) contractual
documents, (3) conditions of the contract, (4) standard project forms, and (5) technical
specifications.
6. Assist the OWNER in obtaining permit approval from regulatory agencies.
7. The ENGINEER will consult with the OWNER, public utilities, private utilities, and
AHTD to determine the approximate location of above and underground utilities and other
facilities that have an impact or influence on the project.
8. The ENGINEER shall deliver three (3) sets of the draft construction plans and
specifications to the OWNER for review.
9. Meet with OWNER throughout the project and after submittal of the draft plans to receive
input from OWNER's staff.
10. Perform final changes to contract documents. Submit final project drawings and contract
specifications to the OWNER for review.
,.�.ry 16. moo A-1 (2)
•r
S.
11. Prepare Engineer's Opinion of Probable Construction Cost by major items.
PART C - BIDDING ASSISTANCE
The following bidding assistance services are included:
1. Assist the OWNER in advertising, obtaining, and evaluating Bid Proposals for the
construction contract and awarding thereof. Provide assistance to the OWNER in
responding to bidder inquiries during advertisement of the construction contract, and
participate in project pre -bid conference. Provide and distribute bidding documents and
addendum.
2. Assist the OWNER in reviewing the bids for completeness and accuracy. Develop bid
tabulations and submit a written recommendation of contract award to the OWNER along
with three (3) copies of the bid tabulations. Consult with and advise the OWNER on the
responsibility and responsiveness of contractors, the acceptability of subcontractors,
substitute materials, and equipment proposed by the project bidders.
PART D - CONSTRUCTION RESIDENT ENGINEERING
The ENGINEER will provide resident engineering services for the construction project(s).
1. Assist the OWNER in conducting a pre -construction conference with the Contractors by
notifying utilities, governmental agencies, and other interested parties, and answer
questions at the conference
2. Resident Engineering
a. 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.
b. Review shop drawings, scheduling, test results, and other submittals which the
Contractor is required to submit.
c. Consult with OWNER and act as the OWNER's engineering representative in
dealings with the Contractor. Issue instructions of OWNER to Contractor and
issue necessary interpretations and clarification of the contract specifications.
luwry 16.7000
A-1 (3)
•• r•
d. Provide engineering survey(s) for construction to establish horizontal and vertical
reference points which are necessary for the Contractor to construct the work.
Coordinate the taking of preconstruction photos and surface video taping with the
Contractor as necessary.
e. Provide resident observation for sewer and lift station construction for general
conformance to the contract drawings and contract specifications. Also provide
resident observation of acceptance testing and restoration work by the Contractor.
f. Perform permit follow-up coordination and construction observation to ensure
compliance with conditions of Section 4.0 Wetlands permit.
g. Review and respond to complaints received by OWNER and report any differences
of opinion between the Contractor, ENGINEER and complaining party.
h. Review applications for partial payment with the Contractor for compliance with
contract specifications and submit to the OWNER a recommendation for payment.
i. Issue field orders to Contractor after consultation with the OWNER. Review any
change orders proposed by the Contractor and provide recommendations to the
OWNER.
j. 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.
k. Conduct a final on -site review, in the company of the OWNER and Contractor, to
verify the projects are fully complete. Submit a recommendation for final
acceptance of the projects to the OWNER.
Provide
the
OWNER with one
(1) set of record drawings on reproducible double
matt (4
mil)
mylar and two (2)
sets of black line prints of the record drawings.
m. ENGINEER is not responsible for the means or sequences of the construction work
or the implementation program for safety of the construction contractor and
subcontractors and it will be stipulated as such in the contract documents.
A-1 (4)
,.m's 16. 2oo
..
S.
PART E - ADDITIONAL ENGINEERING SERVICES
1. Wetland Delineation and Permitting
a. Perform detailed field investigation to delineate wetlands boundaries in any case
where the final recommended sewer line routing from the preliminary design is
within the immediate vicinity of a wetlands. Detailed field investigation will
include, but may not be limited to, soils analysis, hydrology and vegetation.
Detailed field investigation/delineation to be performed by a qualified wetlands
ecologist.
b. Develop wetlands plan (if required) including cost/benefit analysis of the following
options.
1) Avoidance
2) Minimization
3) Mitigation
c. Conduct preapplication meeting with Corps of Engineers (if required).
d. Prepare Section 4.0 Wetlands Permit (if required)
2. Odor Control
a. Sewer lines/force main
1) Prepare
plans
and specifications for
final recommended plan for odor
control
for sewer lines/force mains in
the project area.
2) Prepare Engineer's estimate of probable construction cost for sewer
line/force main odor control facilities/features.
b. Lift Station(s)
1) Prepare plans and specifications for final recommended plan for odor
control at existing and proposed lift station(s).
2) Prepare Engineer's estimate of probable construction cost for lift station
odor control facilities.
Navy 16, 20W
A-1 (5)
••
..
N
m
mON
m
N
O
0
m
M
M
v)
N
m
M
m
r
r
M
m
r
N
M
m
O
N
M
m
m
o
m
M
m
0)
m
M
O
r
m
O
O
N
O
O
r
M
p
m
O O
O
•m
M
r
r
N
r
r
r
r
M
N<
M
r
m
r
r
m
N
m
m
m
N
O
N
m
N
m
m
N
Y
M
N
r
O m
0
0
0
«
IV
O
w
r
rN
r
r
69
r
N
O
(O
69
n
CJ
r
C
Q
w
N
m
(p
r
N
O
V
r
N
o0
O
•
N
w
w
w
r
rw
4,
4,
w
w
w
w
a
w
w
w
w
w
w
69
w
w
r
w
w
r
m
N
w
69
w
w
69
69
rw
0 m
12
w
•
g
m
a
m
o
o
ono
o
coo
m
n
•w
V w
M
M
L
N
w
w
d N w
w
w
"a
69
r
N
V
U
6944
w
w
w
•
N
O
V)
N
m
M
N
C)
r
r
m
CO
CO
C)
A
r
M
m
m
m
m
O
r
m
m
N
m
m
fV
M
N
m
m
O
M
CO
m
m
m
m
O
O
r
m
M
r
t
r
O
M
r
r
M
IV
m
t-
m
r
r
O
CO
m
m
t()
N
O
(N
O
C)
N<
M
U
r
m
m
J a'
I
O
w
r
A
r
r
69
r
N
tO
N
l7
of
V
w
N
m
{p
n
N
O
I
N
o
Om
w
w
w
w
494'
4,44
-
w
w
w
w
w
w
w
w
w
w
r
w
O
n
0
w
tea
og
~
Y
L
r
m
v
v
N
m
O
N
0
N
N
N
O
O
m
O
N
N
r
N
r
N
J
]
N
r
N
N
r
r
M
V
N
r
m
N
N
r
N
O
.2
w
�
r
q
p.c
00
0
0
m
V
O
O
O
n
0
O
N
N
0
0
0
0
0
0
0
0
0
O
p
JM
A
S
J
q
ow
U L
r'J
m
0
0
O
0
0
0
a
a
O
a
5o00
N
N
N
N
O
N
N
n
r
a
r w
O 2
W
m
M
m
m
r
m
n
n
N
O
M
r
O
N
M
m
m
Q
m r
r
r
O
v
'-F.-
O
m
O
r
O
o
<
'P
m
m
m
O
m
o
m
b
n
y Yo 0
w
0.
0<0.
>LL1
N
O
N-OO0)O
N
m
m
O
O
M
r
r
M
N
O
C w J rL
a L
r
(0N-0
r
r
r
N
-
fry
m
O
m
R
v
W
.—
r
CO
r
r
r
r
m
w
a a
O}
0
a L
M
N
N
Q
p
Q
0
N
a
m?
m
0
O
N
O
Q
N
N
N
m
M
.4o
,
r
m LL f
w LL ¢
003
� � w
0.9
L0
a
0.
Co
U
`o
Z
o
n
d
0
m
q
d
E
Z
N
N
O«
F
N
_
C=
m
m
a
W
N
C
2
nn
2S~25
?
D
d
0
LLNs
YC7
O
U
as
a
W
QZ
m
°-°
ad�Z�@rn=
a
W
a
c
m
pr
c
c
s
m
m
c
S
2
Y
w
Z
`-°
w
2
u
a
_
m
m
.S
>.
69
3
y
A
J
rL
d
d
3
78
E
E
C
a
N
L
LL
M
C
0 U
U
N
w
z
C
m
a
Q
O
O
V
w
E
2
O
W
p
2
U
2
O
N
V
O
LL
U
IL
A
C
L)
y
V
di.
Cm
C
N
U
N
o
f
q
1I�
d
N
C
N
C
r
C
a
u
o
W¢
w
c d
d
U
0
W
�aafga(UN
ii
U�
�(pN
90N
v
N
m
X7»
a
O
w
to
mN
¢
rnof
0
=
d
0
U
oo
F
a
A
a
S
d
m
a
u
d
a
U
a
�
N
1
r
vi
a
vi
O W W W W W o v W
r N W W W W O O o N O) N W O m m N N W O W O) N r W
• m m w W O W r w W O W w W w w W N O
a w w .- N N w w N r w r p Q A p r w w c0
m w w w 4,— w w w w w r
•O V w w \
U m
W
O O 00
ow Q V m m
U . N N ? < W a0
m o p '94' .a w w
50
O n W r< N W W O O r O W 0 N
r N W N W W O W O n O) N W O W m O m W W W O) , n
N w W w w W N N r m w r w m w n
Q O w w w w w w a q w w w w w
O m
Y ~
Oj t N N O N O O O N O O O O N O N 00000.O
30
W c
r m
p t 0 0 0 C` 0 0 0 h O O 0 N O N O 0 0 0 0
Jm
K
mW
U L O O O W O O f� 00000 0 0 0 0 0 0 0 O
IW
H Q W
co
ya O y L 1 W N < N ' N O N N V O N N O N N. O
W C K
0<0
m ≥ W f
X W J W a L N N r r 0 0 r V r O O) N r r g r N N
Z 05W0
W W
F Q i
a ¢ Y a
a Z W W
Q N Q } a L O O O N V O O O N O r O O N r O N O r O N o in
W c )W
a
LL O W
O }
� F F
U Q
C o c m
m m n c3 c
m c
a ,.j c a a c n a
2 m O N a m m a
U co U' m m o DC EE
W m'n 8 a - c =p nm 53= ry m
c 0 a0 m m rn m m O 0 m m
w '-0
—m c v n y u N c E E u$ m E m .�
5 m a 0
C W O.
-«z 05
z v
d d LL Y 0? Z
W
0 3 c m m m a i m '° m `m u m a 3 c m Z m m
ac o 5 5 c E E E E m 'i°' u E c c c y s m c c
m .) c m
Q a LL d U a
p t 3
z c c€>>€ v€ w o o t E m t€20.. mpOu
19 A'mt 't ct m�a 3 E c'C >aa tg9Yt'mt '°t >L.OL
U u a a m ≥ m m m m>>
O O a w W (L U LL U W W t0000_w00 U O_ W O W N m O LL LL O. LL O a W W
m O 0
0
D U V m .� m
a
••
..
n
m
0
0
m
r
m
m
r
0
Vf
r
r
r
m
0
)o
m
0 0 O N
r
m
m
m
m
m
n
r 0
m
o
w
n
C) m
O)
m
nn
m
m
m
N
N
m
m
m
m
n O m
m
mN n
0
M
m
w
w
n
n
n
w
w
C)
m
O 0
r .-
r
m
w
w N
w
N cn m w m
r
N
r
m
r
n
N
V m
lh
N
r
(O
mi
O] r
t7
m
r lh
r v
m
w
ww
ww
4,.-w
w
ww:
o E
0 w
U
F a
w
00
00
0
00
0
cow
cn
n
V
COW
Ce)
m Tiiw
ww
ww
w
U
n
m
o
m
m
m
r
m
r
n
r
r
r
m
o
m tc)
(O
C)
O
O
N
r l7
m
m
m
m
n
r
m
m
n
m
m{�
m
m
O)
N
m
m
m
m
n
m
m
m
r
n
V
m
n
m
m«
m
m
R
m
m
w
w
n
n
w
w
m
n
r
r
r
O
w
w
N
w
N
w
m
r
N
r
m
n
n
N
CI
w
w
w
w
w
w
CO
w
w
w
rw
N
w
w
w
og
0.'
L
ON-
O
O
N
N
0
0
0
0
0
0
0
0
0
0
0
0
0
O
O
O
O
O
O
N
N
N
r
0
;
U
3
L
W
ry
t
O
0
0
0
0
0
0
00
O
m
0
0
O
O
O
O0000000
O
O
O
0
0
0
'
C
9
W
E
J
E
W
U L
O
m
0
O
m
0
0
0
O
0
0
0
0
0
0
0
0
0
O
0
0
0
0
O
0
0
0
S
C,,
F Q W
W
W.
O
N
0
N
m
N
N
N
O
'
Y
Y
t
O
N
O
N
VZ
}
Y
W K
K
Q
U a
X J
m
N
N
r
m
m
m
r
r
n
r
N
N
N
Y
N
r
Q
r
N
r
N
m
N
N
r
N
N
N
m
5 W
0. L
O W
W J W N 2
NC)
00
Cf
N
)NOON
N
coo
m
O
O
m
O
N
0
O
N
O
N
0
n
m<
N
N
N Q
N LL F
W O 3
C } w
U Q
J
0
d
J
0
>
=
I
c
y
m
c
3
Y3
a
m
0
d
9
m
m
°)
u
a
CE
00
'N
03
o
o
m
R
J
0
N
E
N
A
N
A
m
d
y
d
a
N
0
U
N
m
N
ry
O
W
m
u
m
a
9
w
w
U>
.p
2
o
u
W
E
o
'�-
m
5
C
N
N
)p
C
m
a
m
C
cm
v
m
dvv
m
mm
�„
00
mE
c
m
0
Tm
'm
c
m
0
bo
9
m
m
m
F
E
o
o
m
m
p
E
r
m
a
d
m
E
Y
Q
0
0
0
0
O
0
a
o.
03
a
0
0
0
D_'
'C
j
m
O
C
>
Q
t
0
m
ry
O_.
L
C
W
�'
O.
V
C
m
O
W
U
m
d
Lv
U
'.-.
"
!'
N
F
>
C
L
L
d
N
m
L�
U'
J
d
Ow
F
U'
J
K
C
3
Q
O
m
O
m
d
O
m
m
a
a
A
o
m
m
o
3
3
c
m
U
=
m
0
c,
y
d
w
.�
a'
o
L°
0
0
o
v
m
v!
c
a
543
:
o
m
0
m
o
c
a
a
V
dm
ig
J
C
C
m
C
_m
a
o
aE
a
sCC
dFF
0.
U
U
m
tLL
'.
J
d'
sF
OFF
O
U
aFF
J
o_
a
w
aFE
o
U
mF
FF
FF
E
d
C
C
C
O
O
m
C
C
C
Co
o
d
d?
o
'2
o
�_
o
}g
A
0 0
0
0
0
d
u �+
—0-0
m
m
d?
d
en
0
c
t
t>>
m
t
t
a
s
w
t
t
t
t
t>
a
a
L
t�
C
d
d
0
m
m>
m
d
m
J
a
a
a
0
000w
0
0
0
J J
m
0
0
m
0
0>
00>
aIx
v_
as
00
W
aaa
fnm
dOOOo_ao.a
a.0
V)m
aad0
W0O
W
)
rn
0
m
i
d
O D
0 w
m L
._
r
N
r (O
O
N
P..
N O N
N
IN
o
C)
W (o
Un
0
m m m
V)
O)
n
GNO m O 1�
( l
IN�J
O
CD
(')
ON
8
I,
w
w
N
N O
w r
w (7
n
O
r p w p N q... -NNW
O
r
fn
N
Q
W
Q Q
r (V
w
0 O
Oi
w w w w 0
r
r
C'1
r
p
IV
r
w lV
r
r
W
w p
w r
c0
r1
p
p
w
w
w
w
w
n
«
N
p
w
M
F
W
NP
cop
M )N'f
O
-
o6
o^
w
w
w
w
4,4'
n
0
r
N
m
N
O
r
O
N t')
N
O
N
N
N (O
N
N
O
M m c)
O
N
M
(m
O)
N
C)
O
m
Un
W
no
(D
M
UD
Q
N
O fV
In
o (N
N
w
w
N
N
N
O
N
r
p
0'-
r
p
V
w
N
p
w
r
N
O
O r to N Q
m
Q
Q
J
Q
p
n
"
p
4,'.
r
r (7 r w cN
r
p fV
O
r
w
r
w
cN
w
p
N
w p
3634,
w
w
O0
M
M
05
L
t•
O
O
N
N
N
0
0
0
O
0
0
0
0
0
0
0
0
0
O
0000
00
Oj
3r
W
C
H
m
o L
m
O
o
r
O1
o
o
o
O
N
H
O
O
N
O
o
r
O
O
O
17
Coco
N
O
o
4
Jm
E
SW
U t
0
n
0
0
0
0
0
0
0
0
0
o
0
0 t0
O
m
n
0
0
0)
0)
0
0
0
tQ�I
N
r
I- Q W
P..O
Q
U a;
UWj) L
'
N
N
p
m
O
N
Q
N
n
h
Q
r
0
0
CO
O
O
O
t0
<
Q
N
Q
N
U Q a
m 5ui
p(
t
r
0
Q
r
N
r
a
0
0
r
0
O
w-
O
O
O
N
Q
Q
Q
O
N
Q
Q
N
W J i W
IL
r
O
a a ≥ a
Q
a L
r
N
CO
N
r
N
N
N
Q
Q
N
Q
Q
Q W
H
O
O
O)
n
N
0
0
0
n
r
0
0
N
O
O
COC
r
N w
LL O
O�
a
y
v
c
n
m
c
o
Cm
E
It
Ey
U
VI
'�
y t
c
Ed
m
Un
N
Z
m
"
0m
Q
ip
C
mS
O
y
m
0
O
Cm
J
U
m
¢ U
u
°
U
u
'
m
c
N
00>
c
x
m
fn
`m
W
D
yyam)
O`
v
K
C
a N
K
Y
d
z
m
y
N
D
a
m
J
J
N
T
p
«y)
a«
w
m
0
Co
H
m
a
N
N
a
o"
0
o
0
Q
C^
C
m
U
m
U m.
W
0
m
m
F
a
..
O
m
m
W
a
O
c
m
Eva
LL
O°
c
w
0
C
W
w
W
W
Q
C
0
V N
0
3
a
ova
Z,
�'
�,
Z.
Z'
m
U
m
o
m
m
V
m
m
2
u
r
u
3
c
c>
c
E
c
a
x
d
Ti
t
n
«�
c
m
E«
c
m
E'
° '
EN
n«
EW.4
°
E
'v
Ew
E
E
m
v
m
m^v
m'u
°
c
m°
U
0
•E
m ^'
w
m
o
c
c
S
m
c
S
m c
a
..
o
c o
m t_
c
�oFF
UC)acc
S
-
::
tr
ma
aiiacr°.
cfUU¢a
oU o_o.
maC0m(
�'w
p
m
o 7
E
0
S
Y
C
n t
t
t
0000
n
m
C
m
N
th
Q
N
N
N
«
m
0
O
0
V
0000
z«
tot
E
'S
V
m
m
U«
a
O
3
m
t
E
t
>
c
t
t
t
a
a
a
9
C
y
G V
e C
m V
.O
i.a,OW
m
O
m m
m
J
J
n
c
O
O.
m
O
O.
O
C
J
J
U
m
N
000O.O00a
C.
W
N
W
00a
07
U
a
w
Un
W
(n
a
c
3d�uvuwrc_
v
a
�a��mwmt
0th
N
t7
• S .•
)2§
In
\
7))§ ( ;
w
o 00 It.. wccDOu,O
o OO 2)F2 k k \\ �§( \\k\�k
to 0
` §7J\ [ N 1O
\k�
o
§ It \
kk
) o \w(§)2
al;aA
ow m14 /
oc> m
to aO.
IUuis 'j !® E
,L E
) \
oo on
&_
2\
o ■ /�
o / }
w _! _
{ § 00
t \ / cC
{!m#\{§ } \k ` i|
2%2!n / o § 3!!§015
5 e«.®,®! o \ .l.Aoo
! ioua;IMF °-`wfE§« �!w
CO 0)}�» )�/�a�! \ zoo
§th�d� m Il ml §d§ §C,Ifl Olt10�j ii
k )
•• ••
APPENDIX `C'
LABOR RATES
ENGINEERING LABOR RATES
RANGE
OF
HOURLY
CLASSIFICATION RATE
Project Director ................................. $35.05 - $45.50/hr
Project Manager ................................. 34.62 - 36.75/hr
Senior Engineer ................................. 24.04 - 32.00/hr
Civil Engineer .................................. 19.25 - 25.50/hr
Resident Engineer ................................ 21.10 - 24.05/hr
CADD Technician ................................ 19.48 - 23.50/hr
Office/Clerical.................................. 10.00 - 17.80/hr
Engineering Direct Labor Overhead Expenses .............. 180%
1/ McClelland Consulting Engineering services will be at cost with no markup.
City of Fayetteville, AR January 27, 2000
West Sidc Wastewater Collcction System Improvements C-1 Appendix C
FAYETTE\.!E a.
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: John Maguire, Administrative Service Director
From: Heather Woodruff, City Clerk
Date: February 18, 2000
Attached is a copy of the ordinance amending Chapter 51, Water and Sewer, for your records.
The original will be microfilmed and filed with the City Clerk.
ORDINANCE NO.4223
AN ORDINANCE AME
CHAPTER 5N WA
TE
SEWERS. OF THE CO OF
FAYETTEVILLE. TO AMEND
THE FEE FOR SERVICE RE-
CONNECTION; PROVIDE
FOR A MINIMUM BILLING;
AND AMEND THE CHARGE
FOR BROKEN LOCKS AND
COUPLINGS.
BE IT ORDAINED BY THE
CITY COUNCIL OF FAYETTE-
VILLE, ARKANSAS:
Section 1. That Chapter 51,
Water and Sewers, Section
51.140, water Billing Proce-
dure, Subsection (B)(3), of the
Code of Fayetteville, is hereby
deleted and the following shall
be inserted in its stead:
§51.140 Water Billing Proce-
dure
(B)(3). Before service may be
reestablished following discon-
nect or forfeiture of a service
deposit, the consumer must
pay the bill due the City for wa-
ter service or that part of any
bill due the City for water serv-
ice not liquidated by the forfeit-
ed deposit. Said consumer
must also make a new service
deposit in accordance with
§51.135 (I) and pay an addi-
tional service charge of $35.00.
Section 2. That Chapter 51,
Water and Sewers, Section
51.136, Monthly Water Rates.
Subsection (A)(1), paragraph
one, of the Code of Fayetteville,
is hereby deleted and the fol-
lowing shall be inserted in its
stead:
§51.136 Monthly Water Rates, the third insertion on the day of 20 —/
(A)(1). The water usage of each
customer shall be determined the fourth insertion on the ay of HHH"'
each month by meter measure-
ment
and the amount per 1,000
gallons to be paid for water us-
age by each customer shall be
computed on the basis of the her/General Manager
following schedule of rates. The
minimum billing shall be 1000 Sworn to and subscribed before me on this day of
gallons per month.
STATE OF ARKANSA - -
County of Washington stT IICROFIL,MED
I, JEFF JEFFUS, hereby certify that I am the publisher of THE
NORTHWEST ARKANSAS TIMES, a daily newspaper having a second class
mailing privilege, and being not less than four pages of five columns each,
published at a fixed place of business and at fixed (daily) intervals
continuously in the City of Fayetteville, County of Washington, Arkansas for
more than a period of twelve months, circulated and distributed from an
established place of business to subscribers and readers generally of all
classes in the City and County for a definite price for each copy, or a fixed
price per annum, which price was fixed at what is considered the value of the
publication, based upon the news value and service value it contains, that at
least fifty percent of the subscribers thereto have paid for their subscriptions
to the newspaper or its agents or through recognized news dealers over a
period of at least six months and that the said newspaper publishes an
average of more than forty percent news matter.
that the legal notice attached in the matter of �l
was published in the regular daily issue of said newspaper for
consecutive insertions as follows: c2—'5
nn
The first insertion on the Z day of 20 w
the second insertion on the
day of 20 —
Section 3. That Chapter 51,
Water and Sewers, Section 2
51.002, Water Meters, Subsec-
tion (B)(3), of the Code of
Fayetteville, is hereby deleted
and the following shall be in-
serted in its stead:\�.2rs� `t�btary Public
lice l. n
§51.002 Water Meters. My Commission Expires: c4r1 nlt ^ on CUpl
. -I"
^`,
(B)(3). If, after the City termi-
nates water service for any rea- 4 My c((tGCC(C«Ccc<CCCKC/ '�
son, the customer tampers with
the water meter and breaks the Fees for Printin
g•••••••••••••••••••-••..---..-•• .................•..••-$ coupling or lock, water service
shall not be reconnected until
the customer pays a damage p
charge in the amount of $40.00 Cost of Proof ........................................ $
and the reconnection charge
prescribed by §51.140 (B)(2).
plus a charge of $5.00 per trip Total..........................................................................$
made by a water and sewer de-
partment employee to the dam-
aged meter to repair or replace
the broken coupling or lock.
PASSED AND APPROVED
this 15th day of February, 2000.
APPROVED: RECEIVED
By: Fred Hanna, Mayor
ATTEST: MAR 03 2000
Heather Woodruff, City Clerk
ACCTG. DEPT.