HomeMy WebLinkAbout2008-08-26 - Agendas Taye ev le WATER/SEWER COMMITTEE AGENDA
Meeting Date of August 26, 2008
COMMITTEE: Chairman Kyle Cook; Aldermen: Lioneld Jordan, Bobby Ferrell, Adella Gray
COPY TO: Mayor Dan Coody, Sondra Smith, Gary Dumas, Paul Becker, Susan
Thomas, Jeremy Pate, Ron Petrie, Shannon Jones, Tom Hubbard, Peggy
Bell, Lynn Hyke, OMI
FROM: David Jurgens, Water and Wastewater Director U
V '
A meeting of the Fayetteville Water and Sewer Committee is plan ed for August 26,
2008, at 5:15 PM, in Room 326, Fayetteville City Hall, immediatel following the City
Council Agenda Session. Proposed topics include:
1. Approve Minutes of the July 29 Water/Sewer Committee meeting.
2. 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 Excavating $ 4,433,820 100%
WL-3 Porter— Hamestring & Old Wire—Gregg Combined contract with WL-1 100%
WL-4 Gregg Ave— Hamestring LS Gravity Line Oscar Renda $ 10,970,164 100%
WL-5 Force Mains Hamestring—West Plant Gamey Const $ 4,752,287 100%
WL-6 Hamestrinq Lift Station Brasfield & Gorrie $ 7,082,133 100%
WL-7 GreggAve Lift Station Crossland Heavy $ 1,527,000 100%
WL-9a Tieover-Critical Items OMI $ 65,000 100%
WL-10 Farmington Gravity Line Redford Const $ 335,967 100%
WL-11 Farmington Force Main Gamey Const $ 1,324,485 47.0%
WL-12 Farmington Lift Station JL Bryson $ 1,697,881 35.0%
EP-1 Noland Wet Weather Improvements Wilson Brothers $ 1,336,886 1009%
EL-1 Maly Wa non Lift Station and Force Main Gamey Const $ 1,393,880 100%
EL-2 Happy Hollow—Noland WWTP 42" Gravity Rosetta Const $ 10,431,995 100%
EL-3&5 Razorback- Happy Hollow 36/42" Gravity Bid Open 26Au 08
EP-2 Noland WWTP Renovation Archer Western $ 14,836,631 100%
EP-3 Noland WWTP Aeration, Clarifier Work $ 2,439,646 NTP 2 Sept 08
EP-4 Noland WWTP Oxygen Injection BluelnGreen $ 66,460 100%
WP-1b Broyles Road Construction Crowder Const $ 3,737,966 100%
BWD-1 Geos ntec Consulting Geos ntec $ 199,883 69.41%
WP-2b Wetlands Mitigation, WWTP Site Green Scaping $ 3,297 100%
WP&L BP West Side (WL-6 &WP-3) Backup Power PowerSecure $ 1,986,897 100%
WP-3 West Side WWTP Construction Brasfield & Gorrie $ 60,398,785 100%
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 85%.
z Project is substantially complete, meaning the.work can be used to execute its mission.
a. West Side WWTP Change Order Number 5 with Brasfield & Gorrie in the amount of
$246,329.18 is attached. This change order includes most items identified as we approached
startup and in the startup process. There will likely be one final change order with a final
reconciliation of all costs associated with the West Side WWTP.
b. East Side Gravity Line EL-1 and 3 Bid Opening is 26 August. Results will be
published at the meeting
c. WSIP Easement Update is attached.
W&S committee agenda 26Aug08
d. WSIP Construction Schedule & Cost Update will be distributed at meeting.
3. Impact Fee Discussion. Based on Committee guidance, the revised impact fee ordinance, with
tables, will be provided at the meeting.
4. Mount Seguoyah Water and Sewer Upgrades involves installing approximately 6,900' of water
and 600' of sewer line in the Mount Sequoyah area. The objective is to replace existing, old water
and sewer mains that are undersized and/or located underneath houses built after the original lines
were installed. Where this is the case, new meters and services will be installed. Design is
complete; the project will be bid upon receipt of all right of entry and easement documents. Work is
scheduled to be completed 180 days from the start of construction.
5. Sanitary Sewer Rehabilitation Project Update.
a. Basin 15 and minisystems 2, 5, 6, and 13A manhole rehabilitation in the southern and
Hamestring areas of Fayetteville is underway by Kim Construction rehabilitating over 800 manholes
in the southern and the Hamestring basin areas of Fayetteville. Work began in July 08 and is
currently 33% complete. Final completion is targeted for 20 January 09.
b. Insituform Sewer Pipe Lining Term Contract: the 2008 work order for approximately
10,000' feet of 6" - 12" cured in place lining has been issued. Work should begin in September and
be completed by year end.
c. Minisystems 5, 6, 13A, 20 and 32 sanitary sewer evaluation study(SSES) flow
monitoring, manhole inspections and smoke testing is underway by RJN ($395,109) . The study
involves the inspection of approximately 810 manholes and 175,000 linear feet of sanitary sewer
mains. The work began in May 08 and should be completed in Feb 09. Smoke testing will begin in
September.
6. Sludge Projected 2009 Costs and Alternative Discussion with staff and OMI regarding the
2009 budget, sludge alternatives, and the risks of our current system.
7. Johnson Contract Negotiation Update regarding water and sewer contracts.
8 Water/Sewer Committee Meeting is proposed for Tuesday, October 14 2008, 5:15, room 326
(following Agenda Session and Equipment Committee meeting).
Attachments: West Side WWTP Change Order 5, Brasfield & Gorrie
WSIP Easement Matrix
EL-3 and 5 Contract (To be distributed at meeting)
WSIP Construction Schedule and Cost Update (To be distributed at meeting)
Impact Fee Discussion Tables (To be distributed at meeting)
W&S committee agenda 26AugO8
777e . e
ARKANSAS Mayor's Approval
CONTRACT REVIEW MEMO
To: Mayor Dan Coody
Fayetteville Sewer Committee
5
From: David Jurgens, Water and Wastewater Director C/'
Date: 25 August 2008
Subject: Approval of construction contract Change Order umber 5 with Brasfield & Gorrie,
LLC., in the amount of $246,329.18, for construction of the West Side Wastewater Treatment
Plant, WSIP Subproject WP-3
RECOMMENDATION
Staff recommends approval of construction contract Change Order Number 5 with Brasfield &
Gorrie, LLC., in the amount of $246,329.18, with no change to the contract time, for
construction of the West Side Wastewater Treatment Plant, WSIP Subproject WP-3.
BACKGROUND
Brasfield & Gorrie was awarded the contract to construct the West Side Wastewater Treatment
Plant (WWTP) in October, 2005. Work is substantially complete. The WWTP first received
wastewater on 29 May 2008, and produced effluent on 1 June, 2008. The solids handling system
began processing biosolids in early July, and the bacteria odor control facilities are still growing
the bacteria for odor removal.
DISCUSSION
This Change Order rectifies items identified during the closing months of construction. There
will be one final change order reconciling all final quantities. The larger items involve (1)
paving the maintenance road to the outfall; (2) additional sidewalks throughout the site; (3)
covers over the post aeration basin and ultraviolet flume area; (4) constructing the generator pad
for the backup power generator(deducted from the Power Secure contract for a net savings; (5)
addition of heat tracing tape in the chemical storage tanks; and (6) several other miscellaneous
minor adjustments. It also includes deductions for the telephone system and the security and
camera system, which were installed by City crews. Brief descriptions of the major items are in
the two pages immediately behind the change order.
McGoodwin, Williams, and Yates has reviewed and recommend approval of this change order.
The West Side WWTP construction and transition to operations has proceeded incredibly well.
The team of Brasfield & Gorrie, McGoodwin, Williams and Yates, OMI, and City staff has
produced an excellent project.
BUDGETIMPACT
This change order uses $246,329.18 of the approved $2,400,000 contingency, and creates no
change in the contract time. A balance of$1,458,136.82 will remain in the approved project
contingency after this change order.
WP-3 Brasfield Change Order No 5 CC Memo Ju108
O A
THE C CRY OF FYETTEVN.LE ARKANSAS CHANGE ORDER
Project Number: 02133.0304
MAL Contract Number: WP-3
Contract Title: Westside Wastewater
Treatment Plant and the Wetland Berms and the Water Line at Broyles Road
Change Order No.: 5 Date of Issuance: August 1,2008
TO CONTRACTOR: Brasfield &GOrrle, LLC ORDINANCE NO:/RESOLUTION NO:
The Contract is changed as follows: EFFECTIVE
The Contract scope has been changed to include additions,deletions,and revisions to the
original Contract Documents. These changes reflect items of work required by proposed
field modifications of the Contract Documents as well as ongoing value engineering of the
project.
Note: Please refer to the attached documents for details of the proposed changes.
Not valid until signed by the Owner.
The original Contract Price was..........................................................................................................$59,994,710.00
Net change by previously authorized Change Orders.........................................................................$695,534.46
The Contract Price prior to this Change Order was ............................................................................$60,690,244.46
The Contract Price will be(®increased)(O decreased)(O unchanged)by.....................................$246,329.18
The new Contract Price including this Change Order will be.............................................................$60,936,573.64
The Contract Times will be(0 increased)(O decreased)(6.1 unchanged)by ...................................(O) days
Required date of Substantial Completion as of the date of this Change Order therefore is ................May 31,2008
NOTE: This summary does not reflect changes in the Contract Price or Contract Times which have been authorized by Work
Change Directives not incorporated in this or previous Change Orders.
Brasfield &Gorrie LLC City of Fayetteville
CONTRACTO OWNER
BY DATE BY DATE
McGoodwin, Williams and Yates, Inc.
ENGINEER
"')/1 f/ Uri
�f
`L-cw,s ��✓�v'L'��r DATE
Distribution: ❑Omer(4)
Contractor
❑Engineer
00940 Change Order 00940-1
WESTSIDE W WrP-CHANGE ORDER SUMMARY
CONTRACT WP-3
Description Increase Contract Decrease Value
Amount Contract En ineerin
Sales Tax and Fuel Savings ($728,268.00)
-. CFU9N,GE ORDER�t1
Work Directive#1 12"x 8"Tee and Valve Setting-Broyles Rd Waterline $12,830.00
Work Directive#2 12"Waterline Additions $5,697.00
Addition of 4 Wire Feed at Structures 7,10,24 and 25 $15,949.00
Chane Conduit Material from PVC Coaled rigid to Aluminum Rigid $44,235.00
Work Directive#5 Filter Outlet Changes Welded Outlets in lieu of Tee's $29,199.00
Change Clarifier Center Well Desi2n
UV Channel Modifications WD#7 $1,689.00
Inlet Facility Electrical Room Modifications $86,117.00
Gas Line Crossing $19,521.00
Jobsite Utility Vehicles $28,833.00
Over Excavate and Backfill with 97 Stone $206,572.00
Control Panels 1-LCP-7&19-LCP-3 $47,999.00
Influent Pipelines WITHDRAW $225,312 $0.00
Aerial Photo's $5,000.00
Exterior Light Fixture Calors Rejected
Combine 16-MCC 1 &2 $0.00
Additional Floor Boxes RFI#64 $2625.00
RFP#2 Deletion of HMI Programmino from Bauman's Scope OM1 to Perform $17,100.00
RFP#3 Duplication of PLC 24&25 UO's and Relocate Oxy Gen System $3,172.00
Conduit Revisions Between Structures#24 to Aerators $2,543.00
Additional Watenstoo at Clarifiers $15.401.00
Structure#17 Door Modifications ($541.00)
� t
Work Directive#9 Door Swing and add 2 Skylights Bldg g #23 $1,366.00
Work Directive#10 Building#23 Overhead Door Size Chane $297.00
Keystone Conveyor Control Panels $19,488.00
Additional Sales Tax $0.00
Influent Pipelines REVISED $231,245.00
CNANGE ORDER M
Concrete Thoroseal $145,113.00
Additional Caisson Depth $22,425.00
Additional Berm Material $5,136.00
Work Directive 012 Post Aeration Changes $2,378.00
Yard Piping Chan es U4&U5 $8,719.00
Work Directive#13 Biosolids Processin2 Building $254.00
Additional Point Loads Submittal 002-13125-0 Structure 17 $3,769.00
Contract Drawing Clarification 10 $2,295.00
Change Pipeline YP12 to C-900 $11,329.00
Additional Import Structural Fill Contract Unit Price $193,831.00
Structure 16 Chemical Feed Building Piping Material Chane $14,901.00
Transfer Switch Pad&Conduit for Power Secure $3,906.00
Photo Cells and Photo Cell Termination $9.315.00
Work Directive 914-Change Blower Piping to Galvanized $621.00
CDC#17-Additional Structural Lintel $3,774.00
RFI#94-Epmy Anchors $5,813.00
S acin of Bar Screen $2,322.00
8".flushing Line to 30"Forcemaln $73,883.00
Addition of Concrete Sidewalks $84,419.00
Addition of Vehicle Gate and Walk-through Gates in Site Fence $4,311.00
Textured/Stamped Concrete Sidewalk $1.353.00
Vinyl Wall Covering in Structure 22 $8455.00
Extension of Forcemains $11,160.00
Paving $35,180.00
Gas Line to Future Generator $1,764.00
Metal Liner Panels in 13 $16,492.00
Relocation of the FDC at Structure 22 $1,151.00
Structure#2 MOGs $4,75&00
Additional Pipe Supports 4 10 16 $6,667,00
Trim iece T-101 er Architect $711.00
Raisin of the Ceilin in Structure 16 Chemical Pump Room $6,145.00
WESTSIDE W P-CHANGE ORDER SUMMARY
CONTRACT WP-3
Bldg.23 Fiber Optic Duct Bank $6,518.00
Addition of 2 Receptacles at Structure 12 $751.00
Add Insulation from#10 Control Room to Canopy $432.00
ExtensionlModification on Channel Gates at 11 $3,129.00
RFP#4 Grit Pump Control Revision $1,206.00
Addition of Sump Pump drain at RASfVVAS Pump Station $755.00
$5.433.00
Construction for Power Secure Generator Pad $28863.00
OMI Drain Change to Eliminate Tri in Hazard in the Inlet Facilities $3,028.00
Addition of(2)6"Plup Valves at the WAS Tanks $6,886.00
RFP 9 5 Fire Alam Panel Connection $378000
RFP 9 6 Addition of Vendor Supplied PLCs to DCS Network $7,083.00
RFP#7 Addition of remote On/Off Control of 2-P-1 and 2-P-2 $777.00
RFP 9 8 Additional Emergency Stop Pushbuttons for Maceracer and Band Screen $2,097.00
RFP#9 Safety Disconnects at Entry Gate Operators $3,186.00
Additional Aerial Photos thm August 2008 $2,905.00
RFI-095 Type 7A Light Fixture Revision $2,054.00
Provide and Install(2)Gates at the Outfall Structure $2.208.00
Add Emergency Siren at Front Entrance Gate $514.00
Additional Asphalt Paving $50,937.00
Fire Lane Curb Painting $524.00
Addition of Sample Ports $5,973.00
Modification Made to Overhead Doors due to Interference $18,823.00
Install Additional Bollards $1,179.00
Install Bypass Line Around Solenoid Valves in Inlet Facilities per OMI $1,810.00
Install 5 Ton HVAC Unit in Lieu of 1.5 ton Mini Split Unit $10,834.00
Relocate 1.5 Ton Mini Split HVAC Unit to the Inlet Facilities Electrical Room $3,960.00
Labor to Repair Waterline Damaged by Crowder on Broyles Avenue $3,369.00
Additional Sod at Grit and Scum $4,528.00
Additional Sod at Post Aeration Area $955.00
Addition of Curb and Valley Drain Between Filter Bldg.and Post Aeration Basin $10 051.00
Additional Service Trip to Make Modifications to Andritz BFP System $6,003.00
Addition of Explosion Proof Solenjod Valves and Pressure Switch at Inlet Building $5,734.00
Refurbish Jobsite Utility Vehicles $12,529.00
Openings in Mezzanine at Structure#23 $785.00
Additional Signage $8,290.00
Additional Sidewalks From 3-16-08 to 7-11-08 $48.623.00
Addition of Checker Plate at Structure 18A and 11 $43,420.00
Modifications to Stairs to Eliminate Head Knocker in Structure 19 $13,055.00
Addition of Heat Tracing the Pipe at Structure 16 and 17 $36,807.00
Correction and Addition of Piping Between Grit Pump#1 and#2 $4,725.00
Site Security System ($75,000.00)
Site Telephone System ($50,000.00)
TOTALS $1,758,085.00 ($873,706.00) ($84,763.00)
original Contract Not to Exceed $59,994.710.00
Total Contract Cost Change $884.379.00
Increase Contract Not to Exceed Price By I Cost x 6.5%) $941,863.64
Kew Total Contract Not to Exceed Price $60,936,573.64
CHANGE ORDER#5
1 Construction for Power Secure Generator Pad
2 OMI Drain Change to Eliminate Tripping Hazard in the Inlet Facilities
3 Addition of (2) 6" Plug Valves at the WAS Tanks
4 RFP # 5 Fire Alarm Panel Connection
5 RFP # 6 Addition of Vendor Supplied PLCs to DCS Network
6 RFP # 7 Addition of remote On/Off Control of 2-P-1 and 2-P-2
7 RFP # 8 Additional Emergency Stop Pushbuttons for Maceracer and Band Screen
8 RFP #9 Safety Disconnects at Entry Gate Operators
9 Additional Aerial Photos thru August 2008
10 RFI-095 Type 7A Light Fixture Revision
11 Provide and Install (2) Gates at the Outfall Structure
12 Add Emergency Siren at Front Entrance Gate
13 Additional Asphalt Paving
14 Fire Lane Curb Painting
15 jAddition of Sample Ports
16 Modification Made to Overhead Doors due to Interference
17 Install Additional Bollards
18 Install Bypass Line Around Solenoid Valves in Inlet Facilities per ON
19 Install 5 Ton HVAC Unit in Lieu of 1.5 ton Mini Split Unit
20 Relocate 1.5 Ton Mini Split HVAC Unit to the Inlet Facilities Electrical Room
21 Labor to Repair Waterline Damaged by Crowder on Broyles Avenue
22 Additional Sod at Grit and Scum
23 Additional Sod at Post Aeration Area
24 Addition of Curb and Valley Drain Between Filter Bldg. and Post Aeration Basin
25 Additional Service Trip to Make Modifications to Andritz BFP System
26 Addition of Explosion Proof Soleniod Valves and Pressure Switch at Inlet Building
27 Refurbish Jobsite Utility Vehicles
28 Openings in Mezzanine at Structure #23
29 jAdditional Signage
3o Additional Sidewalks From 3-16-08 to 7-11-08
31 Addition of Checker Plate at Structure 18A and 11
32 Modifications to Stairs to Eliminate Head Knocker in Structure 19
33 Addition of Heat Tracing the Pipe at Structure 16 and 17
34 Correction and Addition of Piping Between Grit Pump #1 and #2
West Side WWTP Change Order Number 5 Summary of Changes
CO 5-1 Power Secure Generator Pad. Construction of the concrete pad for the
backup power generator. This cost was less than having PowerSecure
construct the pad, resulting in a deduct change order to the PowerSecure
contract.
CO 5-13 Additional Asphalt Paving Paving the road to the outfall structure.
CO 5-16 Overhead Door Modification. Deconflicting overhead door alignment with
conduits required in the structure.
CO 5-19 Increase HVAC size in the Ultraviolet Disinfection building. The planned
HVAC unit was insufficient for the heat generated within the Ultraviolet
Disinfection structure due to a change in manufacturer's requirements.
CO 5-24 Installing Curb at Post Aeration Basin. Installing curb and gutter to
prevent drainage from entering the post aeration basin area in large storms.
CO 5-27 Refurbish Job Site Utility Vehicles. Refurbishing the four wheel all
terrain vehicles for transfer to maintenance functions.
CO 5-30 Final Concrete Sidewalks. Concrete sidewalks at locations throughout site
that make the plant more functional and or much less expensive to
maintain. The majority of these are at locations that could not be
identified until the operator flow through the plant was determined.
CO 5-31 Adding Checker Plate At Ultraviolet Disinfection. Adding checker plating
at the ultraviolet disinfection flume and box to prevent algae growth that
may inhibit disinfection.
CO 5-32 Modifying Stairs in Solids Handling Building for Safety. Modifying the
stairs used to get to the upper areas of the belt filter presses to make them
meet OSHA requirements for overhead clearance.
CO 5-33 Addition of Heat Tracer Tape at Chemical Feed and Odor Control
Facilities. Adding heat tracer tape to the piping for the chemical storage
tanks. These structures were originally placed inside buildings, but the
buildings were made smaller and these items wre removed to reduce costs.
The heat tracer tape is required to prevent piping from freezing.
, Z m m m m m W � � � � �
m 0 m r N r r r r r
N (D rt W N w O) Ul A W N O
' a r r m r N S o n p Z pO
m CD �' 3' o 9 a m _o 0 o Q'
(D (D n (D (D A (D
Q N A O V y N (DCo
(D ? Ol
(D N
a^ n 0 v N o 0 0 o O
y c c -o cn m m00
a o
(D O. N O co r = 3 N '� (D
m pM p c (n 3 — o co z
c'
y _ 0 v N cc
Z3 c' < _
3 0 o c = D (D
O 7 6 y
C O 0 O
((D N = O- '0 ((D
O 0 6
O O j 7
3
(D W�
O CD i Z7
OO W W co 3 4p W N V Co =. n V?
D
(D
(D O_ O
c
G
'0
n O <
U7 A 0 0 (W S m
N (D O
CL N
D ((D
K z m
C D) c
Ut O W —� O .P N N (n N c
N N W Q O co V OO. CD A
W N CD ?
(D N
N N
D
0 fl
00 A O W O O O 0 0 0 0 0 0 0 N m
o o 0 0 o 0 0 0 0 0 0 0 0 m
0 0 0 0 0 0 0 0 0 0 0 D1 N (p
Q 3
(D (D
M
3 cn
m
.P. .P o � oo 0 0000000 R), � �
3 m v+
fQ y
69 CA EA Efl EA EA EA EA EA fA EA EA (A EA n
O
N _ —� W W V n
V O (oON co coANCD j W �� A Q O
C ^
C3) 4P — co V .P N O N W O .P (r
U� O co co o) A U1 O O N Co .p N (D
W N O 0 (T N -+ U7 O O M O M 0 Q n
0 0 0 0 0 0 0 6 0 0 0 0 0 0 .Z
0 0 0 0 0 0 0 0 0 0 0 0 0 0 N
{A EA fA Ci3 fA fA ffl ffl ffl EA fA EA fn O N
« .T
CDA
O O W N
O O (D
O O O D) O
O O O a
CD CD 0
O O O N
rt