HomeMy WebLinkAbout2006-11-28 - Agendas - Final Aldermen
Ward 1 Position I - Robert Reynolds
Mayor Dan Coody Ward I Position 2 - Brenda Thiel
City Attorney Ki[ Williams lFayeM
� } Ward 2 Position 1 - Kyle Cook
Ward 2 Position 2 - Vacant
Ward 3 Position 1 - Robertrt K. Rhoads
City Clerk Sondra Smith Ward 3 Position 2 — Robert Ferrell
KANSAS Ward 4 Position I - Shirley Lucas
Ward 4 Position 2 - Lioneld Jordan
Final Agenda
Special City Council Meeting
November 28, 2006
A Special meeting of the Fayetteville City Council will be held on November 28, 2006 at 4:30
p.m. in Room 326 of the City Administration Building located at 113 West Mountain Street,
Fayetteville, Arkansas.
Call to Order
Roll Call
Pledge of Allegiance
A. UNFINISHED BUSINESS:
1 . RJN Group, Inc: A resolution approving Contract Amendment #4 to the agreement for
Professional Engineering Services with RJN Group, Inc. in the amount of $953,049.00 to
provide design and construction phase services pertaining to technical design,
engineering, Corps of Engineers and stormwater permit issues for the West Side and
Farmington area Wastewater System Improvements Project (subprojects WL- 10, WL- 11
and WL- 12); and approving a contingency in the amount of $40,000.00. This item was
tabled at the November 21, 2006 City Council Meeting.
PASSED AND SHALL BE RECORDED AS RESOLUTION NO. 199-06.
2. Robinson, Stafford and Rude, Inc: A resolution approving a contract for Professional
Engineering Services with Robinson, Stafford and Rude, Inc. (RSR) in the amount of
$39,844.00 (to be wholly reimbursed by the City of Farmington) to provide value
engineering services for the Farmington and West Fayetteville Area Wastewater System
Improvement Project engineering design. This item was tabled at the November 21,
2006 City Council Meeting.
PASSED AND SHALL BE RECORDED AS RESOLUTION NO, 200-06,
B. NEW BUSINESS:
1. Fayetteville/Farmington Inter-Local Agreement: A resolution approving an
Inter-Local Agreement between the City of Fayetteville, Arkansas and the City of
113 West Mountain 72701 (479) 521-7700 (479) 575.8257 (Fax)
accessfayetteville.org
Farmington, Aransas to establish terms of payment for Wastewater Engineering
Services related to the Wastewater System Improvement Project in the West
Fayetteville — Farmington area.
PASSED AND SHALL BE RECORDED AS RESOLUTION NO. 201 -06.
Meeting adjourned at 4:40 p.m.
113 West Mountain 72701 (479) 521 -7700 (479) 575-8257 (Fax)
accessfayetteville.org
dVo
Special City Council Meeting Novemb928, 2006 • �u�� - I/ ^ _ ,
Subject: N CJC- f yy�
Motion To:
Motion By:
Seconded:
Allen
Rhoads
Ferrell ✓
Lucas
Jordan V/I�
Reynolds
Thiel L/
Cook 1/
Mayor Coody
Subject:
Motion To:
Motion By:
Seconded:
Allen �✓
Rhoads
IAAM% fl i JE
Ferrell ✓
Lucas
Jordan �✓
Reynolds
Thiel ✓
Cook
IQ i
1 Mayor Coody
g- v
Special City Council Meeting Novembl'28, 2006 •
Subject: �06 i /) o,4417,d f 1 /14.QZ
Motion To:
Motion By:
Seconded:
/] Allen
/ Rhoads i✓
� L
Ferrell
Lucas ✓
Jordan
Reynolds
Thiel ✓
Cook
Mayor Coody
g - v
Subject:
Motion To:
Motion By: cooks
Seconded:
8J , Allen
N �
Rhoads
i
Ferrell
Lucas
Jordan
�r� ^ Reynolds
Thiel ✓
Cook
Mayor Coody
6 '0
Aldermen
Ward 1 Position I - Robert Reynolds
Mayor Dan Coody � •- Ward 1 Position 2 - Brenda Thiel
Ward 2 Position 1 - Kyle B. Cook
City Attorney Kit Williams t` Ward 2 Position 2 - Vacant
Ward 3 Position 1 Robert K. Rhoads
City Clerk Sondra Smith ". Ward 3 Position 2 — Robert Ferrell
A R K A N S
AS Ward 4 Position I - Shirley Lucas
Ward 4 Position 2 - Lioneld Jordan
Final Agenda
Special City Council Meeting
November 28, 2006
A Special meeting of the Fayetteville City Council will be held on November 28, 2006 at 4 :30
p.m. in Room 326 of the City Administration Building located at 113 West Mountain Street,
Fayetteville, Arkansas.
Call to Order
Roll Call
Pledge of Allegiance
A. UNFINISHED BUSINESS:
1. RJN Group, Inc: A resolution approving Contract Amendment #4 to the agreement for
Professional Engineering Services with RJN Group, Inc. in the amount of $953,049.00 to
provide design and construction phase services pertaining to technical design,
engineering, Corps of Engineers and stormwater permit issues for the West Side and
Farmington area Wastewater System Improvements Project (subprojects WL- 10, WL- 11
and WL- 12); and approving a contingency in the amount of $40,000.00. This item was
tabled at the November 21, 2006 City Council Meeting.
2. Robinson, Stafford and Rude, Inc: A resolution approving a contract for Professional
Engineering Services with Robinson, Stafford and Rude, Inc. (RSR) in the amount of
$39,844.00 (to be wholly reimbursed by the City of Farmington) to provide value
engineering services for the Farmington and West Fayetteville Area Wastewater System
Improvement Project engineering design. This item was tabled at the November 21,
2006 City Council Meeting.
B. NEW BUSINESS:
1 . Fayetteville/Farmington Inter-Local Agreement: A resolution approving an Inter-
Local Agreement between the City of Fayetteville, Arkansas and the City of Farmington,
Arkansas to establish terms of payment for Wastewater Engineering Services related to
the Wastewater System Improvement Project in the West Fayetteville — Farmington area.
113 West Mountain 72701 (479) 521 -7700 (479) 575-8257 (Fax)
accessfaycttevi I I e.org
FAYETTEVI?LE
THE CITY OF FAYETTEVILLE. ARKANSAS
KIT WILLIAMS, CITY ATTORNEY .
DAVID WHITAKER, ASST. CITY ATTORNEY
LEGAL DEPARTMENT
DEPARTMENTAL CORRESPONDENCE
TO: Dan Coody, Mayor
THRU: Sondra Smith, City Clerk
FROM : Kit Williams, City Attorney
DATE : November 299 2006
RE : Passed Resolutions from Special City Council meeting
of November 28, 2006
1 . RJN Group, Inc. : Resolution approving Contract Amendment #4 to
agreement for Professional Engineering Services with RJN Group, Inc. in
amount of $953 ,049.00 to provide design and construction phase services
pertaining to technical design, engineering, Corps of Engineers and
stormwater permit issues for West Side and Farmington area Wastewater
System Improvements Project (subprojects WL- 10, WL- 1 1 and WL- I2); and
approve a contingency in amount of $40,000 .00;
2. Robinson, Stafford & Rude, Inc. : Resolution approving contract for
Professional Engineering Services with Robinson, Stafford & Rude, Inc.
(RSR) in amount of $39,844.00 (to be wholly reimbursed by City of
Farmington) to provide valuable engineering services for Farmington and
West Fayetteville Area Wastewater System Improvement Project
engineering design;
3. Fayetteville/Farmington Inter-Local Agreement: Resolution
approving Inter-Local Agreement between Fayetteville and Farmington, to
establish terms of payment for Wastewater Engineering Services related to
Wastewater System Improvement Project in the West Fayetteville-
Farmington area.
r
City of Fayetteville, Arkansas
Discussion of Outside Agency Funding Requests - Agenda
November 28h - approximately 5 : 15 P.M. (Room 326)
Introduction:
• Outside Agency Service Information.
Outside Agency Presentations: (each presentation not to last more than 10 minutes)
• Arkansas Air Museum
• Boys & Girls Club
• Central Emergency Medical Service (CEMS)
• Community Access Television
• Fayetteville Downtown Partners
• First Night Fayetteville
• NWA Economic Development District
• Ozark Military Air Museum
• Ozark Regional Transit
• Razorback Transit
Questions & Answers
INTERLOCAL AGREEMENT BETWEEN
THE CITY OF FARMINGTON AND THE CITY OF FAYETTEVILLE
1. PURPOSE
The purpose of this Agreement is to establish terms of payment for Wastewater
Engineering Services related to the Wastewater System Improvement Project
in the West Fayetteville — Farmington area.
II. BACKGROUND
The Cities of Fayetteville and Farmington are in the process of finalizing a long-
term agreement for wastewater collection and treatment operations and
services. The Cities are also in the process of upgrading their systems as
part of the overall Wastewater System Improvement Project to increase
capacities of both wastewater systems. The most cost effective and efficient
method of accomplishing these tasks is by a joint effort whereby the Engineers
designing and supervising construction of these projects are contracted by the
City of . Fayetteville, with the City of Farmington reimbursing the City of
Fayetteville for Farmington's share of the cost.
III . THE CITY OF FAYETTEVILLE AGREES TO:
A. Execute an Engineering contract with the RJN Group, Inc. (RJN), in the
amount of $ 1 ,095,291 .00, for design and construction phase services
pertaining to Technical Design , Engineering, Corps of Engineer and
stormwater permitting for the west side and Farmington area Wastewater
System Improvement Project, Subprojects WL-10, WL-11 , and WL- 12.
Farmington is paying $480,000.00 of the total amount, leaving a net
Fayetteville cost of $615,291 .00.
B . Perform contract management for the RJN Engineering Agreement.
C. Send an invoice to the City of Farmington for Farmington's portion of the
work performed within the billing period . The invoice will be submitted
within thirty days of receipt of the invoice from the RJN Group.
D. Execute an Engineering contract with Robinson, Stafford and Rude, Inc. ,
(RSR) in the amount of $39,844.00, for value engineering (VE) services
with respect to the Farmington and western Fayetteville area WSIP
engineering design . Although Fayetteville is executing contract
management and oversight, Farmington is bearing the full cost of this study
and will reimburse Fayetteville when the expenses are incurred.
E. Perform contract management for the RSR Engineering Contract.
0 0
F. Send an invoice to the City of Farmington for Farmington's portion of the
work performed within the billing period . The invoice will be submitted
within thirty days of receipt of the invoice from RSR.
IV. THE CITY OF FARMINGTON AGREES TO:
A. Reimburse the City of Fayetteville up to a maximum of $480,000 for
Engineering services performed by the RJN Group, Inc. , and their
subcontractors, for Farmington's portion of work performed under the
contract in paragraph III .
B. Reimburse the City of Fayetteville the full cost, up to a maximum of
$39,844.00 for Engineering services performed by the RSR, for Value
Engineering Services under the contract in paragraph III .
C. Pay all invoices to the City of Fayetteville within thirty days of receipt for
services performed by RJN or RSR relating to the contracts identified in
paragraph III .
City of Farmington City of Fayetteville
P.O. Box 150 113 West Mountain
Farmington , AR 72730 Fayetteville, Arkansas 72701
4,� %/1,? �Ioc
Jo
is, Mayor Date Dan Coody, Mayor Date
Witnessed By
6
Je9n Swift, City Clerk Dae Sondra Smith, City Clerk Date
City of Fayetteville
Staff Review Form
City Council Agenda Items
or
Contracts
21 -Nov-06
City Council Meeting Date
David Jurgens WW System Improvement Project Water/Wastewater
Submitted By Division Department
Action, Required:
Fayetteville City Administration recommends approval of an amendment to the Engineering contract with the RJN Group, Inc., in
the amount of $953,049.00, for Design and Construction Phase Services pertaining to Technical Design, Engineering, Corps of
Engineer and Stormwater Permit Issues for the West Side and Farmington Area Wastewater System Improvement Project,
Subprojects WL-10, WL-11 , and WL-12, and approve a contingency of $40,000.00. Funds are available in Fiscal Year 2006
WSIP budget. This is a cost share between Fayetteville and Farmington; Fayetteville is executing contract management and
oversiaht. Farmqnaton is paymno $480,000 of the total amount. leavina a net Fayetteville cost of $513-049,00.
$513,049 $ 114,765,766 Wastewater System Imp Project
Cost of this request Category / Project Budget Program Category / Project Name
4480.9480.5315.00 $ 1091705,364 Water and Wastewater
Account Number Funds Used to Date Program / Project Category Name
02133-0401 $ 510607402 Water/Sewer
Project Number Remaining Balance Fund Name
Budgeted Item xx Budget Adjustment Attached
�0y Previous Ordinance or Resolution # 112-03
Depa mnt Di ctor 3 Date Original Contract Date: 7/15/2003
Original Contract Number: 916
City Attorney ate
t� Receive City-be rk's Office
Finance and Internal Service Director Date
Received in Mayos Office
Mayor Date
Comments:
City Council Meeting of November 21 , 2006
CITY COUNCIL AGENDA MEMO
To: Fayetteville City Council
Thru : Mayor Dan Coody
From: Fayetteville Sewer Committee
David Jurgens, Water & Wastewater Director
Date: November 3, 2006 DI
Subject: Approval of an amendment to the Engineering co tract with the RJN Group, Inc., in the
amount of $953,049.00, for Design and Construction Phase Services pertaining to Technical Design,
Engineering, Corps of Engineer and Stormwater Permit Issues for the West Side and Farmington Area
Wastewater System Improvement Project, Subprojects WL- 10, WL- I 1 , and WL- 12, and approve a
contingency of $40,000.00. Funds are available in Fiscal Year 2006 WSIP budget.
RECOMMENDATION
Fayetteville City Administration recommends approval of an amendment to the Engineering contract with
the RJN Group, Inc., in the amount of $953,049.00, for design and construction phase services pertaining to
Technical Design, Engineering, Corps of Engineer and stormwater permitting for the west side and
Farmington area Wastewater System Improvement Project, Subprojects WL- 10, WL- 11 , and WL- 12, and
approval a contingency of $40,000.00. Funds are available in Fiscal Year 2006 WSIP budget. This is a
cost share between Fayetteville and Farmington; Fayetteville is executing contract management.
Farmington is paying $480,000 of the total amount, leaving a net Fayetteville cost of $513,049.00.
BACKGROUND
Design work for the Farmington and southwest portion of Fayetteville portions of the WSIP was deferred
pending the results of the Farmington-Fayetteville sewer negotiations. The negotiations are complete, and
identified the desired layout of the sewer system in this area. The layout is functionally the same as that
which was proposed in the WSIP Master Facilities Plan in August, 2001 . Pipe and pump station capacities
have been updated to match Northwest Arkansas Regional Planning's population projections through the
year 2030.
DISCUSSION
This amendment covers final design, construction inspection, and wetlands and storm water protection best
management plans for WSIP subprojects WL- 10 (13,300' of 24" gravity transmission line), WL- 11 (9,700'
of 18" sewer force main from the lift station to the West Side WWTP), and WL- 12 (relocated lift station #
12) in Farmington. RJN will perform design and construction inspection services as they have for all other
aspects of the WSIP west line work. Due to the time constraints involved and the fact that both cities will
be paying for portions of the engineering work, the environmental work is included as a subcomponent of
this contract. Thus ECO, which is doing the environmental and stormwater design and construction phased
work for the rest of the WSIP, is subcontracted to RJN for the work covered under this amendment.
BUDGETIMPACT
Funds are approved in the Fiscal Year 2006 WSIP budget. Costs will be shared by Fayetteville and
Farmington. Farmington, in the sewer servcies contract, has agreed to pay up to $480,000 of this
engineering cost. Fayetteville will invoice Farmington and Farmington will reimburse Fayetteville.
WL-10-11 -12 RiN CCMemo Nov06.doc
RESOLUTION NO.
A RESOLUTION APPROVING CONTRACT AMENDMENT #4
TO THE AGREEMENT FOR PROFESSIONAL ENGINEERING
SERVICES WITH RJN GROUP, INC. IN THE AMOUNT OF
$953,049.00 TO PROVIDE DESIGN AND CONSTRUCTION
PHASE SERVICES PERTAINING TO TECHNICAL DESIGN,
ENGINEERING, CORPS OF ENGINEERS AND STORMWATER
PERMIT ISSUES FOR THE WEST SIDE AND FARMINGTON
AREA WASTEWATER SYSTEM IMPROVEMENT PROJECT
(SUBPROJECTS WL-10, WL-11 AND WL-12); AND APPROVING
A CONTINGENCY IN THE AMOUNT OF $40,000.00.
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 Contract Amendment #4 to the Agreement for Professional
Engineering Services with RJN Group, Inc. in the amount of $953,049.00 to
provide design and construction phase services pertaining to technical design,
engineering, Corps of Engineers and Stormwater permit issues for the West Side
and Farmington Area Wastewater System Improvement Project (WSIP
Subprojects WL-10; WL-11 and WL-12. A copy of Amendment #4 ed
Exhibit "A," is attached hereto and made a part hereof.
Section 2. That the City Council of the Ci a Ville rkansas
hereby approves a contingency in the amount of $4 , 11 .00.00.
PASSED and APPROVED this 2 ay of No eM 006.
PPRO40� D:
,y
DAN COODY, Mayor
fy -
RA SMITH, City Clerk
AMENDMENT NO. 4
TO
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
BETWEEN
CITY OF FAYETTEVILLE, ARKANSAS
RJN GROUP INC.
WHEREAS, On July 15, 2003, the City of Fayetteville, Arkansas (City of Fayetteville) and
RJN Group, Inc. of Dallas, Texas entered into-'a' n Agreement for engineering services in
connection with the Wastewater System Improvement Project, and in particular the Westside
Collection System Improvements (tbe "Project"). The scope of these services included the final
design and bidding services, and
WHEREAS, RJN Group, Inc._ has proceeded with these services in accordance with the scope
set forth in the Agreement, and
WHEREAS, City of Fayetteville requests that the scope of RJN Group, Inc.'s services to be
amended to accommodate design changes requested by the City of Fayetteville; and
WHEREAS, RJN Group line. agrees to provide the amended scope of services for a lump sum
fee increase of $ 1 ,095,291 . A total of $ 142,242 is remaining under Optional Services in the
July 15, 2003 Agreement leaving $953,049 to be included in this Amendment No. 4.
NOW THEREFORE, inconsideration of the mutual covenants and Agreements herein .
contained, City of Fayetteville and RJN Group Inc., the parties hereto, stipulate and agree that
the Agreement for Engineering Services dated July 15, 2003, is hereby amended in the following
Particulars.
SECTION 3 - ADDITIONAL SERVICES OF ENGINEER
SECTION 3, 3.2.2 — Revisions to drawings, specifications or other documents made necessary
by adjustments in the City of Fayetteville's program, more specifically as defined in
AttachmentA attached hereto and made part of this Agreement.
SECTION 6 - PAYMENTS TO RJN GROUP INC
For the scope of additional services set forth in this Amendment No. 4 Fayetteville shall pay
RJN the amended lump sum amount of NAE HUNDRED FIFTY-THREE THOUSAND,
FORTY-NINE DOLLARS AND NO CENTS (US $953,049.00). The total amount of the
Agreement including final design, bidding phase services, and construction phase services shall
not exceed FIVE MILLION, TWO HUNDRED EIGHTYXIVE THOUSAND, EIGHT
HUNDRED EIGHTY-EIGHT DOLLARS AND NO CENTS ($5,285,888.00).
All other provisions of the original Agreement remain in full force and effect.
Amendment No. 4 1 _
10/27/2006
IN WITNESS WHEREOF, the parties,hereto'havecaused this Amendment to be duly executed
this = day of , 2006.
City of Fayetteville, Arkansas RJN Group, Inc.
By:- By: N^ /
Dan Coody Hugh Iso
Mayor Vice President
AT'T'EST: ATTEST: .
Sondra Smith
City Clerk
Attachments:
Attachment A: Scope of Services
Attachment B--", Cost Estimate
Amendment No. 3 2 10/27/2006
City OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX A — SCOPE OYSERVICES FOR FINAL DESIGN PHASE
This is Appendix A; consisting of 6- pages, referred to. in and part of the Agreement ForProfessionalEngineering Services between.Cit of Fayetteville, Arkansas hereinafter referred to as City, and RJN
Group, Inc. hereinafter referred to as RJN Group, Inc. dated -
.The following contains additional Scope of Services tasks forthe Final Design Pfiase. ' .
Generally,•'the project will include the fmal design of sewer improvements including an interceptor
sewer, pump station, and force main necessary to rerpote the areas tributary to the City of Farmington Lift
Stations'to the proposed Westside Wastewater Treatment Plant. A sum
presented in Table A- 1 . mary of the sewer improvements is
PHASE I
PART A - PROJECT ADMINISTRATION AND MANAGEMENT
] . Project Administration
a) Perform Project Initiation activities
b) Perform general administration and project management activities.
c) Finalize agreements with subconsultants.
d) Perform RJN's internal project control in.cluding budgeting, scheduling, andqualitycontrol
activities.
e) . Prepare and submit monthly work progress reports to the City and Program Manager and
cortfrlu compliance with final design schedule.
0 Develop,and maintain project Completion schedule throughout project.
ds.and CA
g) Incorporate and maintain -City's design standar DD standards throughout project.
2. Coordination Meetings -
a) Attend project kickoff meeting with City staff and other consultants involve din project.
b) Attend monthly meetings with City staff and other consultants to coordinate:design activities.
(A total of.6 meetings is anticipated).
c) Meet with ANRC, AHTD, and ADHHS as necessary to obtain permits for constmction of
project. . . . .
d) Prepare and participatein a Value Engineering session witNCtty of Fayetteville and City's
consultant One three
.(3) day,session is anticipated It is anpcipated
Prehininary Design Report will serve that RJN Group, Inc.'s
as the basis for the Value Engineering Review. The
accepted VE revisions will be incorporated into The final construction documents.
e) Prepare for and attend up to four City Council meetings with City of Fayetteville and/or City
of Farmington to provide periodic updates on the progress of the final design.as requested by
the Water and Wastewater Director.
PART B —DESIGN SURVEY
1• Surveys for Design
a) RJN Group; Inc. will perform field surveys to collect horizontal and vertical elevations and
other information will be needed for use by RJN Croup, Inc. in designandpreparation.ofplans forthe project. Information gathered during The survey shall include
topographic data, elevations of all sanitary and adjacent storm sewers, rim/rnvert. elevations of
existing sewers, location of buried utilities wherepossible, structures, and other features
relevant to the final plan sheets" The location of buried utilities will be based on information
provided by utility companies and/or utility locates by Arkansas Call-One. RJN Group, Inc.
AAA
will not be responsible for.actual location of buried,utilities and contract documents will
require the Contractor to locate:utilities prior, to construction The.location of trees will be in
accordance with the City's current specifications.
b) RJN Group, Ine. .will.provide all plans,Sield notes; plats, maps, legal.,descriptions, or other
specified documents prepared in conjunction.with the requested services in a digital formal
- All text data such as.plan and profile, coordinate files, cut sheets„etc., shall be, provided in. the
American StandardCode for lnformationInterchange (ASCII) formal; all drawing files-shall-
be provided mi AutoCAD (DWG or DXP) format. .
The minimum information to be provided in the plans shall include:
. . 1) A Project Control Sheer showing ALL Control Points used or set while gathering data,
generally oma scale of not less than 1"-40'.
2) Coordinates on,all P.C.'s, P.T.'s, P.I:s,manholes, valves, etc., in the same coordinate
system as the Control. -
2. Public Notification -
Prior to conducting design survey, RJN Group, Inc. or its Subconsultant will notify affected
residents of the project in writing. The notification letter sball be on company letterhead and shall
include the following: project name, limits, Consultant's project manager and phone no., scope of
survey work, and design survey schedule.
PART C — PERMITS AND EASEMENTS
1. Permits
During the design•phase, RJN Group, Inc. shall coordinate with 511 utilities andother agencies
affected by the Project. These entities shall also be contacted,.if applicable, to determine plans'for
any proposed facilities or adjustment to existing facilities within the project limits: The ,
information obtained shall be shown on the plan sheets:- RJN- Group, Inc. shall show the location
of the proposed utility lines, and existing utility lines within the pioject limits. RJN Group, Inc. -
shall complete all 'Imms necessary. for City to obtain permits from Washington Countyand other
agencies and submit such forms to the City. City shall be responsible for forwarding the forms to
the affected agencies for execution. A total of one (1) permit is anticipated;
2. ' Right of-WaylEasement'Preparation and Submittal -
a) RJN Group, Inc. will conduct research for availability of existing easements where
construction is probable: Temporary and permanenfeasements will be prepared based on
available information. The City will negotiate and obtain the necessary casements. :A total of
38 easements are anticipated.
by Revise easements is required toblitmn approval from property''owners A total of 9 revisions.
are'antictpated:
3. 404/Phase'11 Stormwater Permitting. . -
All req uned'404 permits (Wetland delineation andmitigation) and Phase IfStormwater permits
will be prepared by a subconsultant to RJN Group, Inc:' RJN Group; In I c. will coordinate
permitting activities with subconsultant and will incorporate all requirements into project
specifications. Subconsultant shall provide Technical Specifications'to address environmental,
archeological, and other environmental permitting requirements as necessary. These specifications
will be incorporated into the Construction Documents.
3. City Construction Permits
RJN Group; Inc. will collect information and prepare and submit applications for City
Construction permits, - - -
AA-2
-PART D - CONSTRUCTION PLANS AND SPECIFICATIONS
It is anticipated that the project will be bid as one construction project containing three separate iinits or
contracts:
1. `Final'Engine ering°Pipe Line Design
Sewers WL-1 0.(IntcTCePt0r) and WL- I 1 (Force Main) — RJN Group,Inc. will conduci final
engineering as follows: -
a) Conduct geotechnical investigations as necessary to design the project: The extent-of the
geotechnical investigation is summarized in Table A-2-
b) Prepare overall sanitary sewer layout sheets and overall easement layouvsheet(s).
. c) " Prepare preliminary project plans and profile sheets which show the following: Proposed
. sanitary'sewerplan/profile and recommended pipe size, water service lines and meter boxes,
-gate valves; and all pertinent.information needed to construct the project. Construction plans
'shall also include details to re-route nows from the existing lift stations to the proposed
mterceptorlines: The plan and profile sheets will be prepared owa- I" = 40" scale horizontally
'and 1 "'=-4'.,verlically.
d) Existing utilities and utility easements will be shown on the plan and-profile'shee(s based on
information obtained during the design survey or from information provided by Utility
companies..RJN Group, Inc. will coordinate with utility companies and the City to
• determineif any ,fature improvements are planned that may impacttheproject" _
e) RJN Group, Inc. will prepare standard and special detailsheetsfor sewer line construction.
These.may include connection details between van, pans of the project, tunneling details,
boring �andjackingdetails, waterline relocations, and details unique to the construction of the
(project: '
1) RJN Group, Inc, shall prepare demolition details for the existing lift slation(s) to be
abandoned and include in the construction plans.
g) RJN Group, Inc. will consult with the Cityand OMI to develop a cut-over and startup plan
to;bring the new!sewer system on line.
2. lift Station Design--W1 -12 Lift Station No. 12
RJN Group, Inc. will conduct engineering design as follows:-
a) lift Station No. 12 (Relocated)
I). Prepare detailed Basis of Design for Lift Station No.. 12 (Relocated) force main "
hydraulics, basic pump/wet well.layoul, alarms and instrumentation plan, hoist, flow
meter/vault, and standby power requirements.
2) Conduct Mechanical design including pump and piping configuration. 'Prepare
Mechanical Drawings including lower level plan and section drawings; odor control
equipment plurnbing and_ miscellaneous Mechanical details.. .
3), Conduci:Structural. design: Prepare Structural drawings including foundation plan, lower
- level plan and sections and.typicalstructural"details. `
4) Conduct HVAC design and prepare HVAC lower level plan, odor control equipment,
and typical HVAC sections and details. - - -
5) Conduct.Electrical design including selection/sizing of Motor Control equipment, lift
station standby generator and switcbgear. Prepare Electrical drawings_including site
Plan, MCC and switchgear one-line diagrams, lower level plan, generator details, and
odor control equipment. - - -
6) Conduct Instrumentation design. Prepare Instrumentation drawings including Control
system functionality, control narrative schematics for power, HVAC, fault monitors,
pump controllers, liquid levels, gas (hydrogen sulfide) monitors, odor control system, and .
general instrumentation details.
7) Prepare Lift Station specifications including site work, concrete, masonry, metals; wood,
thermal andmoisiure protection, doors and windows,, finishes, specialties, equipment,
conveying systems, mechanical, electrical, and contrl end devices.
b) it is
that instrumentation design including SCADA, }]uman Machine Interface
(HMI), telemetry and Programmable
for all lift stations. Logic Control (PLC) controls will be provided by others
AA-3
3. Odor Control., : .
RJN. Group, Inc. will conduct engineering as follows:
a) Conduct final Process Design for selection of Farmington ufl Station odor control equipment.
b) Select and size odor control equipment/media type compatible with lift Station mechanical
and HVAC equipmenL
.. .
c) Select and size passive odor scrubbers for force main air release valves: .
d) . Prepare specifications for selected odor control equipment.:
. 4. Specifications
Using'RJN .Group, Inc.'s. basic technical and,City's General Conditions Project_Manual.
specifications, prepare project specifications which shall include, but. not be limited to: ]) bidding
documents, 2) contractual.documents, 3) conditions of the, contract, 4.)_standard project forms, and
5),technical specifications. Project Manual shall.be based,on.Construction Specifications Institute
(CSI) Master Format and Section Format and.shall incorporate City of Fay0t.eville. 's standard
general conditions and forms. Bid documents shall include required forms:for State Revolving
Loan Fund funding.
.5. PreliminaryConstraction Document Submittal
a) RJN.Group, Inc. shall deliver five (5) sets of conceptual design plans (3,0% complete) for
design review. Plan sets shall includealignment plans, survey data, existing utility
. , .information, and.available environmental data. Opinions of probable cost andmajor
. - component material selections will also be provided as,part of the submittal..
b) ' RJN Group, Inc: shall meet with City to discuss review comments for preliminary submittal.
Tworeview meetings each plansel submittal is anticipated.
6. . . ' Fin_ a_ 1 Construction Document Submittal .
a)- Following City approval of the preliminary documents, RJN. Group, Inc.. shall prepare final
plans and specifications and contract documents (each sheet shall be stamped, dated, and
signed by RJN Group, Inc.) and submit five (5),sets of plans and construction contract
documents for City's, final approval.
PRASE LI-- BIDDING SERVICES
The following is.the Scope of Services for the Bidding phase.
1 . Arrdtige "for bidding notices to be sent .16 contractors pub lishing''services and -direct mailing to
contractors of record: Notices shall comply with requirements of City:and Revolving loan Fund
WF) administered by the Arkansas Natural Resources Comimsston and, the Arkansas
Development Finance Authonfy (ADFA). T%he legal notice to be placed m legal notices section of
a`local newspaper-shall be coordinated with City purchasing agent.and an affidavit of publication
secured. . . .
2.. Prepare addenda for drawings andBid Documents as required and submit to City in timely
manner such'that addenda can be issued in accordance with Construction Contract General
Conditions.
3. Secure updated state and federal wage rate decisions and incorporate by addenda into the Bid
Documents. -
4. . Assist City in issuing and tracking Bid Documents, addenda and communications during bidding
and maintain list of plan holders. Provide additional copies of plans and,specifications for
prospective bidders. RJN Group, Inc. shall be responsible for costs of additional copies.
AAA
5. RJN Group; Inc shall brgamze, convene, and conduci 'a Pr&Bid Conference: RJN Group, Inc.
shall'explarn the project requtrements and receive-questions�fiom prospectivehiddeis. RJN
Group, lnc.shall consider the questions received and issue necessary clarifications and changes
to the Bid Documents through the use of addenda.
6. Assist City in obtaining and evaluating bids and preparing constnietion contacts, Provide four
r
(4) copies of the bid- tabulation for'thelprojec4
Consult with and advise City as to the acceptability of subcontractors and 'other persons and
organizationsproposed by the prime construction`contractor(s) hereinafter called "Contractor(s),"
for those portions of the work as to which such acceptability istequired by the Bid Documents.
8• Make recommendations regarding award of construction contracts.
9• Attend Water and Sewer Committee meeting and the ensuing CityCouncil meeting to recommend
action"bythe respective bodies. Prepare. and presenia recommendation complete with such
supporting information as necessary for the bodies to make an informed decision on the action
recommended.
PHASE III - CONSTRUCTION PHASE
1 . Consult with and,advise City of Fayetteville and act as City of Fayettevi)le's Engineer as
Provided in City of Fayettevi0e's General Conditions of the.Construction Contract. The extent
and limitations of the duties, responsibilities, and authority of RJN Group Inc. as assigned in said
General Conditions shall not be modified without RJN .Group Inc.'s written consent. "
2:. Conduct Construction Phase Services in accordance with the Arkansas Natural Resources
Commission Rules Governing the Arkansas Clean Water Revolving Loan Fund Program and as
directed by the City of Fayetteville. -
3. Review and accept Submittals of Contractor(s) for conformance
of the Contract Documents. . with the design concept and intent
4. Resident Services During Construction
a. A Resident Project Inspectors) and assistants shall be furnished and shall act as directed
by RJN Group Inc. in order to provide more extensive representation at the Project site
during the Construction Phase. The cost estimate is based on the assumption that each
resident Project Inspector/Assistant will be responsible for overseeing the construction -
. . of the two pipe line projects. A total of 3,418 hours of resident inspector hours are
included in the cost estimate attached hereto as Attachment A.
b. The Resident Project Inspector, through more extensive on-site observations of the work
in progress, field checks of materials and equipment, and maintenance of jobsite records
on conditions and activities, shall assist RJN Group Inc in determining that the Project
is Proceeding to accordance with the Contract Documents, but the furnishing of such
resident project representation shall not make RJN Group Inc. responsible for
construction means; methods, techniques, sequences, or procedures, or for safety
precautions or programs, or for Contractor(s) failure to perform the construction work in
accordance with The Contract Documents"
5. Issue all instructions of City of Fayetteville To Contractor(s); prepare routine Change Orders as
required; act as initial interpreter of the terms and conditions of the Contract Documents and judge
of the performance there under by the parties thereto, and makerecommendations to City of
Fayetteville on claims of City of Fayetteville and Contractor(s) relating to the execution and
AA-5
. progress of the Work and other natters and..questions related thereto; but RJN,Group lnc: shall
not be liable for the results of any such recommendations, interpretations,or decisionsrendered by
RJN Groupanc., in good faith,
6. Review Contractor(s)' applications for payment and supporting data, determine the amounts owing.'
to.Contractor(s)„and recommend approval in writing to.City of Fayetteville of all,payments to
Contractor(s) in accordance with the Contract Documents. . .
7. Conduct an inspection to determine if the Project is substantially complete and a final inspection
to determine if theProjecl has,been.completed.in accordance with the Contract Documents, and if
each Contractor has fulfilled all of his.obligations there under so that RJN .Group Inc.may
recommend approval, in writing to City of Fayetteville, of final payment to each Contractor: '
8. Post Construction Phase
a. Provide qualified .personnel during equipment start-up I and instruct City of
Fayetteville's personnel in equipment function and intended use..
9. Prepare a reproducible Record Set of drawings revised to show significant changes made during
construction of the Project in accordance with records provided by Contractor and RJN Group
Inc.'s Resident Project Inspector.
AA-6
Table A-]
LIMITS OF DESIGN
Diameter Length '
Sewer Pipeline (in) (1�
WL-10 Farmington Interceptor Sewer 12-24 137322
WL-11 Force Main from LS # 12 to WS WWTP 18 9.683
Total
23,005
Lift Stations Extent of Im rovements
WL-12 Farmington Lift Station (LS #12) New Station
Table 2-A
McCLELLANDNCEt
CONSULT/NGI-lit , „ t kr 2, 02- r
ENGINEERS,, /NC.
--- - - --- _. 14ATERLALS LABORATORY f r , ,. • ; ; ,- ., f
REVISED SEPTEMBER 2006
GEOTECHNICALINVESTIGATION SCOPE AND FEE SCHEDULE
FARMINGTON SEWER LINES.B PUMP STATIONS
WEST SIDE TREATMENT FACILITIES
FAYETTEVILLE, ARKANSAS
for
RJN . .
DALLAS, TEXAS
September 28, 2006 - - -
Item No Item Descnphon / ASTM Desionationr
Quantity. units I Unit PriceExt nded
1 Equipment Mobilization and Demobilization ( Per Trip_ ) 12 Trips $75.00..
Engineering-Technician ( . For Utility Locations "One Calf' ) R $900.00
16 H
Dozer Rental ( For Clearing Sites) ( 4 Hr. Minimum per day ) 16 HR .$65,00 - $1.040.00
Soils Technician ( Clearing of Sites ) $90.00 $3,600.00
Soils.Technician ( Site Access Negoiations ) 24 HR $45.00 ,57,080.00
40- HR. $45.00 . .$1;800.00
Subtotal - $8;420.00
2 Boring Setup Charges - 78 EA
Drill Rig and-.Crew Standby Time ( During Clearing ) . $35:00 $2,730.00
Boring_Layout - . 16 HR .$110:00 $1,760.00
46, HR ' $65.00 _ $2,600.00
Subtotal 57,090. 00
3 Soil Drilling and Sampling, ASTM D-1566 8 ASTM 0.1567 _
Soil Drilling_ (. 78 Borings - 8 feet to 25 feet max.
900 LF $10.Q0 . $9,000.00
Diamond Core Drilling 50 LF 313.0Q _$650.00
200 LF. $35.00' $7,000.00
4 Soil and Rack Laboratory Testing Subtotal $16,650.00
ASTWD"2216• Moisture Content Determination
ASTM D-4318, Liquid and Plastic Ilmit Of Soils 160 EA $10.00 $1;600.00'
ASTMD-422, Gradation Analysis of Soils (6 Sieves 75 EA $50'00 .$3,750.00
ASTM D-2166. Unconfined Compressive Strength of Soils 75 EA �0"� 53,750.00
e 80 EA 540:00. '$ $1100.00
ASTM-0.2166. Ory Unit Weight Of Soil Specimens
-'80 •FA ..$90.00. �. ::.$000:00-
, 5 1 . G.eofectihicM Engineering Report and Recommendations Subtotal., $13,100.00
Engineering Supervision (Project Manager)
Engineering Analysis 8 Recommendations(Project Engr.) 24 HR $140.00 $1,400.00
BoringrLog -Preparation (Senior Draftsman) $90:06 ; .$2, 160.00
Boring Plot Plan Preparation (Draftsman) 50 HR $72. 00•: . $3,600.00
Report Preparation (Clerical) OHR $60.00 . '$480.00
2 .HR $45.00 -$90.00
Subtotal - 37;730.00
ESTIMATED GEOTECHNICAL INVESTIGATION AND ENGINEERING
Any Additional.Items shall be according to attached Fee Schedule 552,990.00
"! • �
SUBMITTED BY: r -
R. W NE O�ES, P.E.
Vic resi e6I '
C:WaIatGEOIEGHVay-sewer-Imm0906,Wp2wi
Table 2-A (Cont.)
NCEMCCLELLAND
CONSULTING
r,r .r,. .r , •, .r , ENGINEERS, INC. ,MATERIALS 'LABORATORY. Y a. , 1-92.1 ;
GEOTECHNICAL INVESTIGATION FEE SCHEDULE
" June 2006
HOURLY
CATEGORY RATE
Mobilization of $ 2 . 10/mile. 1 each way ) " ( from Fayetteville, Ark. ) S 75.00 minimum .
Soil Drilling including Sampling - 8"50 per loot
Rock Drilling (Rotary Bit) 1.2:00 .per foot
Rock Coring (Diamond Bit) " ' 32 .00 per foot
Setting Casing Through Overburden, as required- 8.00 per toot
Boring Setup Charge 35.00 per each
-Standby. Time -IRig and. Grew On-Site), if required L10:00 per hour .
' Layout of Boring - 66.00 per hour.
Crew Travel Time 66.00;per hour .
Per Diem (per night) 70.00 per man
Atterberg Limits 45.00'each
Moisture Content "12:00 each
Unit Weight Test (Soil Sample) 12:00 each
'Unconfined Compression Test 40.00 each
Gradation Tests Dry Sieve 8.00 each .
Wet Sieve , 35`.00 each
California Bearing Ratio (CB)t) with Std Proctor 250:00 each With Mod Proctor 275:00 each'
In-situ Permeability 150.00 each
In-situ Permeability (Flexwall) 250.00 each. .
Remolded Sample 90.06 each
Triaxial Test (Single Stage) 135.00 each' .
Triaxial Test(Multi-Stage). 180.00 each.
Remolded Sample - - 50:00 each .
Draftsman 50.00 per hour
Senior Draftsman 60.90 per hour
, clerical 45.00,per.hour
DesgnEngineer - _ 80.00,per hour
Project Engineer (Soils Engr.) . . 90.00,,per. hour
Project Manager (Senior. Soils.Engr.) .. 130-00,per hour
Print;ipal.Engineer _ - 140.00 per hour
Senior Engineering Technician .72.00. per tour -
. Engineering.Technician 55,00 per hour
Soils Technician - . - :40.00:.per hour
•Two-Flagmen 75.001 per hour ..
Mileage 0.:42 per mile
Backhoe Rental �. ( 4 hour "minimum ) 75.60 per hour (min) -
Dozer Rental ( 4 hour minimum j - 90.00 per. hOur (min)
Rock Bits 300.00 each
Diamond Bits - 525.00 each
The Client is responsible for providing access to the site. The Client is responsible for all costs for site
mobilization through unstable soil when a dozer is required to move the drill rig around the site. The Client is
responsible for all costs involving clearing and access path to each boring location. The client is responsible for
drill bit costs while drilling into and/or through a chert, a veiy .hardlimestone formation, or other very hard
formation, whenever new or slightly used drill bits are wom out during the drill operations. -
Hourly Rates subject to adjustment annually
p,e>n,GEmECM1ec,GEPrEErwoz rpe jn
03
c
nN d Am � ^y °'. ¢ , yam bc. . �. � � o o \. . 77d -,U
0 0 » < o m5 j3
m _ . 0 . .
m A of m m A A D. 'n
3 � mownm ..
my o
m
O 5 � .
0
2 �
W d
n �
b d T
N m
m 3 O
m m
n . m.
N N U N
C&
m A A O A A yWj O O m O N �
O o
Z
T'
N m; D
N N OiAA wmL AN + mNmO Sb DD r
co
—r M . m
fi /
W
< • /
'
m.f�
m cn
1m p .
..
w N O m : �y OS m D f A
m m p
m K z m
O O O N A 0 Rl N O) O O S D
CA
Or
NCA
w N w w ± N
w .•. Nwwwww Nwwwww w (nNw (Aww
m
'� • � U V m m m V - • V • � V ' b m N N A N N O W ' O D
N w O w w 0
Nw ww
w N w w w N
P
0o vv mm �?
0 0 0 0 0
N w w w N w w w w N N w N w w w w w w
w w w w w w w w N w w w w w w w w
m,
m m O
ti
m N .. 3 O
W 0 U • m t0 ' O m • m • N 4� U V �p
N O [min q w A A • O ' A -+ m w V m O w A O O m N w
U U O O O Vr w O
N a
• . Q O O F m N S K: ID la' N : p p D JC (D 0 m: N !� 1- O O J ? F .
n w FipF /7N � !ar ___111 ^� mm m OUiC DrNJ � � D.
ro. ? o m
n
m
00 0o m 3 m o M ro _
. w
O.
71 `t
n . m
p . 0
rn .�
1m . m
ajONA PA UA NN � 'A PNANNO) p 'P WOU
. N . .
Z, r n ,
W
MH LA N N N N (11 m Q .
dam , D T
A NA W
. AA OOclp :. ON d N 00 OON OU N N Ow D
.. o f m :. (A v �•.
pC .
c G
1
• Ndf iAP �R 9i 1AUY1 fA (R .. NM (AMW {9 (AM WMW UFR M ' U ' _
-
P W W U fA (D " W -+ U (O • P U t0 U O V (O FD (DUN � N N .
A
P Ol
PfR 4i (R P (R (RMfR 41WP Mf/1M fA (NW (R FR fR fR (A !R PW (R
m
X00
3 .0 0
O IO V O D U A tD U O O P N A W SOU W P J - O A U
P O O U O D U U U O O P U U O O D U O U O O P O U
�n [nDm
� m w
m ? m d
M c
n w w
_ m ,
n w
D
C �
� v
4 �
3
'D
.Z1
m,
m y
N
0
O Z
- - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - -
3 D1 A
0 -1
= m
m
m r rn
Zr, n
m N N N I? 1 .a - � in
O
A A w w
N A 0U U NA mmo D' CO)
w S W
r � T
o m { Z. N
O m U A N N N W N OJ m UNi O CO N () p '� y m
N T
v
y
Mwwwww V) www �n HBj ww' (p fp ' . _ .
x .j.
r y
N IV D O
A . V V m V fo W ticN W N ..a r � � m ... r r m -1
V map N A N W 10 U N U U p '. N O A til A O b A A w U 0 U W
U U U U U O D U O U - m V O V V b N N m m O OI tO
O U O U O O O D U U U U O U
www �
m
O O O U U V V U m O O m
_ .. • O O O U U
w w w w w w w m A 0 0 N
www w wen wwww ww1» w <i. w -
' w w w w w w w w w -
m-
V i m .p N A N W tD N N m CO O l O O O U O A W A N Ip A O ap O m U U �
an D1 U DI w O U VI O U N N m A A O J m J O J '
U U O D U - U U (rOUO ' m O U .pU U U O U .
m .
3:
M m •_ N _r m m F. N N r O 3 ? m _
3 ' f m .
a
C
3
o
m �
o A
3 O ,
en m,
N .
4m W m >
IM
= m . n
M fD op ACOA U A A NONOO , TTI m
Zr n
i m
mA 1
Co
m . o � m ., CO
r
' � NNN_ NNNNNN_ VSNNNN .
0
" � + AWWNW • • O 'JAA (ON '�
' O H p• W N O A S V J U �
` _ O p� OOOO OOOOO U
N
" m O - N m V• U lT N O "
' O J 00 (O m00O
' �y N NNNNNNNbINNNNN N
rn
5 m
W A t0 V J V J +
O T -
g m m m v m m a w N m n m an
m g o a 3 o m a m o
N m T m m
CD
10 N N N � N m
� o
O c �
m
3 0
_ N
y Z
N
°m 3
'p AO
n v cp
c pO
N
N N = O O
n m m A
a
a a ♦n a a a a m a a w a
0 0 0 0 0 0 0 0 0 0 m (D
O C G G C O O G G o p n C
O O
O ^ �
O
N T
a' o
v
V ° O
A H 6
0 N 0
D c w
m ° m
O Q N
o z c m
m � 3 c
3 a c
m v o
O N m O
# m
=i
b O 7
� r
W s m
m g #
m a
m
z z
° °
O O O N O
P N
n
N
T 0
6
N
N Z
N O
A
S #
0
u
City of Fayetteville
Staff Review Form
City Council Agenda Items
or
Contracts
21 -Nov-O6
City Council Meeting Date
David Jurgens WW System Improvement Project Water/Wastewater
Submitted By Division Department
Action Required:
Fayetteville City Administration recommends approval of an Engineering contract with Robinson, Stafford and Rude, Inc., (RSR)
in the amount of $39,844.00, for value engineering (VE) services with respect to the Farmington and western Fayetteville area
WSIP engineering design. Funds are available in Fiscal Year 2006 WSIP budget. Although Fayetteville is executing contract
management and oversight, Farmington is bearing the full cost of this study and will reimburse Fayetteville when the expenses
are incurred, leaving no net cost to the City of Fayetteville.
$0.00 $ 114,765,766 Wastewater System Imp Project
Cost of this request Category / Project Budget Program Category / Project Name
4480.9480.5315.00 $ 1091705,364 Water and Wastewater
Account Number Funds Used to Date Program / Project Category Name
02133-0401 $ 52060,402 Water/Sewer
Project Number. Remaining Balance Fund Name
Budgeted Item Budget Adjustment Attached O
I 1 Previous Ordinance or Resolution #
011 3 0� 0
Depa ent D ector Date Original Contract Date:
Original Contract Number:
City Attorney
Received in ity Cler ' Office
ll -� -ot11
Finance and Internal Service Director Date
Received in Mayor's Off e
EN E
6'
Mayor Date
Comments:
City Council Meeting of November 21 , 2006
CITY COUNCIL AGENDA MEMO
To: Fayetteville City Council
Thru : Mayor Dan Coody
From: Fayetteville Sewer Committee
David Jurgens, Water & Wastewater Director
Date: November 3, 2006
Subject: Approval of an Engineering contract with Robi son, Stafford and Rude, Inc., (RSR) in the
amount of $39,844.00, for value engineering (VE) services with respect to the Farmington and
Western Fayetteville area WSIP engineering design.
RECOMMENDATION
Fayetteville City Administration recommends approval of an Engineering contract with Robinson,
Stafford and Rude, Inc., (RSR) in the amount of $39,844.00, for value engineering (VE) services
with respect to the Farmington and western Fayetteville area WSIP engineering design. Although
Fayetteville is executing contract management and oversight, Farmington is bearing the full cost of
this study and will reimburse Fayetteville when the expenses are incurred.
BACKGROUND
Farmington intends to apply for Arkansas Natural Resources Commission Revolving Loan Fund
support. In order to meet RLF requirements, a formal Value Engineering study must be performed
on the design. RSR performed the VE studies for all other aspects of the WSIP, and the City was
very pleased with their work. In order to ensure the same level of quality service as was applied to
the entire WSIP, Farmington requested we use the same VE consultant. The VE is scheduled for
mid-December, and must be completed at that time in order to not delay the overall project.
DISCUSSION
Design work for the Farmington and southwest portion of Fayetteville portions of the WSIP was
deferred pending the results of the Farmington-Fayetteville sewer negotiations. The negotiations are
complete, and identified the desired layout of the sewer system in this area. The contract between
the two cities shall identify the mechanisms for cost reimbursement.
The VE study brings a highly experienced team of experts who havo had no involvement with the
project together to evaluate the project with a completely independent, detached viewpoint. The VE
team will evaluate every aspect of the project to include routing, hardware, functional designs,
construction methods, etc., in a focused effort to increase the net value of the project. The VE teams
for the rest of the WSIP identified several improvements through their work.
BUDGETIMPACT
Farmington has agreed to reimburse Fayetteville for these VE services in the sewer services contract
between Fayetteville and Farmington.
WL-10-11 -12 RSR VE CCMemo Nov06.dm