Loading...
HomeMy WebLinkAbout2008-01-08 - Agendas epi le yIl'vARKANSAS WATER/SEWER COMMITTEE AGENDA Meeting Date of January 8, 2008 COMMITTEE: Chairman Kyle Cook; Alderman: Lioneld Jordan, Bobby Ferrell, Adella Gray COPY TO: Mayor Dan Coody, Sondra Smith, Gary Dumas, Paul Becker, Susan Thomas, Tim Conklin, Jeremy Pate, Ron Petrie, an on Jones, Tom Hubbard, Peggy Bell, Lynn Hyke, OMI FROM: David Jurgens, Water and Wastewater Director A meeting of the Fayetteville Water and Sewer Committee is plan d fo January 8, 2008, at 5:15 PM, in Room 326, Fayetteville City Hall, immediatel ollowing the City Council Agenda Session. Proposed topics include: 1 . Approve Minutes of the December 11 and 19, 2007 Water/Sewer Committee meetings. 2. Decentralized Sewer Administration Agreement with Washinaton County is attached. This agreement allows Washington County to continue administrative oversight of decentralized sewer systems after they annex into the City of Fayetteville City limits. As they are already administering these systems, it allows for smooth and consistent administration. All costs are borne by the Responsible Management Entity (i. e., the Property Owner's Association or similar organization). 3. WSIP U date. Contract Description Contractor Cost % Complete WL-1 Porter — Hamestring & Old Wire— Gregg Oscar Renda $ 7,186,957 100% WL-2 North St — Poplar — Gregg Gravity Line T-G Excavatinq $ 4,413,664 100% WL-3 Porter — Hamestring & Old Wire — Gregg Combined contract with WL-1 100% WL-4 Gregg Ave — Hamestring LS Gravity Line Oscar Renda $ 10,613,447 100% WL-5 Force Mains Hamestring — West Plant Gamey Const $ 4,752,287 100% WL-6 Hamestring Lift Station Brasfield & Gorrie $ 6,279,806 99% WL-7 GreggAve Lift Station Crossland Heavy $ 1 ,527,000 59% EP-1 Noland Wet Weather Improvements Wilson Brothers $ 1 ,327,794 68.6% EL-1 Mally Wa non Lift Station and Force Main Garney Const $ 1 ,393,880 22.9% EL-2 Happy Hollow—Noland WWTP 42" Gravity Rosetta Const $ 10,431 ,995 12.4% EP-2 Noland WWTP Renovation Archer Western $ 14,836,631 100% EP-4 Noland WWTP Oxygen Injection BluelnGreen $ 66,460 100% WP-1b Broyles Road Construction Crowder Const $ 3,737,965 60.5% BWD-1 Geos ntec Consulting Geos ntec $ 199,883 6.7% WP-2b Wetlands Mitigation, WWTP Site Green Scaping $ 145,200 100% WP&L BP West Side (WL-6 & WP-3) Backup Power PowerSecure $ 1 ,986,897 69.7% WP-3 I West Side WWTP Construction I Brasfield & Gorrie $ 60,398,785 1 83.4% This contract is being cancelled due to the natural restoration of the site. The overall completion percentage for the wetland mitigation site, including berms, water control structures, etc., is 75%. 2 This project is substantially complete, meaning the work can be used to execute its mission. a. WL-6 Channel Grinder Purchase for $163,436.00 from JWC Environmental. This screening and grinding unit is to be placed on the front end of the Hamestring lift station to protect the lift station and West Side WWTP from foreign objects that might get into the sewer system, and as required by Ten State Standards. The City received two bids 28 December, 2007; information is attached. W&S comndffee agenda 8Jan08 JWC Environmental $ 163,436.00 (low bid) Instrument and Supply 189,700.00 Staff Estimate $ 180,000.00 b. WSIP Farmington Area Work. Design and easement acquisition are underway. The RLF loan closing occurred on 21 December 2007. The first bid openings are scheduled for 8 January 2008; information will be provided in a supplemental memo. c. WSIP Easement Update. Fifty-three tracts were required for pipelines EL-1 and 2; 51 have been acquired. We have verbal agreement on one of the remaining two, but will now have to move ahead with condemnation proceedings on the West Fork Place Subdivision, owned by Flying Monkey LLC. According to staffs most recent conversations with the owner's representative, they cannot get the easement signed. An updated matrix is attached. d. Contract Legal Review- West Plant Construction Contract. Contract negotiations are underway with Williams & Anderson, PLC. e. WSIP Construction Schedule & Cost Update will be distributed at the meeting. 4. Sani _tary Sewer Rehabilitation Prosect Update. a. Farmington Area. The dig and replace portion of the Farmington Sewer Rehabilitation (T-G Excavating) is complete. Change Order 1 was executed as a no-cost change order to change some dig and replace work with pipe bursting. Change Order 2 was executed as a no-cost change order to include some additional work that was offset by Change Order 1 . The lining portion (Insituform) is 80% complete, and is scheduled to be completed in January 2008. Both change orders are attached. b. Basin 15 and minisystems 2, 5, 6, and 13A manhole rehabilitation involves rehabilitating over 800 manholes in the southern and Hamestring areas of Fayetteville. We opened two bids on 6 December; both were too high and were rejected. Staff and RJN are evaluating the project to determine the reason for the high bids. The project will be rebid January 23, 2008. 5. 36" Water. Line Improvements within the Fayetteville city limits between Joyce and Overcrest is complete. Work at Hwy 412 is underway and should be complete in March. 6. Water and Sewer Operations Study research found there is no longer a requirement to complete a Water/Sewer Operations Study. The bonds that required that have been redeemed, and it is the opinion of staff, HDR, bond council, and the City Attorney's office that the City is no longer obligated to execute such a study. Additionally, due to the flux in the wastewater system that will occur in 2008, there is no operational value in executing a study at this time. Thus, staff recommends that no Operations Study be conducted. Further details are in the attached memorandum. 7. Water/Sewer Committee Meetings are proposed for (1 ) Water/Sewer Rate Study, Wednesday, January 16, 2008, at 4:30 PM, room 326; and (2) general topics, Tuesday, February 12, 2008, 5:15, room 326 (following Agenda Session). Attachments: Decentralized Sewer Administration Agreement with Washington County WL-6 (Hamestring Lift Station) Channel Grinder Purchase WSIP Easement Matrix Sewer Rehabilitation T-G excavating Change Orders 1 and 2 Water and Sewer Operations Study Memorandum WSIP Construction Schedule and Cost Update (To be distributed at meeting) W&S committee agenda 8Jan08 City Council Meeting of December 18, 2007 Agenda Item Number CITY COUNCIL AGENDA MEMO To: Mayor and City Council Thru: Gary Dumas, Director of Operations Kit Williams, City Attorney Tim Conklin, Planning and Development Manaent Director David Jurgens, Water and Wastewater Director Ron Petrie, City Engineer From: Karen Minkel, Senior Long Rang Planner Nt Date: November 27, 2007 Subject: Resolution establishing an interlocal agreement between the City of Fayetteville and Washington County regarding community sewer systems RECOMMENDATION Planning, Engineering and Water and Wastewater staff recommend approving a resolution establishing an interlocal agreement between the City of Fayetteville and Washington County regarding community sewer systems. BACKGROUND City Council approved an ordinance to attach and incorporate 1 ,419.30 acres into the City of Fayetteville after a majority of citizens voted in favor of annexing the property during a special election held on October 10, 2006. Through this annexation, the City inherited two decentralized sewer systems, one that was already under construction and one that had yet to be constructed but had been approved by Washington County. This situation prompted City staff members to meet with County Planning staff and the Washington County Attorney, George Butler, in order to discuss an interlocal agreement regarding the management of decentralized sewer systems. County personnel have substantial experience in managing community sewer systems, regulations and bonding requirements. On the occasions that community sewer systems are annexed into the City, this interlocal agreement would enable the County to continue managing the system at a cost of $2.00 per customer per month. This fee would cover administrative costs and the City could pass along this cost to customers served by the community sewer system. Any cost beyond the stated $2.00 would have to be approved by the City Council. In addition, a board would be created to oversee the cooperative effort, which would include the Mayor of Fayetteville, the County Judge and a third person whom both parties agreed upon. BUDGET IMPACT None. FAYETTEVILLE THE CITY OF FAYETTEVILLE,ARKANSAS KIT WILLIAMS,CITY ATTORNEY DAVID WHITAKER,ASST. CITY ATTORNEY DEPARTMENTAL CORRESPONDENCE LEGAL DEPARTMENT TO: Dan Coody, Mayor City Council CC: Karen Minkel, Long Range Planner Tim Conklin, Planning & Development Management Director FROM: Kit Williams, City Attorney DATE: November 30, 2007 RE: Interlocal Agreement with Washington County The Planning and Legal Departments of the City and Washington County met to discuss how best to monitor and manage Community Sewer Systems that have been or may in the future be brought into the City Limits. Washington County has already established working regulations for such systems (including bonding requirements) and has trained and experienced staff in place to monitor those Community Sewer Systems. The City Staff concluded that it would be an inefficient and unnecessary duplication of effort for the City to try to educate and train city staff for the small . number of these systems within the City. The County is willing to continue managing these systems for the same reasonable fee per household served ($2.00 monthly) as it currently receives for systems outside the city. Therefore, the. County Attorney (George Butler) and I drafted the attached Interlocal Agreement authorizing the County to continue management of the community sewer systems for the $2.00 monthly household fee. If this $2.00 fee becomes insufficient, the City could have to pay its proportionate share of increased costs, but can pass this additional cost along to the households using the Community Sewer Systems. Thus, this agreement should not cost the City anything and will avoid the necessity of training City staff to do what the County staff already has the expertise to accomplish. RESOLUTION NO. A RESOLUTION TO APPROVE AN INTERLOCAL AGREEMENT WITH WASHINGTON COUNTY SO THAT THE COUNTY MAY CONTINUE TO MONITOR AND MANAGE COMMUNITY SEWER SYSTEMS THAT HAVE BEEN ANNEXED INTO FAYETTEVILLE WHEREAS, Washington County has established ordinances, rules, regulations, and bonding requirements for Community Sewer Systems in the unincorporated areas of the County; and WHEREAS, the City of Fayetteville has annexed one or more of these Community Sewer Systems and desires that the County and its trained personnel continue to monitor and manage these systems. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1 : The City Council of the City of Fayetteville, Arkansas hereby approves the attached Interlocal Agreement with Washington County so the County can continue to monitor and manage any Community Sewer Systems which now or hereinafter may be located within Fayetteville's city limits for a fee to be charged the owners of the Community Sewer System for such management. PASSED and APPROVED this 18th day of December, 2007. APPROVED: ATTEST: By: By. DAN COODY, Mayor SONDRA E. SMITH, City Clerk/Treasurer INTERLOCAL AGREEMENT THIS AGREEMENT, is made pursuant to A.C.A. §14-14-910 and A.C.A. § 25-20-101 et. seq., by and between the County of Washington, Arkansas (County) and the City of Fayetteville, Arkansas (City). WITNESSETH: (1 ) WHEREAS, the City desires that the County exercise jurisdiction within the corporate boundaries of the City for purposes of regulating Community Sewer Systems; and (2) WHEREAS, the County has already passed ordinances concerning Community Sewer Systems and rules and regulations have been promulgated concerning such; and (3) WHEREAS, County personnel have gained substantial experience and expertise in administering Community Sewer Systems, regulations and bonding requirements. NOW THEREFORE, BE IT KNOWN BY ALL PERSONS BY THESE PRESENTS, that for and in consideration of the above and for the mutual obligations hereby created and the mutual benefits so derived, the parties agree as follows: (A) It is the intent of the parties to create a long-term relationship with regard to the matter discussed herein. Either party may, by majority vote of its respective governing body, elect to modify, or terminate this Agreement. In order for this Agreement to be modified, the governing bodies of both the City and the County must so indicate by a majority vote of their respective governing bodies. If the parties shall desire to terminate this Agreement, the party or parties so desiring to withdraw shall give the other parties six (6) months written notification for its intent to withdraw, which notice shall be mailed to the Chief Executive official of each party. (B) In the event of the termination of this Agreement, the parties shall each receive their separate property (if any), whether leased, rented, purchased, or borrowed. (C) The County shall be entitled to a $2.00 monthly fee per customer of a Community Sewer System for its proportional administrative costs (as described below) including, but not limited to salaries and fringe benefits for any staff retained to assist in administering the county ordinances and regulations. (D) Any reimbursement beyond the $2.00 monthly fee per customer shall be calculated on a pro-rata basis to be determined by the number of households being served by a Community Sewer System in the City versus the number of households being so served outside the city Iimits of Fayetteville. The City may pass this cost along to customers served by a Community Sewer System. It is the intention of the parties that the $2 per customer per month to be levied by the County and collected from the Responsible Managing Entity (RME) of the Community Sewer System will cover any administrative costs herein. In the event that such is not the case, the City cannot be further financially obligated without the consent of its governing body. (E) The County will provide regulatory services to the City for any Community Sewer Systems within the incorporated City limits per the County ordinances and rules and regulations promulgated thereto. (F) A Board is being created to oversee this joint co-operative effort and shall consist of the County Judge, the Mayor of Fayetteville and a third person mutually agreed upon. The Interlocal Board shall meet as needed. Meetings may be called as the need arises by any Board member. (G) This Agreement may be amended from time to time by the governing bodies of the parties. The party desiring to amend this Agreement shall draft their proposed amendment and, after passage by their governing body, submit the proposed amendment to the other parties, whereupon said parties governing body shall vote upon said proposed amendment. Should the amendment be accepted by all parties, it will thereafter become a part and parcel of this Agreement. Should any party fail to approve a proposed amendment, it will have no force or effect. (H) The various provisions and parts of this Agreement are hereby declared to be severable and if any section or part of a section, provision or part of a provision herein, is held to be invalid such holding shall not invalidate or effect the remainder of this Agreement. (I) In accordance with A.C.A. § 25-20-101 et. seq. this Agreement shall be submitted to the Attorney General. IN WITNESS HERETO, Washington County, Arkansas and the City of Fayetteville, Arkansas, have executed this document by their duly elected officers who are authorized to represent the respective parties hereto in assuring the rights and obligations set forth herein this day of , 2007. WASHINGTON COUNTY, CITY OF FAYETTEVILLE, ARKANSAS ARKANSAS JERRY HUNTON, County Judge DAN COODY, Mayor ATTEST: Sondra E. Smith, City Clerk/Treasurer 2 A. 4 Bid #07-79 JWC Environmental Page 2 of 22 City Council Meeting of January 15, 2008 CONTRACT REVIEW MEMO To: Mayor Dan Coody From: David Jurgens, Water and Wastewater Director Fayetteville Sewer Committee Date: December 28, 2007 . Subject: Approval of the purchase of a Channel Grinder from JWC Environmental for installation at the Hamestring Sewer Lift Station, WSIP Subproject WL-6, in the amount of $163,436.00. Funds are available within the WSIP Project RECOMMENDATION City Administration recommends approval of the purchase of a Channel Grinder from JWC Environmental for installation at the Hamestring Sewer Lift Station, WSIP subproject WL-6, in the amount of$163,436.00. Funds are available within the WSIP project. BACKGROUND The channel grinder style screening and grinding unit is to be installed on the front end of the new Hamestring lift station. It was considered but excluded from the design several years ago to reduce costs, but is now required by Ten State Standards for all lift stations with inlet pipes 30" and larger. The Hamestring station has a 24" and a 48" inlet pipe, thus requiring a screen. In the last four years, there have been two significant failures at the Noland WWTP due to large items entering the influent pump station. Each of these failures resulted in more than $100,000 damages; one resulted in a substantial sewer overflow. This grinder unit will prevent this type of failure from occurring on the West Side Wastewater Treatment Plant (WWTP) and the critical Hamestring lift station that pumps over 85% of the flow to the plant. DISCUSSION Staff and consultants strongly recommend this screen be installed to protect both the pump station and the WWTP from large foreign objects entering the lift station. Examples of objects we have seen in our system which could be transported down the 48" sewer line include bowling balls, children's bicycles, toys, dog leashes, large sticks, oil filters, construction debris, metal pipes, etc. This grinder unit serves both as a screen and grinder, which reduces long term maintenance costs on all components of the system at and downstream from the grinder. The City received two bids on 28 December, 2007; the bid tab is attached. JWC Environmental $ 163,436.00 (low bid) Instrument and Supply 189,700.00 Staff Estimate $ 180,000.00 Both units meet the specifications. BUDGET IMPACT Funds are available within the WSIP Project. WL-6 Channe1Grinder CCMemoDec07 A. 4 Bid #07-79 JWC Environmental Page 4 of 22 cc o on 3 m < h on C a .. .. 3 90m Q 3 ca M m � r o al F -• C M n CD � ` m = = a N 3 =k fD CL o rn rn m C) 0 Cb. c p :. N N O 3 Q w (0 z� FT(o) w a o. o 0 .._... . ...... __ _ A. 4 ............... ....... ....•---- .....,.... .. .. ... .. ... ..._.. .. ............. Bid #07.79 MG-Environmental-I. Page 6of22?';. r J. CITY OF FAYETTEVILLE 113 W. Mountain St. Fayetteville, Arkansas 72701 INVITATION TO BID BID # 07-79 Channel Grinder BID #: 07-79 DATE ISSUED: Saturday, December 15, 2007 DEADLINE & BID OPENING: Friday, December 28, 2007 at 2:00 PM, Central Standard Time BID DELIVERY LOCATION: 113 W. Mountain, Room 306, Fayetteville, AR 72701 PURCHASING AGENT: Andrea Foren, (479) 575-8220, aforen(a-ci.fayetteville.arms f' PRODUCT F.O.B. City of Fayetteville Hamestring Sewer Lift Station, 2065 North Sunshine Road, Fayetteville, Arkansas, 72704 Bids must be submitted on this bid form in its entirety AND accompanied by descriptive literature on the products being bid. CITY OF FAYETTEVILLE,ARKANSAS BID 07-79,CHANNEL GRINDER PAGE 1 OF 14 A. 4 :... ._::_... .. .: .. Bid #07-79 JM Environmental Page 7 of 22 City of Fayetteville Bid 07-79, Channel Grinder General Terms and Conditions 1.. All bids shall be submitted in a sealed envelope and must be submitted on forms acquired by the vendor from the City of Fayetteville Purchasing website (www.accessfayetteville.orq). Bids with missing pages or missing any requested attachment will be deemed incomplete. 2. The item bid and the bid number shall be stated on the face of the sealed bid envelope. 3. Bids received after the date and time set for receiving bids will not be considered. 4. The City reserves the right to accept or reject any or all bids, waive formalities in the bidding and make a bid award deemed to be in the best interest of the City. 5. The quantities listed are based on the needs of the City and availability of funds at the time bids are posted. The City shall be able to purchase more or less than the quantity indicated subject to availability of funds or change in needs. 6. The bid price shall remain good and firm until project is completed. Payment to the vendor by the City will be made within 30 days following delivery and acceptance in accordance with these specifications and the City's Purchase Order to the vendor. 7. All products delivered shall comply with applicable standards of quality. S. Any exceptions to the specification requirements of the City of Fayetteville must be noted on the Bid Form. 9. Prices shall include all labor, materials, overhead, profit, insurance, etc., to cover the furnishing of the items bid. Sales tax is not to be included in the bid price. Applicable Arkansas sales tax laws will apply to this bid, but will not be considered in award of the bid. 10. Each bidder shall state on the face of the bid form the anticipated number of days from the date of receipt of an order for delivery of equipment and installation to the City of Fayetteville. Failure to deliver on or before the time specified in the contract may subject the contractor to payment of damages or other appropriate sanctions. 11. Copy of the warranty shall accompany the bid, and any exceptions to the warranty shall be clearly .noted on the bid form. Written warranties shall specify the greater of the manufacturer's standard warranty or the minimum warranty specified herein by the City. 12. Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. 13. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. 14. The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by bidder in preparation of bid. 15. If products and/or components other than those described in this bid document are proposed, the bidder must include complete descriptive literature and technical specifications. All requests for additional information must be received within five working days following the request. Each apparent low bid will be reviewed line by line to ensure compliance with specifications prior to recommendation for award. 16. Bids must be received by mail or hand delivery in the Purchasing Office, Room 306, 113 W. CITY OF FAYETTEVILLE,ARKANSAS BID 07-79,CHANNEL GRINDER PAGE 2 OF 14 A. 4 Bid #07=79-JWC Environmental—,:: Page 8 of 22 Mountain St. Fayetteville, AR 72709, on or before the time of closing listed on the face of the bid. 17. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at (479) 575-8220 to insure receipt of their bid documents prior to opening time and date listed on the bid form. 18. Items bid must be delivered FOB City of Fayetteville Hamestring Sewer Lift Station, 2065 North Sunshine Road, Fayetteville, Arkansas, 72704. Units must be fully assembled, serviced, and ready for operation as delivered unless otherwise specified. No dealer/distributor logo or other identification will be installed other than standard manufacturer name badges and specification plates. CITY OF FAYETTEVILLE,ARKANSAS . BID 07-79,CHANNEL GRINDER PAGE 3 OF 14 A. 4 _ .. ............. .....- - _ :. ._..... ..... ..,....-._..... ...: . .. ........, Bd#07.79•JWC Environmental- :r Page 9 of 22 City of Fayetteville Bid 07-79, Channel Grinder Bid Form *GUARANTEED DELIVERY FROM DATE OF PO ISSUED: I weeks ITEM: DESCRIPTION: QUANTITY: *PRICE EACH: *TOTAL PRICE 1. Wastewater Channel Grinder, 40 mgd peak flow 1 $ i b3— > $ 1639 4-36 Please Specify for Unit(s) Bid: *MANUFACTURER: JWC- 64100 oAt).+�u� MODEL: GDD6oZo -?��i`R 2•s v: TOTAL BID PRICE: $ 16.1.9 4-3 6 This bid form continues on the next page and shall be complete in order for your bid to be responsive. . CITY OF FAYETTEVILLE,ARKANSAS BID 07-79,CHANNEL GRINDER PAGE 4 OF 14 A. 4 . . . _ ..... ..... ._... .. .. .. .. .. . . .......:.. .__.. ..._, ............... .. .......... .._....... ... .. ..... "Bid'#07=79JWC,Environmentail:...:: Page 10 of 22 EXECUTION OF BID - Bidders are requested to indicate by check mark or "Yes/W' on each line of the Technical Specifications the compliance of the item bid. Actual specification of any deficient item must be noted on the bid sheet or separate attachment. If specifications of item bid differ from provided literature, deviation must be documented and certified by the manufacturer as a regular production option. Upon signing this Bid, the bidder certifies that: I. He/she has read'and agrees to the requirements set forth in this proposal, including specifications, terms, standard conditions, and any pertinent information regarding the articles being bid on. 2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 3. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. Unsigned bids will be rejected. Items marked are mandatory for consideration. *NAME OF FIRM: 2W C- F W V1 v'0(4 t ,2 4-A *BUSINESS ADDRESS: 2 gO P4 t [d f 1 L4 0 A Vf> - *CITY: G o a M es r, *STATE: C A- *ZIP: 926 Z b *PHONE: 900 - 331- VO-77 FAX: g4-q - 9 '13 - 8 SS'S *E-MAIL ADDRESS: _ wG e- Q *BY :( PRINTED NAME) G K, w► *AUTHORIZED SIGNATURE: i *TITLE:. -qde-S CITY OF FAYETTEVILLE,ARKANSAS BID 07-79, CHANNEL GRINDER PAGE 5 OF 14 lz m m m m m p N rrrr (D rN rrrrr m (D fol. & W L N m m - Cn A W N O CA M Q r r r N m o m z 0 m Q CD m m 0 m 3 0 CD C r CD Ln CD v Sn CD (D CCD � < N O a0 O M 0 ty'r 0 0 0 (D cn 0_ OC "O O (n O O O fl1 N CD _ O (D O sU m O (n (n -� •-� O O n O O D m O O Q p 0 CDLU = (D O T cn m CC h G 57 3 c (D _ m —i C'1 CF) C W � W CSO p Co v O =. n CQ CD N rr CD Q O O -w n C1 O t71 h 0 0 W s 0 0 0 0 0 0 = 0 cp 111 m W z m N W �A O W to 0 ~ ~ O SZ r0 m m M CD su CA N � m n N W W —1 O W to 000 X000 m 21 p O O O 0 O O O O O O m (D Q (D m m f sv cn m m :v W N N 00 O N —� 0 0 0 0 0 0 �, m N 3 C4 cj 40 .60 fA (f3fAfA ffl -Go ffl <!gfn -CA fAfA n 3 A N N N -4 n � N N (D O W W Cil O -P O O VPO W N to � N " OoO) " VP = --h W O W M -I 41, N 0 N 00 O .A Cn Cn � co N � OD .P C11 O) O N OD � N -I O O Cn N s Cn O O O O Cn Cn Q 0 0 0 0 0 0 0 0 Cl 0 0 0 0 0 0 0 0 0 0 0 0 y ffl fA � V9 -CA ffl H) ffl ffl fA EA ffl N IN) IN CA s -4 CO (1 m 14 W O W Co N N W A W 0) co -4 --4 CD tG O O O L(a C7O O O ' OO ' , ' O01 N Mayor's Approval CONTRACT REVIEW MEMO To: Mayor Dan Coody Fayetteville Sewer Committee Thru: David Jurgens, Water and Wastewater Director From: Shannon Jones, Water & Wastewater SOS Date: November 21, 2007 Subject: Approval of change order number one to the construction contract with T-G Excavating, Inc., in the amount of$0.00, for the rehabilitation of Farmington Sewer, Project Basin I-23. There is no cost to this change order, only construction methods being changed. RECOMMENDATION Staff recommends approval of change order number one to the construction contract with T-G Excavating, Inc., in the amount of$0.00, for the rehabilitation of Farmington Sewer, Project Basin I-23. There is no cost to this change order, only construction methods being changed. BACKGROUND This project provides improvements to the sanitary sewer collection system throughout Farmington. Unit 1 includes replacing 3,655' of 6" and 8" sewer by open cut and 66 point repairs. Unit 2 includes lining of 5,668' of 6" and 8" pipe by cured-in-place lining. No work will be done on lines that are being replaced in conjunction with the Wastewater System Improvement Project. Contract Bid Item Net Change in Quantities Net Change in Cost 2 8" Sewer 0-6' Dee 408 linear feet - $4400.00 3 8" Sewer 6-10' Dee -938.5 linear feet -$112,620.00 5 8" Pipe Bursting 1500 linear feet $1579500.00 Total $0.00 DISCUSSION This change order reflects the maximum change in the contract with the given scope of work. When the work is completed, there will be a reconciliation change order that will bring down the final quantities to the actual amounts. This change order has been staffed through RJN Group, the Engineer, and the Arkansas Natural Resources Commission. BUDGET IMPACT Funds are available within the approved contract contingency. This contract is funded by a combination of Water/Sewer capital, City of Farmington and EPA STAG grant funds administered by the Arkansas Natural Resources Commission. STAG Rehab T-G CCMemo Chg Ord] W07.doc FAYETTEVILLE WECM0FFAYEftM=AWM8M CHANGE ORDER ._. Sheet I of 3 Change Order No. 1 Sanitary Sewer Main Replacements and Rehabilitation Farmington Sewer Rehabilitation Project Basin I23 GRANT NO. XP-96606201-STAG-6 CONTRACTOR: T-G Excavating, Inc. Date: November 8, 2007 I. Description of changes involved- 1. nvolved1. Changed construction method from open cut to pipe bursting. II. Description of Bid Item Changes Item Original New Units Description Unit Price Original New Quantity ti Amount Amount 2 1363 955 LF 8" Sewer 0 -6 Deep $ 110.00 $ 149,930.00 $ 105,050.00 3 2088 1149.5 LF 8" Sewer 6 -10 Deep $ 120.00 $ 250,560.00 $ 137,940.00 5 1 204 1704 LF 8"Pipe Bursting $ 105.00 $ 21,420.00 $ 178,920.00 TOTAL: $421,910.00 $ 421,910.00 TOTAL INCREASE TO CONTRACT THIS CHANGE ORDER: $ 0.00 Change Order No. I City of Fayetteville,Arkansas Farmington Rehabilitation 1 Sheet 2 of 3 Change Order No.l III. CHANGE ORDER CONDITIONS: 1. Any additional work to be performed under this Change Order shall be carried out in compliance with the Specifications included in the preceding Description of Changes involved, with the Supplemental Contract Drawings designated as n/a , and under the provisions of the Original Contract, including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. 2. This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with the guarantee provisions of the Original Contract, particularly with those pertaining to performance and operation of equipment. 3. Contractor agrees there will be no additional extensions of contract time and no additional increase in Contract Price granted for this Change Order or any previous Change Orders. 4. The Contractor expressly agrees that he will place under coverage of his Performance, Labor and Material, and Maintenance Bonds, and Contractor's Insurance all Work covered by this Change Order. The Contractor will furnish to the Owner evidence of increased coverage of his Performance, Labor and Material, and Maintenance Bonds for the accrued value of all Change Orders which exceeds the Original Contract Price by twenty percent (20%). IV. ADJUSTMENTS IN CONTRACT TIME 1. Substantial Completion Date of Original Contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . November 17, 2007 2. Final Completion Date of Original Contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . December 23, 2007 3. Net change due to all previous Change Orders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 days 4. Substantial Completion Date not including this Change Order No. 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . November 17, 2007 5. Final Completion Date not including this Change Order No. 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . December 23, 2007 6. Addition to Contract Time due this Change Order No. 1 a. Avoidable Delay Extension . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 Days b. Unavoidable Delay Extension . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 Days 7. Substantial Completion Date including this Change Order No_ 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . November 17, 2007 8. Final Completion Date including this Change Order No. 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . December 23, 2007 Change Order No. 1 City of Fayetteville, Arkansas Farmington Rehabilitation 2 Sheet 3 of 3 Change Order No.1 V. ADJUSTMENTS IN AMOUNT OF CONTRACT: 1. Amount of Original Contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $8225222.00 2. Net (Addition)(R-edttction) due to all previous Change Orders . . . . . . . . . . . . $0.00 3. Amount of Contract not including this Change Order . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $822,222.00 4. (Addition) (Rrductim) to Contract due to this Change Order . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $0.00 S. Amount of Contract including this Change Order . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $822,222.00 RECOMMENDED FOR ACCEPTANCE- o By: , 11/08/07 Senior Project Manager Date ACCEPTED: CONTRACTOR: T Exc 'ng, Inc. ignature of Authorized Representative Date OWNER: City of Fayetteville, sas By: Signature of A thorized presentative Date I certify there is a balance otherwise unencumbered t the redit of the appropriation to which the above amount is chargeable, and a cash balance otherwise un mbered in the treasury to the credit of the fund from which payment is to be made, each sufficient to meet the above obligation. By: Signature of Authorized Agent Date Distribution: Owner (4) Contractor Engineer Change Order No. 1 City of Fayetteville, Arkansas Farmington Rehabilitation 3 Mayor's Approval CONTRACT REVIEW MEMO To: Mayor Dan Coody Fayetteville Sewer Committee Thru: David Jurgens, Water and Wastewater Director From: Shannon Jones, Water & Wastewater Date: December 20, 2007 Subject: Approval of change order number two to the construction contract with T-G Excavating, Inc., in the amount of$0.00, for the rehabilitation of Farmington Sewer, Project Basin I-23. There is no cost to this change order, only construction methods being changed. RECOMMENDATION Staff recommends approval of change order numbe to the construction contract with T-G Excavating, Inc., in the amount of$0.00, for the rehabilitation of Farmington Sewer, Project Basin 1-23. There is no cost to this change order, only construction methods being changed. BACKGROUND This project provides improvements to the sanitary sewer collection system throughout Farmington. Unit 1 includes replacing 3,655' of 6" and 8" sewer by open cut and 66 point repairs. Unit 2 includes lining of 5,668' of 6" and 8" pipe by cured-in-place lining. No work will be done on lines that are being replaced in conjunction with the Wastewater System Improvement Project. Contract Bid Item Net Change in Quantities Net Change in Cost 2 8" Sewer 0-6' De -354 linear feet - $387940.00 3 8" Sewer 6-10' Dee 53.5 linear feet -$6,420.00 4 Trench Safet 40 linear feet -$40.00 Point Repairs Added 12 point repairs $453400.00 Total $0.00 DISCUSSION This change order reflects the maximum change in the contract with the given scope of work. When the work is completed, there will be a reconciliation change order that will bring down the final quantities to the actual amounts. This change order has been staffed through RJN Group, the Engineer, and the Arkansas Natural Resources Commission. BUDGETIMPACT is Funds are available within the approved contract contingency. This contract is funded by a combination of Water/Sewer capital, City of Farmington and EPA STAG grant funds administered by the Arkansas Natural Resources Commission. STAG Rehab T-G CCMemo Chg Ord2 Dec07.doc A 1,4 f r CHANGE ORDER 1.LL1117 mti cUr of FmErrEYM Amcmms Sheet 1 of 4 Change Order No. 2 Sanitary Sewer Main Replacements and Rehabilitation Farmington Sewer Rehabilitation Project Basin 123 GRANT NO. XP-96606201-STAG-6 CONTRACTOR: T-G Excavating, Inc. Date: December 10, 2007 1. Description of changes involved: 1. Changed construction method from open cut to pipe bursting. II. Description of Bid Item Changes Item I Original New Units Dewnpfion Unit Price Original New ti fi Amount Amount 2 955 601 LF 8" Sewer 0-6 Deep $ 110.00 $ 105,050.00 $ 66,110.00 3 1149.5 10% LF 8" Sewer 6-10 Deep $ 120.00 $ 137,940.00 $ 131,520.00 4 3451 3411 LF Trench Safety $ 1.00 $ 3,451.00 $ 3,411.00 69 0 1 LS PRI501 $ 3,300.00 $ 0.00 $ 3,300.00 70 0 1 LS PR1502 $ 3,900.00 $ 0.00 $ 3,900.00 71 0 1 LS PRIS03 $ 3,800.00 $ 0.00 $ 3,800.00 72 0 1 LS PR1504 $ 3,900.00 $ 0.00 $ 3,900.00 73 0 1 LS PR1505 $ 3,900.00 $ 0.00 $ 3,900.00 74 0. 1 LS PR1508 $ 3,700.00 $ 0.00 $ 3,700.00 75 0 1 LS PR1509 $ 3,800.00 $ 0.00 $ 3,800.00 76 0 1 LS PR1510 $ 3,800.00 $ 0.00 $ 3,800.00 77 0 1 LS PR1511 $ 3,900.00 $ 0.00 $ 3,900.00 78 0 1 LS PRI513 $ 3,800.00 $ 0.00 $ 3;800413 79 0 1 LS PR1514 $ 3,700.00 $ 0.00 . $ 3700"'r. Change Order No. 2 City of Fayetteville,Arkansas Farmington Rehabilitation 1 Sheet 2 of 4 Change Order No.2 Item Original New Units Description Unit Price OriginalNew Quantity QuantityAmount Amount 80 0 1 LS PR1515 $ 3,900.00 $ 0.00 $ 3,900.00 TOTAL: $246,441.00 $ 2462441.00 TOTAL INCREASE TO CONTRACT THIS CHANGE ORDER: $ 0.00 r Change Order No. 2 City of Fayetteville,Arkansas Farmington Rehabilitation 2 Sheet 3 of 4 Change Order No.2 III. CHANGE ORDER CONDITIONS: 1. Any additional work to be performed under this Change Order shall be carried out in compliancewith the Specifications included in the preceding Description of Changes involved, with the Supplemental Contract Drawings designated as n/a, and under the provisions of the Original Contract, including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. 2. This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with the guarantee provisions of the Original Contract, particularly with those pertaining to performance and operation of equipment. 3. Contractor agrees there will be no additional extensions of contract time and no additional increase in Contract Price granted for this Change Order or any previous Change Orders. 4. The Contractor expressly agrees that he will place under coverage of his Performance, Labor and Material, and Maintenance Bonds, and Contractor's Insurance all Work covered by this Change Order. The Contractor will famish to the Owner evidence ofincreased coverage of his Performance, Labor and Material, and Maintenance Bonds for the accrued value of all Change Orders which exceeds the Original Contract Price by twenty percent(201yo). IV. ADJUSTMENTS IN CONTRACT TIME 1. Substantial Completion Date of Original Contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . November 17, 2007 2. Final Completion Date of Original Contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . December 23, 2007 3. Net change due to all previous Change Orders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 days 4. Substantial Completion Date not including this Change Order No. 1 . . . . November 17, 2007 5. Final Completion Date not including this Change Order No. 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . December 23, 2007 6. Addition to Contract Time due this Change Order No. 1 a. Avoidable Delay Extension . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 Days b. Unavoidable Delay Extension . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33 Days 7. Substantial Completion Date including this Change Order No. 1 . . . December 20, 2007 8. Final Completion Date including this Change Order No. 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . January 25, 2008 Change Order No. 2 City of Fayetteville, Arkansas Farmington Rehabilitation 3 Sheet 4 of 4 Change OrderNo.2 V. ADJUSTMENTS IN AMOUNT OF CONTRACT: 1. Amount of Original Contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $822,222.00 2. Net( ) due to all previous Change Orders . . . . . . . . . . . . $0.00 3. Amount of Contract not including this Change Order . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $822,222.00 4. (Addi#im) (R-edtxetion) to Contract due to this Change Order . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $0.00 5. Amount of Contract including this Change Order . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $822,222.00 RECOA04F NDED FOR ACCEPTANCE: RJN Group, In By: 12/10/07 Senior Project Manager Date ACCEPTED: CONTRACTOR 4of vating, Inc. By z - 8'-eZl i Authorized Representative Date OWNER City of Fayetteville, Ar as By: l2 Signature of Authorized Rep entative Date I certify there is a balance otherwise unencumbered to th cr t of the appropriation to which the above amount is chargeable, and a cash balance otherwise unencum ore in the treasury to the credit of the fund from which payment is to be made, each sufficient to meet the above obligation. By: C Signature of Authorized Agent Date Distribution: Owner (4) Contractor Engineer Change Order No. 2 City of Fayetteville,Arkansas Farmington Rehabilitation 4 W/S Committee Meeting of January 8, 2008 TayeMvle KANSAS CITY COUNCIL AGENDA MEMO To: Fayetteville City Council Thru: Mayor Dan Coody From: Fayetteville Sewer Committee David Jurgens, Water & Wastewater Director. Date: January 3, 2008 Subject: Recommendation to Stop Performing Water an Sewer Operations Studies RECOMMENDATION Fayetteville City Administration recommends discontinuing conducting Water and Sewer Operations Studies that have historically been performed every three years as required by bond ordinances. BACKGROUND Bond ordinance and covenant requirements for the 1985, 1992, and 1994 Water and Sewer revenue bonds stated "Periodically the City shall cause a Consulting Engineer to prepare a report on the status of the System's assets and compliance with the terms and provisions of this Ordinance. Such report shall be prepared no less frequently than every three (3) years." The City has since been producing Operations Studies as required. The last was completed in 2005; the next study is scheduled for 2008. The requirement was instituted before the City developed water and sewer comprehensive master plans, the formal five year Capital Improvements Program was instituted, and under much less thorough system evaluation by regulatory agencies. DISCUSSION Thorough research by staff has identified there is no longer a mandate for the Operations Study. The bonds which required one have all been redeemed, and the redemption documents and newer revenue bonds issued do not require the study, as confirmed by the City Attorney's office, Bond Counsel, and HDR (who developed the last Operations Study and is now completing the Water and Sewer Rate Study). There are no regulatory (EPA, Arkansas Natural Resources Commission, Department of Health) requirements. It is not required for impact fees, nor is there any industry standard or best management practice recommending that one be conducted. Other actions now better accomplish the tasks that used to be included within the study. The Health Department performs a very thorough water system operations, maintenance, and capacity evaluation every three years. ADEQ inspects the wastewater system annually. The CIP is developed every two years. Master plans are completed every five to seven years, or when impact fee studies are completed. Rate studies are completed every three years, and evaluate every financial aspect of the utility. Health Department design standards (Ten State Standards) require water and wastewater facilities be designed for at least a 20 year demand. Computer models allow thorough evaluation of new system impacts, and maintenance is tracked much better through work order systems. All of these activities are required, making the optional Operations Study redundant. The City can reach the same objectives, more efficiently and at less cost, by simply doing the other required studies. Finally, this year is operationally a poor year for the study. All aspects of the wastewater business will be changing with the switch-over to the west plant. Operational characteristics system wide will change, so any true study of wastewater operations would be functionally invalidated when the switch-over is completed. Nor have there been any significant changes to the water system since the last study. BUDGET IMPACT This creates a savings of as much as $165,000 from the adopted 2008 budget, and every three years thereafter. opus Study Not Needed CC Memo Jan08