HomeMy WebLinkAbout2011-10-11 - Agendas Supplement WATER/SEWER/SOLID WASTE COMMITTEE AGENDA SUPPLEMENT
a e evi le MEETING DATE OF OCTOBER 11, 2011
THE CITY OF FAYETTEVILLE,ARKANSAS
Arun HSAS
Committee: Chairperson Sarah Lewis; Aldermen: Adella Gray, Mark Kinion, Justin Tennant
Copy to: Mayor Lioneld Jordan; Sondra Smith, arr, Paul Becker, Lindsley Smith, Jeremy Pate, Chris
Brown, Lynn Hyke, Shannon Jones, Bell, Will Winn, CH2M Hill, Allison Atha
From: David Jurgens, P. E., Utilities Director ,
A Fayetteville Water, Sewer and Solid Waste Commi ee eeting will be October 11, 2011, 5:15 PM,
following the City Council Agenda Session, in room 321 Fayetteville City Hall. This is a supplement to the
original agenda.
1. AHTD Hwy 265 Budget Amendment is attached, recognizing cost share revenue from the Arkansas
Highway and Transportation Department for engineering and easement acquisition costs for water and sewer
relocations relating to the widening of Crossover Road (Highway 265) between Mission and Joyce Boulevard.
This budget amendment recognizes $596,957.75 (estimated within the agreement) from the AHTD to
reimburse the City for their share of engineering ($270,103.94) and easement acquisition ($326,853.81)
expenses, and allocates these funds to the project. The BA for construction reimbursement has already been
processed. Staff requests this item be forwarded to the full City Council.
2. KSB Sewer Pump Replacement bid waiver is requested, with a not-to-exceed amount of$15,000. During
a routine inspection of the Mally Wagnon pump station, it was discovered that one of the three submersible
wastewater pumps was not functioning properly. The unit was removed and it was determined the pump was
damaged beyond reasonable repair. The existing mounting and guide system within the pump station wet well
is such that only a KSB pump can be used as a replacement. It is not feasible to change out to a different
manufacturer. The station would have to be taken completely out of service to replace the base discharge
elbow and to replace the mounting guide system. This would most likely result in sewer overflows, would add
the cost of contract wastewater haulers to haul the water by truck, and would more than double the cost of
executing the repair. The cost of a replacement KSB pump is far less than the costs associated with taking the
pump station out of service and the possible risk of a sewer overflow during that time. A pump from a different
pump manufacturer would also not perform the same as the existing pumps, resulting in significant operational
challenges at the station. Therefore, staff recommends approving a bid waiver to have the unit replaced. Staff
requests this item be forwarded to the full City Council.
3. Water Treatment Residuals Land Application. Staff met October 10 with ADEQ Director Teresa Marks
and members of her staff, and received her personal commitment to support and expedite the project to the
extent allowed within the regulations. Based on the decisions and commitments made in the meeting, we feel
much more secure in receiving approval. Director Marks committed to granting a temporary authorization/
guarantee of no enforcement, allowing us to start our process as soon as the required ADEQ permit
application is submitted, rather than waiting up to six months for the permit to be issued. Upon receipt of her
letter, staff will be able to begin the required capital equipment purchases (truck, spreader, and loader).
4. Crossland Construction, Thermal Dryers Change Order 1 is attached for$5,670.00. The change order
accomplishes three tasks: (1) adds interior panels to isolate the dry product storage area from the main
equipment room, primarily for dust mitigation; (2)adds an opening in the south wall of the building to allow for
the installation of a product loading conveyor; and (3) adds 60 calendar days to the contract for unavoidable
equipment delays beyond the contractor's control. We will solicit bids for the dried product next month.
5. Eauigment Rental bid waiver. Staff is developing a bid waiver for City Council consideration for city-wide
equipment rentals. Different City departments often rent equipment for specific tasks. Generally the
equipment is not used often enough to warrant purchase, so renting is more cost effective. The types of
equipment can include lift equipment for hanging lights of the Ozarks, light sets for nighttime operations,
backup power generators for emergency use, specialized tools for varied needs, specialized equipment for
Water,Sewer and Solidase Committee Agenda Supplement Page 1 WA@ Commit eeAgenda Supplement]loin l
WATER/SEWER COMMITTEE AGENDA
MEETING DATE OF OCTOBER 11, 2011
Solid Waste transfer station operations, and bulldozers and large track hoes for large excavations and
construction. Virtually all field operation divisions rent equipment at different times through a year. Renting
equipment is often a short-term requirement, where the item is needed for anywhere from a few hours to
several months. There are a variety of rental vendors in the area, including but not limited to Herz, United
Rentals, Williams Tractor, Volvo, Precision Instruments, Warrior, and Hugg & Haul. Before any equipment is
rented, the renting division checks with other City divisions to ensure there is no similar equipment available
within the City. Rental equipment prices and availability is highly variable based on the number of like units a
vendor has in inventory, proximity to location where the equipment will be used, and the length of time the
equipment will be used. These variables make it impossible to bid this equipment in an annual bid. The need
is often short-term, with immediate needs to use the equipment. In all cases, at least three bids are solicited to
determine the best value for the City.
Attachments: 1 AHTD Budget Amendment
2 KSB Sewer Pump Replacement Memo and Quote
4 Crossland Construction, Thermal Dryers Change Order 1
Water,Sewer and Solidase Committee Agenda Supplement Page 2 WA9 CommitteeAgen&Supplement 1]Octl l
CITY COUNCIL AGENDA MEMO
ayereo, e MEETING DATE OF NOVEMBER 1,2011
THE CITY OF FAYETTEVILLE,ARKANSAS
AR NA NSAS
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Don Marr, Chief of Staff
From: David Jurgens, Utilities Director
Water/Sewer Committee
Date: October 11, 2011
Subject: Crossover Road Water and Sewer Relocation AHTD Budget Amendment for Engineering and
Easements
RECOMMENDATION
City Administration recommends approval of a budget amendment recognizing cost share revenue from the
Arkansas Highway and Transportation Department for engineering and easement acquisition costs for water and
sewer relocations relating to the widening of Crossover Road (Highway 265)between Mission and Joyce
Boulevard.
BACKGROUND
The project involves two simultaneous and collocated functions, relocating water and sewer lines as required in
preparation for the widening of Crossover Road (Hwy 265)between Mission and Joyce, and installing a 36"
and 24"transmission main along Crossover to connect to the existing 24" main on Crossover at Mission and the
existing 36"main on Old Wire Road.
The original agreement with the AHTD was approved by the City Council December 7, 2010. In general, the
AHTD pays for relocating lines currently existing outside the existing ROW, and the City pays for lines that are
currently inside the ROW and any increases in capacity. The construction portion of the cost share was
recognized into the budget when the construction contract was awarded to Gamey Construction.
DISCUSSION
This budget amendment recognizes $596,957.75 (estimated within the agreement) from the AHTD to reimburse
the City for their share of engineering($270,103.94) and easement acquisition($326,853.81) expenses, and
allocates these funds to the project.
BUDGETIMPACT
The $596,957.75 will be allocated to the project budget.
H 265 W-S Eng Ezsmnt BA CCMemo Octl l
Water,Sewer and Solid Waste Committee Agenda Supplement Page 3 o¥10
City of Fayetteville,Arkansas
V1 1.0425
Budget Adjustment Form
Budget Year Division: Utilities Director Request Date Adjustment Number
2011 Department: Utilities Director 10/11/2011
BUDGET ADJUSTMENT DESCRIPTION/JUSTIFICATION
To recognize cost share revenue from the Arkansas Highway and Transportation Department for estimated
engineering cost of$270,103.94 and estimated easement acquisition of$326,853.81. These costs are for water and
sewer relocations relating to the widening of Crossover Road (Highway 265) between Mission and Joyce Boulevard.
Prepared By: Cheryl Partain
Division Head Date cpartain
Reference:
Budget Director Date Budget& Research Use Only
Type: A B C D E P
Department Director Date
General Ledger Date
Finance Director Date
Posted to General Ledger
Chief of Staff Date Initial Date
Checked/Verified
Mayor Date Initial Date
TOTAL BUDGET ADJUSTMENT 596,958 596,958
Increase I(Decrease) Project.Sub
Account Name Account Number Expense Revenue Number
Professional services 5400.5600.5314.00 596,958 08072 . 1101
Federal Grants-Capital 5400.0940.4309.00 596,958 08072 . 1101
Water,Sewer and Solid Waste Committee Agenda Supplement Page 4 of 10
W:1Utiities Project Management Team\Hwy 265 Water&Sewer Relocation ProjedlEasement and Engineering Revenue from AHTD B9 Of 1
DEPARTMENTAL CORRESPONDENCE
aye evMe THE CITY OF FAYETTEVILLE,ARKANSAS
ARRA NSAS
To: Fayetteville Water and Sewer Committee
Thru: Mayor Lioneld Jordan
Don Marr, Chief of Staff
From: David Jurgens, PE, Utilities Director
Date: October 11, 2011
Subject: Approval of a Bid Waiver with Instrument 8c Supply, Inc. for the replacement of a KSB wastewater
pump for the Mally Wagnon sewer pump station, not to exceed $15,000
RECOMMENDATION
City Administration recommends approval of a Bid Waiver with Instrument & Supply, Inc. for the replacement
of a KSB wastewater pump for the Mally Wagnon pump station, not to exceed $15,000. Funds are available
within the Wastewater Treatment Plant CIP - Upgrade/Replace Pump Stations project.
BACKGROUND
The Mally Wagnon pump station has a rated capacity of 2.6 million gallons per day through three pumps
manufactured by KSB. The station collects sewer from a small area within Fayetteville east of Mally Wagnon
Road, north of Highway 16, and west of Lewis Woods. The station also receives all of the wastewater collected
and pumped from the City of Elkins. The station was constructed as part of the Wastewater System
Improvement Project and was put into service in mid-2008.
DISCUSSION
During a routine inspection of the Mally Wagnon pump station, it was discovered that one of the three
submersible wastewater pumps was not functioning properly. The unit was removed, and it was determined
the pump was damaged beyond reasonable repair. The existing mounting and guide system within the pump
station wet well is such that only a KSB pump can be used as a replacement. It is not feasible to change out to a
different manufacturer. The station would have to be taken completely out of service to replace the base
discharge elbow and to replace the mounting guide system. This would most likely result in sewer overflows,
and would add the cost of contract wastewater haulers to haul the water by truck, and would more than double
the cost of executing the repair. The cost of purchasing a replacement KSB pump is far less than the costs
associated with taking the pump station out of service and the possible risk of a sewer overflow during that
time. A pump from a different pump manufacturer would also not perform the same as the existing pumps,thus
resulting in ongoing operational challenges at the station. Therefore, staff recommends approving a bid waiver
to have the unit replaced.
BUDGETIMPACT
Funds are available within the Wastewater Treatment Plant CIP - Upgrade/Replace Pump Stations project,
number 02068.
KSB CCMemo1Nov1 l
Water,Sewer and Solid Waste Committee Agenda Supplement Page 5 of 10
\ INSTRUMENT & SUPPLY, INC.
P. O. Box 1679, Hot Springs, AR 71902
501-262-3282 Phone 501-262-4847 Fax
E www.isiequip.com
Pump & Fluid Control Specialists
October 11, 2011
TO: Mr. Shannon Jones, P.E.
City of Fayetteville, AR
QUOTE# 1011-06-1101
PROJECT: Lift Station 19 Pump Replacement
LOCATION: Fayetteville, AR
Dear Mr. Jones,
INSTRUMENT & SUPPLY, INC. IS PLEASED TO OFFER THE FOLLOWING ITEMS:
One (1) KSB submersible pump
Conditions: 900 GPM @ 49'TDH
Model: KTK 150/315 206XG
Process connection: 300MM flanged
Motor: 24HP 230V/460V 3PH 1160RPM w/50'cable
Installation: Type S
Net Budget Price Each,Not to Exceed: $13,000.00
Quote validity: 60 days from date of quote.
F.O.B.Fayetteville,AR
Shipment is 4-6 weeks after approval.
Terms
This proposal represents our best interpretation of plans, specifications, or design conditions. It remains the
purchaser's responsibility to verify quantities and compliances. Back charges will not be accepted unless we have
been notified in writing prior to work being done. Prices are F.O.B. factory unless otherwise noted. Applicable
sales taxes and installation costs must be added to all quoted prices. Prices are good for 30 days from bid date.
Payment terms are Net/30 days. A penalty equal to the maximum allowable interest rate will be applied to overdue
accounts.
Yours Truly,
Chris Enloe
Outside Sales
Water,Sewer and Solid Waste Committee Agenda Supplement Page 6 of 10
aye ev•lle CONTRACT CHANGE ORDER MEMO
THE CITY OF FAYETTEVILLE,ARKANSAS
ABKa NSaS
To: Mayor Lioneld Jordan
Thra: David Jurgens, Utilities Director
Don Marr, Chief of Staff
Fayetteville Water and Sewer Com ittee
From: Shannon Jones, Utilities Engineer
Date: October 11, 2011 "r
Subject: Change Order 1 to the construction contract with Crossland Heavy Contractors, Inc. for construction of
the Biosolids Management - Thermal Dryer project for$5,670.00.
RECOMMENDATION
Staff recommends approval of Change Order 1 to the construction contract with Crossland Heavy Contractors,
Inc. for construction of the Biosolids Management-Thermal Dryer project for$5,670.00.
BACKGROUND
The Contract provides for the construction of thermal dryer at the Noland Biosolids Processing Site,to dry
biosolids from both wastewater treatment plants. Prior to the installation of this dryer and the adjacent six solar
drying houses, the City hauled an average of 15 tractor trailer loads of biosolids weekly to landfills in Lamar or
Russellville. Fuel prices and tipping fees made the landfill operation much more expensive than when selected
in 2003. This summer, the solar dryer units have been able to dry the material to 85-90% solids, although
normal operations expect to produce a range of 40 - 70% solids. Substantial completion for the solar dryers was
reached on May 12, 2011. We will solicit bids for the dried product next month.
DISCUSSION
The change order accomplishes three tasks: (1) adds interior panels to isolate the dry product storage area from
the main equipment room, primarily for dust mitigation and control; (2) adds an opening in the south wall of the
building to allow for the installation of a product loading conveyor; and (3) adds 60 calendar days to the
contract for unavoidable equipment delays beyond the contractor's control.
BUDGETIMPACT
Funds are available in the project budget. The Council approved a $140,000 contingency for the project;
$134,330 will remain in contingency after this change order is approved.
CrosslandC01 CCMemo I10etl I
Water,Sewer and Solid Waste Committee Agenda Supplement Page 7 of 10
aye evi le
'Change Order No. I Page I of 2
CONTRACT CHANGE ORDER City Contract 2162 Schedale
City Resoullion# 203-10 Date 10/11/2011
City Project No.: 02133-0610
Project Name: Biosolids Management-Thermal Dryer Location: Fayetteville,AR
Owner: City of Favelteville Contractor: Crossland Heavy Contractors,Inc.
Address: 113 W.Mountain Address: P.O.Box 350
Fayetteville,AR 72701 Columbus,KS 66725
THE FOLLOWING CHANGES ARE HEREBY AMENDED INTO THE CONTRACT PLANS AND SPECIFICATIONS:
ITEM# DESCRIPTION DECREASE INCREASE
1 Add interior panels to isolate the dry product storage area from
the main equipment room. $2,473
2 Add opening in south wall of the building for a product
conveyor $3,197.00
3 Add 60 days to contract for equipment delays beyond the
contractors control.
TOTAL DECREASE AMOUNT $0.00
TOTAL INCREASE AMOUNT $5.670.00
NET CHANGE ORDERJ 1 $5,670.00
ENGINEERS FINAL
CHANGE TO CONTRACT AMOUNT: TOTAL AMOUNT ELIGIBLE AMOUNT
Original Contract Amount $2,770,280.00 $2,770.280.00
Total Previous Change Order(s) $0.00 $0.00
Net Amount This Change Order5$ .670.00 SJ670.00
TOTAL CONTRACT AMOUNT TO DATE $2.775.950.00 $2,775,950.00
:HANGS TO CONT RAI.I COMPLEf ION DATE,
Original Completion Date September 9,2011
Previous Adjusted Completion Date
(Increase)(Decrease)This Change Order 60 Calendar Days
JEW CONTRACT COMPLETION DATE: November 8,2011
RECOMMENDED: CITY OF FAYETTEVILLE
Construction Observer
BY: CONSTRUCTION&CONT.MGR.
Signature Title Date
RECOMMENDED: CITY OF FAYETTEVILLE
Engineer
BY: UTILITIES ENGINEER
Signature Title Date
ACCEPTED: Crossland Heavy Contractors,Inc.
Contractor
BY:
Signature Title Date
APPROVED: CITY OF FAYETTEVILLE
Owner
BY: _ Mayor
Si nature Title Date
Water,Sewer and Solid Waste Committee Agenda Supplement Page 8 of 10
CHANCE ORDER REQUEST DETAILS
Detail A
Liner Panels
Price Breakdown
Materials #of Units Unit Price Extension
° Metal Bldg Macerads I $813.00 $813.00
° STS 1 $r 00.00 $100.00
TotalMateaals $913.00
Labor #of Hours Hourly Wage FICA FUTA Total Hourly Extension
Tatallabar $0.00
Equipment 4 of Hours Hourly Cost Extension
Toa E4r,;y--t $0.00
Subcontractors #of Units Unit Price Extension
I Metal Bldg Sub I $i,I50.00 $I,I50.00
idSh&2m acmts $I.150.00
Total Materials.Labor.Equioment&Subcontractors $ZO63170
Overhead&Profit Percent Change Order Amount Extension
° Overhead Cost 5.00% $2,063.00 $I2I.35
° Profit 10.00% $2,063.00 $242.7I
Total Qnahrad&Pro&t $364.06
Total Change Order Am t $2427.06
Bond I.85% of Change Order Amount $4S.7S
Total Chan a OtderAmount with Bond A&473
Water,Sewer and Solid Waste Committee Agenda Supplement Page 9 of 10
CHANGE ORDER REQUEST DETAILS
Detail A
South Building Wall Opening for Conveyor
Price Breakdown
Materials #of Units Unit Price Execnsion
STS 1 $100.00 $100.00
Total Materials $100.00
Labor #of Hours Hourly Wage FICA FUTA Toral Hourly FXLeuSlOu
I Superintendent 8 $36.10 $5.20 $2.60 $43.90 $351.20
I Laborer 8 $14.25 $2.80 $1.40 $18.45 $147.60
Totallabor $498.80
Equipment ft of Hours Hourly Cost Extension
TotalEripemrnr $0.00
Subcontractors #of Units Unit Price Extension
I Metal Bldg Sub I $600.00 $600.00
I Electrical Sub I $670.00 $670.00
I Paint Sub I $798.00 $798.00
TOral.Snbmnrracrors $2,068.00
TohdAbp=2&Labor.Erripmenr&Subcoatracrots 2666.80
Overhead&Profit Percent Change Order Amount Extension
• Overhead Cost 5.00% $2,666.80 $I56.87
• Profit 10.00% $2,666.80 $3I3.74
TotalOverhad&Aro&c AMO61
Total Change OrdwAmorrar $3,137.41
Bond 1.85% of Change Order Amount 59.14
Total Change Order Amount with Bond 1&197
Water,Sewer and Solid Waste Committee Agenda Supplement Page 10 of 10