HomeMy WebLinkAbout2008-05-13 - Agendas aye ev sle WATER/SEWER COMMITTEE AGENDA
Meeting Date of May 13, 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, Tim Conklin, Jeremy Pate, Ron Petrie, Shannon 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 planned for May 13, 2008,
at 5:15 PM, in Room 326, Fayetteville City Hall, immediately following the City Council
Agenda Session. Proposed topics include:
1. Approve Minutes of the February 12, April 8 and April 29 Water/Sewer Committee meetings.
0
2. Mt. Sepuovah Pressure Plane Chance Order# 1 with McClelland Engineers, for$22,745, is
attached, as is related information including maps showing current and projected fire hydrant flows,
and two Arkansas Department of Health (ADH) letters. This project involves increasing the water
storage capacity on the Mt. Sequoyah pressure plane. In July, 2005, McClelland Engineers
developed a Preliminary Engineering Report of alternatives; costs are shown below. The ADH
identified that our current water storage of 250,000 gallons is approximately 25% of what is needed,
and that "additional storage needs to be constructed." The ADH letter of 7 April, 2008 states "The
Mt. Sequoyah area does not have adequate storage for the water demand in the area and the city
needs to address the situation." As this tank will service some of the very highest areas of the City,
there are very few locations that will meet the elevation requirements to provide adequate pressure
and that will match the pressure provided by the existing tank on the top of Mt. Sequoyah. The 2005
report identified possible locations and cost estimates, shown below. These estimates, which are
based on 2005 prices, include a 30% Engineering and contingency cost, need to be updated based
on current construction costs and did not include a $450,000 water pumping station that has to be
installed no matter which alternative is selected.
Hyland Park Lot $ 1,572,870
Beside Existing Mt. Sequoyah Tank $ 3,416,045
South End of Crest Drive $ 3,011,530
Behind Hyland Park Tennis Court $ 1,734,400
The McClelland change order allows for escalated engineering costs from when the original contract
was awarded in 2004. The resolution will include a component whereby the City Council confirms
the tank location, as required to complete the design work. As the Hyland Park tank site is the most
economical, staff has informed the POA of this meeting to enable fully informed discussion. Impacts
on fire protection, Health Department requirements, and funding issues will all be presented. There
is currently $2,078,549 in the budget. Several developments have contributed land, piping, and
easements to assist in this project. Once all information is fully evaluated, staff requests this
item be forwarded to the full City Council for consideration.
3. WSIP U date.
Contract Description Contractor Cost % Complete
WL-1 Porter—Hamestring & Old Wire—Gregg Oscar Renda $ 7,186,957 100%
WL-2 NorthSt—Poplar—Gregg Gravity Line T-G Excavating $ 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 $ 7,099,396 1000/-
W&S committee agenda UMay08
WL-7 Gregg-Ave Lift Station Crossland Heavy $ 1,527,000 100% 2
WL-9a Tieover-Critical Items OMI $ 65,000 w/WWTP startup
WL-10 Farmington Gravity Line Redford Const $ 335,967 13.8%
Construction
WL-11 Farmington Force Main Gamey Const $ 1,324,485 began 17-Maro8
WL-12 Farmington Lift Station JL Bryson $ 1,697,881 NTP 27May08
EP-1 Noland Wet Weather Improvements Wilson Brothers $ 1,327,794 100%
EL-1 Mally Wa non Lift Station and Force Main Garney Const $ 1,393,880 87.7%
EL-2 Happy Hollow-Noland WWTP 42" Gravity Rosetta Const $ 10,431,995 68.89/6
EP-2 Noland WWTP Renovation Archer Western $ 14,836,631 100%
EP-4 I Noland WWTP Oxygen Injection BluelnGreen $ 66,460 100%
WP-1b Broyles Road Construction Crowder Const $ 3,737,965 71.3%
BWD-1 Geos ntec Consulting Geos ntec $ 199,883 37.8%
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 I $ 60,398,785 93.8%
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%.
2 Project is substantially complete, meaning the work can be used to execute its mission.
a. West Side WWTP Change Order Number'4 in the amount of$273,671.00 with Brasfield
& Gorrie is attached. This Change Order rectifies several items identified during the eighteen
months of construction. The larger items involve (1) the 8" effluent line installed to backflush the 30"
force main; (2) additional surface concrete throughout the site; (3) escalation in paving costs; (4)
metal liner panels in the Post Aeration Blower Building; (5) extension of the incoming force mains to
project beyond the WWTP fence; and (6) several other miscellaneous minor adjustments. This
change order uses $273,671.00 of the approved $2,400,000 contingency, but creates no change in
the contract time. A balance of$1,722,254.15 will remain in the approved project contingency after
this change order.
b. West Side WWTP Equipment Bids for one forklift and one sludge trailer opened 8 April,
and were discussed at the 29 April Equipment Committee meeting.
c. WL-6 Change Order Number 5 will be distributed soon. This should be a net reduction
and reconciliation for all work performed, including channel monster installation.
d. Contract Legal Review-West Plant Construction Contract is attached with a not to
exceed cost of$10,000 with Williams & Anderson, PLC. They are reviewing the Guaranteed
Maximum Price contract to identify lessons learned for any future similar contracts and to ensure we
meet all contract obligations in closing out the West Side WWTP project.
e. WSIP Easement Update. An updated matrix is attached.
f. WSIP Construction Schedule & Cost Update will be distributed at meeting.
4. Impact Fee Discussion. Continuing discussions regarding impact fee adoption.
5. Greenland Wastewater Agreement/System Purchase. The Greenland wastewater service
agreement expires in December. Per a resolution adopted by the Greenland City Council, they wish
Fayetteville to accept ownership of their wastewater system. Fayetteville staff supports this action,
on the condition that the system is made "whole." To be whole, the system must meet current
regulatory requirements, must have rehabilitation complete or under construction, and must have a
reasonable allowance for future growth. More information shall be provided prior to or at the
meeting.
6. Decentralized Sewer Discussion. Continuing discussions regarding decentralized sewers.
7. Sanitary Sewer Rehabilitation Project Update.
a. Farmington Area. Projects complete.
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. The Notice to
Proceed was issued 26 March 08.
W&S committee agenda t3MayN
c. Insituform Sewer Pipe Lining Term Contract in the amount of$330,000, is attached.
This contract is for cured-in-place pipe lining for sewer lines, and is the most responsive and least
disruptive method of executing a permanent pipeline repair. It uses a lining method that allows all
engineering to be completed in-house, significantly reducing costs. It also greatly reduces digging
and time on the job, resulting in a much lower cost than other methods of repair. When it can be
used, this lining is by far the most cost-effective method of pipeline replacement. This term contract
is set up to be eligible for a total of five annual terms. I request this item be forwarded to the full
City Council for consideration.
d. Minisystems 5, 6, 13A, 20 and 32 sanitary sewer evaluation study (SSES)
engineering contract with RJN is attached for$395,109. This project involves the field study of all
pipe and manholes in the southern portions of Fayetteville and in Greenland. This is a continuation
of the ongoing City-wide program. The study involves the inspection of approximately 810 manholes
and the investigation of approximately 175,000 linear feet of sanitary sewer mains. I request this
item be forwarded to the full City Council for consideration.
8. 36" Water Line Improvements within the Fayetteville city limits between Joyce and Overcrest is
complete. Work at Hwy 412 is nearing completion.
9. Water/Sewer Committee Meeting is proposed for Tuesday, June 10, 2008, 5:15, room 326
(following Agenda Session). t
Attachments: Mt. Sequoyah Pressure Plane Information Packet
West Side WWTP Change Order#4, Brasfield & Gorrie
West Side WWTP Contract Review Contract, Williams & Anderson
WSIP Easement Matrix
Greenland Information Packet (to be distributed at meeting)
Insituform Sewer Pipe Lining Term Contract
Minisystems 5, 6, 13A, 20 and 32 SSES engineering contract, RJN
WSIP Construction Schedule and Cost Update (To be distributed at meeting)
i
W&S committee agenda BMayN
AMENDMENT NO. 1
To
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
McCLELLAND CONSULTING ENGINEERS, INC.
FAYETTEVILLE, ARKANSAS
For The
MOUNT SEQUOYAH PRESSURE PLANE IMPROVEMENTS PROJECT
The October 5, 2004 Agreement between the CITY OF FAYETTEVILLE and
McCLELLAND CONSULTING ENGINEERS, INC. is hereby amended to provide for
including current billing rates for engineering and geotechnical services, and to adjust the
total estimated compensation for previously approved engineering services from
$142,310 to $165,055. The updated billing rates and estimated billing amounts are
further defined in Appendix A to this Amendment No. 1.
All other provisions, covenants, recitals, terms and conditions of the Agreement,
which are not expressly amended herein, shall remain in full force and effect.
The parties hereby have executed this Amendment No. 1 on this date, the
day of 2007.
CITY OF FAYETTEVILLE, ARKANSAS
By:
Mayor
ATTEST:
By:
City Clerk
McClellanieConsulting Engineers, Inc.
By: V �
Tit e: President
ATT
// �,,��
By: tv' ✓Ga
Title: Vice President
FY042150 Amendment No. 1 Page I
APPENDIX A
To
AMENDMENT NO. 1
MOUNT SEQUOYAH PRESSURE PLANE
IMPROVEMENTS PROJECT
October 2004 Amendment
Contract No. 1
TASK DESCRIPTION Estimated Fee Billed to Date Estimated Fee
Public Involvement and Communications $36,400 $9,632.50 $36,400
Preliminary Engineering Report $5,200 $5,183.75 $5,200
Surveying for Preliminary Design $15,250 $20,580
Preliminary Geotechnical Services $7,860 $8,375
Preliminary Design Services $32,000 $10,730.00 $39,360
Final Design Services $41,800 $50,600
Bidding Services $ ,800 - $4,540
Direct Expenses $131.88 -
Total Estimated Compensationj $142,3101 $25,678.131 $165,055
FY042150 Appendix A
APPENDIX A
TO
AMENDMENT NO. 1
MOUNT SEQUOYAH PRESSURE PLANE IMPROVEMENTS PROJECT
2007 BILLING RATES
Effective April 1,2007
*HOURLY
CATEGORY RATE
Principal Engineer $ 147.00
Sr. Project Manager $ 137.00
Project Manager $ 126.00
Project Engineer II $ 105.00
Project Engineer I $ 84.00
Landscape Architect III $ 98.00
Landscape Architect II $ 86.00
Landscape Architect $ 50.00
Engineering Technician III $ 79.00
Engineering Technician II $ 63.00
Engineering Technician I $ 48.00
Construction Observer III $ 79.00
Construction Observer II $ 58.00
Construction Observer I $ 42.00
Chief Draftsman $ 68.00
Draftsman II $ 53.00
Draftsman 1 $ 48.00
Survey Technician $ 74.00
Registered Land Surveyor $ 90.00
Survey(2-Man or I-Man/Robotic)Crew $ 137.00
Field Survey-I Man $ 69.00
Party Chief $ 63.00
Soils Lab Supervisor $ 55.00
Soils Lab Technician II $ 42.00
Soils Lab Technician 1 $ 37.00
Clerk/Typist $ 48.00
Mileage $ 0.45
* Subject to Annual Adjustment
MCEMcCLELLAND Po. Box 1229
CONSULT/NG Fayetteville,Arkansas 72702-7229
ENG/NEERS, /NC. 479-587-130
ETT-5-16"`° '° sFa°` s � _ m MATERIALS LABORATORY Fax 479-443-9241
CONSTRUCTION MATERIALS LABORATORY
FEE SCHEDULE
June,2007
GENERAL:
Laboratory Field Technician* $ 40.00 per hour
Laboratory Engineering Technician $ 43.00 per hour
AHTD-Qualified Technician* 48.00 per hour
Engineering Technician' 55.00 per hour
Senior Engineering Technician 78.00 per hour
Lab Supervisor 60.00 per hour
Mileage 0.42 per mile
Consultation:
Lab Supervisor 60.00 per hour
Field Engineer 85.00 per hour
Project Engineer 95.00 per hour
Project Manager 130.00 per hour
Principal Engineer 140.00 per hour
Lab Report Preparation(per report) 45.00 per hour
SOILS:
AHTD-Qualified Field Technician 50.00 per hour
Soils Field Technician (1-hour minimum) 40.00 per hour
In-Place Compaction Test-Nuclear Gauge ASTM D 2922
Sample Pickup, or Stand-by Time
Nuclear Density Gauge Fee: (per Density Test); [Minimum$15.00 per trip, per project] 7.00 each
Liquid Limit, Plastic Limit, Plasticity Index(3 point) ASTM D 4318 50.00 each
Sieve Analysis-Washed No.200(Wet) ASTM D 1140 35.00 per sieve
Sieve Analysis-Dry ASTM D 422 8.00 per sieve
Hydrometer Analysis ASTM D 422 90.00 each
Specific Gravity ASTM D 854 50.00 each
Soils Classification, Unified or AASHTO ASTM D 2487 or AASHTO M 145 110.00 each
Laboratory Maximum Compaction Test ASTM D 698 or AASHTO T 99 130.00 each
Laboratory Maximum Compaction Test ASTM D 1557 or AASHTO T 180 145.00 each
Potential Volume Change-Swell Pressure 100.00 each
California Bearing Ratio-CBR ASTM D 1883 (3 point)(Proctor curve additional) 150.00 each
Shrinkage ASTM D 427 50.00 each
Soil Bearing Capacity(Engineering Tech.,2-hour minimum) 50.00 per hour
Non-ASTM Procedures Available On Request
CONCRETE:
Concrete Mix Design Price on Request
Review Concrete Mix Design (Lab Supervisor) 60.00 per hour
Confirm Concrete Mix Design Price on Request
Concrete Field Technician* (1-hour minimum): [For any of the following 6 items:] 40.00 per hour
• Concrete Cylinder or Beam Molding ASTM C 31
• Concrete Cylinder or Beam Pickup
• Concrete Slump Test ASTM C 143
• Concrete Air Content Test ASTM C 231 or C 173
• Cement Mortar or Group Sampling
• Stand-by Time
Unit Weight and Yield of Freshly Mixed Concrete ASTM C 138 50.00 each
AHTD-Qualified Concrete Technician:(1-hour minimum),[For any of the foregoing 6 items:] 50.00 per hour
Compressive Strength of Concrete Test Cylinders ASTM C 39(pad cap) 15.00 each
Compressive Strength of Concrete Test Cylinders ASTM C 39(sulfur capped) 25.00 each
ACI Grade I Concrete Field Testing Technician
C\EaiaGEOTECMfeesNMTiABJune-0>.vyp
Page 1 of 2
MCEMcCLELLAND P.O. Box 1229
CONSULT/NG Fayetteville,Arkansas 72702-1229
479-587-1303
751GNFD TO SERVE ENGINEERS, /NC. MATERIALS LABORATORY FAX 479-443-9247
CONSTRUCTION MATERIALS LABORATORY
FEE SCHEDULE
June,2007
CONCRETE(Continued):
Spare Cylinders Specimens Processed but not Tested 15.00 each
Schmidt Hammer Testing(Engineering Tech,2-hour minimum) 55.00 per hour
Flexural Strength of Concrete Beams ASTM C 78 or C 293 40.00 each
Spare Beam Specimens Processed but not Tested 30.00 each
Compressive Strength of Grout Cubes 35.00 each
Compressive Strength of Cement Mortar Cubes 20.00 each
Concrete Coring(3"or 4"):
Core Machine & Lab Technician 75.00 per hour
Additional Lab Technician, as required n 40.00 per hour
Compressive Strength of Concrete Cores(3"or 4") 35.00 each
Other Core Sizes Price on Request
Aggregate Sieve Analysis:
Dry Sieve ASTM C 136 8.00 each
Wet Sieve ASTM C 117 35.00 each
Fineness Modules 25.00 each
Decantation 35.00 each
Deleterious Materials 60.00 each
Specific Gravity and Absorption of Aggregate ASTM C 127&C 128 85.00 each
Dry Rodded Unit Weight of Aggregate ASTM C 29 60.00 each
Sodium or Magnesium Sulfate Soundness(5 cycles) ASTM C 88 300.00 each
Additional Cycles 50.00 each
ASPHALT:
Asphalt Mix Design (Marshall Design Method) Price on Request
Review Asphalt Mix Design(Sr. Engr. Technician) 78.00 per hour
Asphalt Field Technician
In-Place Compaction Test-Nuclear Gauge(Lab Technician) 40.00 per hour
Sample Pickup 40.00 per hour
Marshall Test including Stability, Flow, Laboratory Density, Percent Air Voids,
Percent Voids in Mineral Aggregate (3 specimens per test) 400.00 each
Extraction including percent Bitumen and Aggregate Gradation 325.00 each
Laboratory Density of Cored Plugs including Depth Measurement 30.00 each
Asphalt Coring(3"or 4"):
Core Machine& Lab Technician 75.00 per hour
Additional Lab Technician,if required 40.00 per hour
Sample Pickup 40.00 per hour
FIREPROOFING:
Unit Weight, Bonding Strength,Thickness and Sampling
(actual time required for Lab Technicians) 45.00 per hour/Tech.
Report Preparation (Lab Supervisor) 60.00 per hour
STRUCTURAL STEEL:
Bolt Torque Testing: Lab Technician(s) 40.00 per hour
Field Engineer 85.00 per hour
Pneumatic Torque Wrench Calibration (twice per day) 50.00 each
Visual Weld Inspection Field Engineer 95.00 per hour
Services not Listed are Available on Request
All prices are subject to revision each year
C ldalaIGEOTECRfeeSMT-U&Jun"TL d Page 2 of 2
MCEMcCLELLAND P.O. BOX 1229
CONSULTING Fayetteville,Arkansas 72702-1229
DESIGNED ENGINEERS, INC. 479-443-1303
DFSIGNFD TO SERVE MATERIALS LABORATORY _ FAX
479-_4_4_3-92.41
GEOTECHNICAL INVESTIGATION FEE SCHEDULE
June 2007
HOURLY
CATEGORY RATE
Mobilization of $2.25/mile ( each way )** ( from Fayetteville, Ark. ) $ 75.00 minimum
Soil Drilling including Sampling 8.50 per foot
Rock Drilling (Rotary Bit) * 12.00 per foot
Rock Coring (Diamond Bit) *** 35.00 per foot
Setting Casing Through Overburden, as required 8.00 per foot
Boring Setup Charge 35.00 per each
Standby Time (Rig and Crew On-Site), if required 120.00 per hour
Layout of Boring 60.00 per hour
Crew Travel Time a 60.00 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 (CBR)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 90.00 each
Triaxial Test(Single Stage) 135.00 each
Triaxial Test(Multi-Stage) 180.00 each
Remolded Sample 55.00 each
Draftsman 53.00 per hour
Senior Draftsman 68.00 per hour
Clerical 48.00 per hour
Design Engineer 85.00 per hour
Project Engineer(Soils Engr.) 95.00 per hour
Project Manager(Senior. Soils Engr.) 135.00 per hour
Principal Engineer 145.00 per hour
Senior Engineering Technician 78.00 per hour
Engineering Technician 63.00 per hour
Soils Technician 40.00 per hour
Two Flagmen 80.00 per hour
Mileage 0 .42 per mile
Backhoe Rental (4 hour minimum) 80.00 per hour (min)
Dozer Rental (4 hour minimum) 100.00 per hour(min)
Rock Bits 375.00 each
Diamond Bits 575.00 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 Clientis responsiblefor drill bit costs while drilling
into and/or through a chert, a very hard limestone formation,or other very hard formation, whenever new or slightly
used drill bits are worn out during the drill operations.
Hourly Rates subject to adjustment annually
C IdaWe GEOTECHIfees\GEO-FEEF2007. pd:jm
Et
1 -
_ 14
tom ='
OE
Vt
_ .•� +:
7
Y !
4. �
w r pp r y
t
Y L
r• ,+
1. I � , •..L �S.r'iR ,y•If,
gurj
I F�
{
61 • -
}
J F
t
qyF Jr � M1
ry �
1
L-`
' � .�.. Y I Q, �• ^^^�JGYY�
It,
tt
- a
r
a
Arkansas Department
of Health and Human ServiAeU
Division of Health
Paul K. Halverson, DrPHI Director.
Engineering Section—Environmental Health Branch!Center for Local Public Health
Postal Address P.O.Box 1437,Slot H-37 Little Rock,AR 72203-1437 q 1-501-661-2823 TDD: 1.800.2344399
Physical Address for UPS or Fedex 4815 West Markham St.,Slot H-37 Little Rock,AR 72205 Fax:1-501-661-2032
December 20r 2005
Robert W. White, PE
McClelland Consulting Engineers, Inc.
P.O. Box 1229
Fayetteville, Arkansas 72702-1229
RE: Preliminary Engineering Report
Mount Sequoyah Alternative Water S st improvements
mprovements
Fayetteville, Washington County .I
ADHHS# 55337
i
Dear Mr. White:
I
We have reviewed the report and your letter df December 7th and while
we concur is general, we have the following camm:ents:
!I
1. Ten State design standards call for 2411hourn of storage at
average demand. Current average demaac in the Mt. Sequoyah
pressure plane is 970,000 gallons. Currrent storage is 250,000
gallons or approximately 6 hours. Fayetteville's storage in the
Mt. Sequoyah pressure plane is inadequate and additional storage.
needs to be constructed. ,
2. The proposed 500,000 gallons of storage and the existing 250,000
gallons of storage would give- approximately 18 hours of storage.
Given the proposed growth with the Stone Mountain development and
the potential for growth to the east of Starr Drive, we recommend
the construction of a 750,000 gallon tank in the Mt. Sequoyah
pressure plane. The proposed 500,000 gallon tank could be
considered as a deductive alternative. I
3. We recommend the use of Alternative Tank Site No 1. (Existing
City owned Hyland Park lot) . The City already owns this site and
it was designated as a tank site when the surrounding property
was developed. This site appears to be the beet site given the
layout of the existing water distribution system and it has the
lowest cost to develop. !) .
a
i
I
I
I
i
6. The tank construction and operation mill need to address mater
quality so that problems with stagnant seater do not occur. This
could be accomplished by a dedicated transmission main with an
inlet into the tank and a separate outlet to the distribution
system. This can also be addressed by controlling the tank fill
and drain volumes. We recommend that the tank be operated so that
at least 1/3Y° of the tank volume is changed daily. This could
require the operating level o£ .the tankto fluctuate by as much
o as 1/3z° the head range of the tank depnding upon the design of
the tank and distribution piping.
S. Consideration should be given to the likely point(s) of
connection for future
growth to the east of Starr Drive. If the
future point(a) of connection will be north east of the tank
site, it may appropriate to upsize the proposed Canterbury Road
connection. If the future point(s) of connection will be due
east or south east of the tank s4te, consideration should be
given to changing the Canterbury Road connection to go east from
the tank outlet to the 6 inch main at the intersection of
Canterbury Circle and Lovers Lane I
6. It is up to the City of Fayetteville tolmake the final
determination on the tank size, the tank site, and other
improvements to the water distribution 'system, however the
problems with pressure and supply used 'to be corrected.
The Preliminary Engineering Report will be re I pained for our files.
i
When submitting correspondence pertaining to lthia project, please
include our reference number ADHHS# 55337.
Sincerely,
Robert Hart, P.E.
Chief Engineer
Division,.1of Engineering
'RH(s CSC:RAD:rd � -
I
cc: Washington County Sanitarian -
Ody Hien, Area 1 Plumbing Inspector
% Fayetteville Water Utilities j
City Engineer's Office, Fayetteville, AR.
www.healthyarkansas.cdm
Serving more than one million Arkansans each year
t i
J
X14 4515V\V"! \C:'kimp"SI'vo )JOIc Ark;w,.,s 'I OcIA...n( 0 66, MOO
N� Mllvv)-Son.71011,1"ACH),,I)hcelm a 'ale 1 Offi<e,
S P,—,mv, ing Scc Imn,Slot 1137 hi'(Il-66-203 Paz
501-66 1.2012
Arto lvws I-Ineigmy S01 661-2130
April 7, 2008
David jurgens, PE
Water and Wastewater Director
City of Fayetteville
113 West Mountain
Fayetteville, Arkansas 72701
Re: Preliminary Engineering Report
Mt. Sequoyah Water System Improvements
Fayetteville, Washington County
ADH# 55337
Dear Mr. Jurgens:
we are inquiring about this project to see if there has been any
progress towards developing any of the improvements listed in the
referenced Engineering Report.
We concurred with the report in general in December of 2005 and
have not received any information that any of the alternatives
are being developed.
The Mt. Seq-uoyah area does not have adequate storage for the
water demand in the area and the city needs to address the
situation.
Please provide us with any information that you can give us on
the status of these improvements.
Sincerely,
L
RoPA. Davis
District Engineer
Arkansas Department of Health
Serving moi-e than oi)e million Arkansans eacli ),ua-
��c �v nNS �� City Council Meeting of N/A- Mayor's Approval
CONTRACT REVIEW MEMO
To: Mayor Dan Coody
Fayetteville Sewer Committee
From: David Jurgen, Water and Wastewater Director n
Date: 10 May 2008 "o
Subject: Approval of construction contract Change Order Nu her 4 with Brasfield& Gorrie, LLC., for
an additional cost of$273,671.00, with no change to the contract time, for construction of the West Side
Wastewater Treatment Plant, WSIP Subproject WP-3
RECOMMENDATION
Staff recommends approval of construction contract Change Order Number 4 with Brasfield&Gorrie,
LLC., for an additional cost of$273,671.00, 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 over 95%complete, and is on track to meet the substantial
completion date of May 31, 2008.
DISCUSSION
This Change Order rectifies several items identified during the eighteen months of construction. The
larger items involve(1)the 8" effluent line installed to backflush the 30"force main; (2) additional
surface concrete throughout the site; (3) escalation in paving costs; (4) metal liner panels in the Post
Aeration Blower Building; (5) extension of the incoming force mains to project beyond the WWTP fence;
and(6) several other miscellaneous minor adjustments.
There are a few other details outstanding at this time. These include relatively minor functional
operational and safety items that could not be identified until the facility construction is nearing
completion. More details on these issues will be presented in Change Order#5.
McGoodwin, Williams, and Yates has reviewed and concur with the items in this change order.
The West Side WWTP renovation and upgrade project has been proceeding very smoothly and with
virtually no problems. The team of Brasfield&Gorrie,McGoodwin, Williams and Yates, OMI, and City
staff are producing an excellent project that is proceeding on time and within the approved project cost.
BUDGETIMPACT
This change order uses$273,671.00 of the approved$2,400,000 contingency,but creates no change in the
contract time. A balance of$1,722,254.15 will remain in the approved project contingency after this
change order.
WP-3 Brasfield Clmnge Order No 4 CC Memo Api08
z` .F E "F1111
CHANGE ORDER
THE CITY OF FAYETTEVILLE,ARKANSAS
Project Number: 02133.0304
Contract Number: WP-3
Contract Title: Westside Wastewater
Treatment Plant and the Wetland Berms and the Water Line at Broyles Road
Change Order No.: 4 Date oflssuance: April 16,2008
TO CONTRACTOR: Brasfield R' 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 .......................................-................................$421,863.46
The Contract Price prior to this Change Order was ............................................................................$60,416,573.46
The Contract Price will be(0 increased)(0 decreased)(0 unchanged)by .....................................$273,671.00
The new Contract Price including this Change Order will be.. -.......................................................$60,690,244.46
The Contract"Times will be(0 increased)(0 decreased)(l]unchanged)by ...................................(0) 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 8 Gorrie. LLC City of Fayetteville
CONTRACTO OWNER
21-D
BY =DATE, BY DATE
McGoodwin, Williams and Yates, Inc.
ENGINES
BY DATE
I certify there is a balance otherwise unencumbered to the credit of the appropriation to which the above amount is chargeable,
and a cash balance otherwise unencumbered in the treasury to the credit of the fund from which payment is to be made, each
sufficient to meet the above obligation.
Distribution: ❑Owner(4)
❑Contractor
❑Engineer
00940 Change Ode,
WESTSIDE WWTP-CHANGE ORDER SUMMARY
CONTRACT VJPJ
BRASFIELD
GORRIE
GENERAL CONTRACTORS Description Increase Contract Decrease Value
Amount Contract En meerm
Sales Tax and Fuel Savings $728,268.00
-r'C,HANGE
Work Directive#1 12"x 8"Tee and Valve Settin -Bro les Rd Waterline 512,830.00
Work Directive#2 12'Waterline Aditions $5697.00
Addition of 4 Wire Feed at Structures 7 10 24 and 25 $15,949.00
Chan e Conduit Material from PVC Coated ri id to Aluminum Ri id $44 235.00
Work Directive#5 Filter Outlet Chan es Welded Outlets in lieu of Tee's $29,199.00
Chan e Clarifier Center Well Desi n
UV Channel Modifications WD 47 $1 689.00
Inlet Facilit Electrical Room Modifications $86,117.00
Gas Line C $19,521.00
Jobsite Utilit Vehicals $28,833.00
Over Excavate and Backfill with#7 Stone $206,572.00
Control Panels 1-LCP-7&19-LCP-3 $47999.00
Influent Pi Clines WITHDRAW $225,312 $0.00
Aerial Photo's $5,000.00
Exterior Li ht Fixture Colors Re acted
Combine 16-MCC i &2
$0.00
Additional Floor Boxes RFI#64 $2,625.00
RFP#2 Deletion of HMI Program-in from Bauman's Sco e OMI to Perform $17 100.00
RFP#3 Du lication of PLC 24&25 VO's and Relocate Oxy Gen System $3 172.00
Conduit Revisions Between Structures If 24 to Aerators $2 543.00
Additional Waterstop at Clarifiers $15 401.00
Structure#17 Door Modifications ($541.00)
�; CHANCE ORDER#2 _- - --
Work Directive#9 Door Swin and add 2 Skylights BRJ2#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 Pi Clines REVISED $231,245.00
CHANGziia
Concrete Thoroseal 113.00
Additional Caisson De th 425.00
Additional Berm Material 136.00
Work Directive#12 Post Aeration Chan 378.00
Yard Pi in Chan as U4&US $8,719,00
Work Directive#13 Biosolids Pracessin $254.00
Additional Point Loads Submittal 002-131769.00
Contract Drawin Clarification 10 295.00
Chan a Pi aline YP12 to C-900 $11 329.00
Additional Imart Structural Fill Contract Unit Price $193.831.00
Structure 16 Chemical Feed Buildin Pi in Material Chane $14,901.00
Transfer Switch Pad&Conduit for Power Secure $3,906.00
Photo Cells and Photo Cell Termination $931500
Work Directive#14-Chan a Blower Pi in to Galvanized $621.00
CDC#17-Additional Structural Lintel
$3,774.00
RFI#94-E o Anchors $5,813.00
Spacing of Bar Screen $2,322.00
Rto
, . ;aFluso Line re a dewalkForceain $73 883.00
n of Concrete Sidewalks 1 $84,419.00
of Vehicle Gale andWalk-throw h Gates in Site Fence - $d/Stam ed Concrete Sidewalk 4 $1 3530all Coverin in Structure 22 $8 4550on of Forcemains $11 1600�'=° $351800e to Future Generator $1 7640iner Panels in 13 t ei $16492.00
Relocation of the FDC at Structure 22 a "" $1 151.00
Structure#2 MOGs 1! $4756.00
Additional Pie Supports 4, 10 16 11. $5667.00
Trim piece T-101 per Architect $711.00
Raising of the Calling in Structure 15 Chemical Pump Room $6 145.00
Bldg.23 Fiber Optic Duct Bank $6,518.00
Addition of 2 Receptacles at Structure 12 $751.00
BRASFIELD AND GORRIE,LLC
Sou 7Tx Avenue South Birmingham,Alabama 35235
r:zo5.3z8.4000 r:205-1511304 w:BrasficldGorric.com
MSTSIDE VANTP-CHANGE ORDER SUMMARY
CONTRACT W -3
Add Insulation from#10 Control Room to Canopy $432.00 F-
Extension/Modification on Channel Gates at 11 $3.129.00
RFP#4 Grit Pump Control Revision $1.206.00
Addition of Surnia Pump drain at RAS/WAS Pum Station $755.00
Bldg.16 Immersion Heaters Electrical Provisions
$5,433.00
CHANGE
Opening at the Mezzanine in Bldg.23
Checker Plate over the Trenches at Structure 16
Modifications to piping drain in Inlet Facilities
Addition of(2)Plug Valves at the WAS Tanks
Fire Alarm Panels Connections
RFP#6 Addition of Vendor Supplied PI-Gs to DOS Network
ITOTALS
$1,401,790.00 ($748,706,00) ($84,763.00)
06911131 Contract Not to Exceed $59,994,710.00
Total Contract Cost Change $653,084.00
Increase Contract Not to Exceed Price By I Cost x 6.50/al $695,534.46
New Total Contract Not to Exceed Price $60,690,244.46
= , "CHANGE QRDfLR'#4„
1 8" Flushing Line to 30" Forcemain
2 Addition of Concrete Sidewalks
3 Addition of Vehicle Gate and Walk-through Gates in Site Fence
4 Textured/Stamped Concrete Sidewalk
s Vinyl Wall Covering in Structure 22
6 Extension of Forcemains
7Pavin
8 Gas Line to Future Generator
9 Metal Liner Panels in 13
10 Relocation of the FDC at Structure 22
11 Structure #2 & # 12 MOGs
12 Additional Pipe Supports 4, 10, 16
13 Trim piece T-101-Per Architect
14 Raising of the Cej[tg in Structure 16 Chemical Pump Room
15 -Bldg. 23 Fiber Optic Duct Bank
16 Addition of 2 Rece tacles at Structure 12
17 Add Insulation from #10 Control Room to Canopy
18 Extension/Modification on Channel Gates at 11
19 RFP #4 Grit Pump Control Revision
20 Addition of Sump Pump drain at RASNVAS Pump Station
21 Bldg..16 Immersion Heaters Electrical Provisions
aye c V11 IC Mayor's Approval
A H KANIh5
CITY COUNCIL AGENDA MEMO
To: Mayor Dan Coody
Thru: Fayetteville Sewer Committee
From: David Jurgens, Water and Wastewater Director
Date: 9 May 2008
Subject: Approval of a contract with Williams &Anderson LC in the amount of$10,000 for
Construction Contract Review Legal Services pertaining to t e West Side Wastewater Treatment
Plant contract with Brasfield & Gorrie
RECOMMENDATION
City Administration recommends approval of a contract with Williams & Anderson PLC in the
amount of$10,000 for Construction Contract Review Laegal Services pertaining to the West Side
Wastewater Treatment Plant contract with Brasfield & Gorrie.
BACKGROUND
The $59,994,710 negotiated procurement/guaranteed maximum price contract with Brasfield &
Gorrie to construct our wastewater is the first of its kind for Fayetteville and for any municipality in
Arkansas. The project has been running so smoothly that staff is considering using this type
procurement and contract for other large projects in the future, where appropriate. In order to
capitalize on lessons learned from this contract, to ensure the best possible execution of any future
contracts, because this contract is large enough to warrant an extra quality control check, and to
ensure we handle contract change orders, project close out and final reconciliation smoothly and
completely properly, staff recommends we hire an attorney specializing in public agency
construction contract law to review this construction contract.
DISCUSSION
Williams &Anderson was selected by committee in September, 2007, based on their expertise in
government contracts including guaranteed maximum price contracts. As the West Side WWTP
approaches completion, the time has come to have them review the contract and the associated
change orders identify lessons learned for any future similar contracts and to ensure we meet all
contract obligations in closing out the West Side WWTP project. Because the owner-contractor
relationship between the City and Brasfield has been so good, this project has not provided the
opportunity to identify potential problems within the contract. These problems generally only
appear when the owner-contractor relationship is not as strong. We would rather identify these
issues as painless lessons learned rather than someday when we may be in an adversarial
relationship.
This action was approved by the Water/Sewer Committee on 10 July 2007.
BUDGET IMPACT
Funds are available in the WSIP project budget.
West Side WWTP Attomey Review CCMemo
Williams&Anderson PLC
City of Fayetteville, Arkansas
Construction Contract Review Legal Services
Contract (RFQ 07-12)
This Agreement made and entered into by and between City of Fayetteville, Arkansas, 113
W. Mountain Street, Fayetteville, AR, 72701 and Williams & Anderson PLC, and
WHEREAS, City of Fayetteville has by Committee awarded the project for WSIP
Construction Contract Review Legal Services; and
WHEREAS, Williams & Anderson PLC and City of Fayetteville for the consideration
hereinafter named, agree and acknowledge that:
Williams & Anderson PLC agrees to provide all the staff, facilities, materials, equipment and
labor necessary to carry out, in good faith, the complete requirements of the "project"
(providing legal services for Wastewater System IrMprovement Project (WSIP) construction
contract review) specified in strict conformity with all sections of the RFQ # 07-12, hereinafter
set forth, whose program services together with the Consultant's Proposal, the Advertisement
for Bids, Instructions to Proposers, General Conditions, Representations, this Agreement, and
all addenda hereto, shall form essential parts of this Agreement as if fully contained herein.
The RFQ and Consultant's bound written Proposal are attached hereto and marked "Exhibit
A"for reference. Specifically, Williams & Anderson PLC shall consult with and advise the City
with respect to appropriate contract provisions, procedures and practices which the City of
Fayetteville ought consider in connection with future negotiated procurement/guaranteed
maximum price contracts, including without limitation, value engineering, change orders, cost
categories, cost savings/sharing, and price escalation.
Nothing herein requires Williams & Anderson to accept an assignment that would require it to
violate any law or professional obligation imposed upon Williams & Anderson. City of
Fayetteville agrees to pay Williams & Anderson PLC in current funds, for the performance of
this Contract in accordance with the Fee Schedule, attached.
Compensation for these services will not exceed $10,000.00, and will be based on the hours
worked times the billing rates shown on the attached Fee Schedule, plus reimbursable
expenses.
City of Fayetteville and Williams & Anderson PLC agree that the RFQ #07-12 , hereinafter set
forth, whose services together with the Consultant's Proposal, the Advertisement for Bids,
Instructions to Proposers, General Conditions, Representations, this Agreement, and all
addenda hereto annexed are as fully a part of the Contract as if attached or herein repeated.
City of Fayetteville shall have 30 working days from approval by the Project Manager in which
to pay Williams & Anderson PLC subject to any documentation requests by City of
Fayetteville as necessary to allow City of Fayetteville to evaluate the completeness and
accuracy of monies due.
To the fullest extent permitted by laws, statutes, rules and regulations, Williams & Anderson
PLC shall indemnify and hold harmless City of Fayetteville, and its Officers, Directors,
Page 1 of 5
City of Fayetteville-Cont nct Finakloc
Williams&Anderson PLC
Employees, Agents, and other Consultants of each and any of them from and against claims,
costs, damages, losses, and expenses, including but not limited to all fees and charges of
attorneys and other professionals and all court costs, arising out of or resulting from
performance of the Work, but only to the extent caused in whole or in part by negligent acts or
omissions of Williams & Anderson PLC its Officers, Directors, Employees, Agents, and
anyone directly, or indirectly employed by them or anyone for whose acts they may be liable,
however, nothing in this agreement creates an agency relationship between Williams &
Anderson and such entities as court reporters or court reporting services, regardless of
whether or not such claim, cost, damage, loss, or expense is caused in part by a party
indemnified hereunder, except that no party shall indemnify any other party or person for their
own sole negligence. Such obligation shall not be construed to negate, abridge or reduce
other rights or obligations of indemnity which would otherwise exist as to a party or person
described in this Paragraph.
Williams & Anderson PLC agrees to comply with the laws of.the State of Arkansas and
applicable federal laws. Notwithstanding statutory exemptions or exclusions, Williams &
Anderson PLC agrees to subject itself to the jurisdiction and process of the Courts of
Washington County, State of Arkansas as to all matters and disputes arising or to arise under
this Agreement and the performance thereof, including all issues relating to liability for taxes,
licenses or fees levied by the State, unless federal jurisdiction applies in which case Williams
& Anderson PLC agrees to subject itself to the jurisdiction and process of the U.S. District
Court for the Western District of Arkansas at the Fayetteville Court location. Williams &
Anderson PLC irrevocably consents that any legal action or proceeding against it under,
arising out of or in any manner relating to this Contract, shall be brought in any court in
Washington County, Arkansas.
Williams & Anderson PLC hereby expressly and irrevocably waives any claim or defense in
any said action or proceeding based on any alleged lack of jurisdiction or improper venue or
any similar basis.
Williams & Anderson PLC assumes sole responsibility for completion of the work undertaken
pursuant to this Agreement. City of Fayetteville shall consider Williams & Anderson PLC the
sole point of contact with regard to contractual matters. Subcontracting of any part of the
work or service contemplated by this Agreement may not be entered in by Williams &
Anderson PLC without prior written approval by City of Fayetteville.
Williams & Anderson PLC-expressly confirms that it carries and shall continue to carry for the
duration of this agreement malpractice insurance in the minimum amount of $1,000,000.00.
No assignment or transfer of this Agreement or any right accruing here under shall be made
in whole or in part by Williams & Anderson PLC without the express written consent of City of
Fayetteville.
Freedom of Information Act: City of Fayetteville contracts and documents prepared while
performing city contractual work are subject to the Arkansas Freedom of Information Act. If
a Freedom of Information Act request is presented to the City of Fayetteville, the contractor
will do everything possible to provide the documents in a prompt and timely manner as
prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only
legally authorized photo copying costs pursuant to the FOIA may be assessed for this
compliance.
Page 2 of 5
City of Fayetteville-Contract FinaLdoe
Williams&Anderson PLC
Changes in scope or price: Changes, modifications, or amendments in scope, price or fees
to this contract shall not be allowed without a prior formal contract amendment approved by
the Mayor and/or the Fayetteville City Council in advance of the change in scope, cost or
fees.
A waiver by either party of any breach of the provisions hereof shall not be deemed a waiver
of any succeeding breach of such provision or any other provision of this Agreement. Should
any term, provision or other part of this Agreement be declared illegal or unenforceable, it
shall be excised or modified to conform to the appropriate laws or regulations, and the
remainder of the Agreement shall not be affected but shall remain in full force and effect.
The provisions, covenants, and conditions in this Agreement apply to and bind the parties,
their legal heirs, representatives, successors and assigns.
No modification or amendment of the terms hereof shall be effective unless written and
signed by the authorized representatives of all parties hereto.
This Agreement constitutes the final and complete agreement and understanding between
the parties regarding the subject matter hereof. All prior and contemporaneous Agreements
and understandings, whether oral or written, are to be without effect in the construction of any
provisions or term of this Agreement if they alter, vary or contradict this Agreement.
Termination of Agreement: Each Party to this agreement may terminate it upon sixty (60)
days advance written notification. Absent such notification. this Agreement and its terms will
continue from year to year.
Williams & Anderson PLC and City of Fayetteville, their successors, executors, administrators
and assigns hereby agree to the full performance of the covenants herein contained.
WITNESS OUR HANDS THIS DAY OF 2008.
CITY OF FAYETTEVILLE,
FAYETTEVILLE, ARKANSAS
BY
Dan Coody, Mayor
ATTEST:
BY
Sondra Smith, City Clerk
Page 3 of 5
City of Fayetteville-ContiAct Final.doc
Williams&Anderson PLC
Williams & Anderson PLC Authorized Signature
BY David M. Powell Partner
ATTEST: Williams & Anderson PLC Additional
Authorized Repr ntative
11 Ce er Street Suite 2200 Little Rock AR 72201
130's4ss Address
x
Th Space Left Intentionally Blank
Page 4 of 5
City of Fayetteville-Contract Final doc(4).DOC
Williams&Anderson PLC
Williams & Anderson PLC Hourly Fee Schedule 2008
David M. Powell $260.00
Michelle Allgood $250.00
Michael Muskheli $135.00
This Space Left Intentionally Blank
Page 5 of 5
City of Fayetteville-Contract Final.doc
1 z m m m m m W D
m p y rrrr m ry rrrrr
N W rt Ol W N N 61 Cn A W N —� O
rr -nr 0 '0Z0 0
N CD 7' O �' C1 p7 O O O
(D (D O Q
0 r OQ. A CD J (n N N D CP
N ?
O C) t7 —I 2 C .N-. O ( N N
O -t "' (7 O N N fv 0 0 (D O
.N. O 7 O 0 2 2 O O 00
N w N N -O O
CL Cp W CO 2 N N N N N n
SL). .Oi C70 cocc
Z.
pI C 0. O v N Z' < C
7
CO N t3 2 � O = Sll
� O
C Q N O n
CD
CD O' � N
O N 0 CD
0 0
O � �
N
CD
O CCD �
VW W A CD {> co N V O O. O
O UI CO
7
O s N N 3i
(D Q O
n •�
(� O
CJI A O O W —> » 0 0 0 0 0 0 S "O
Ol (D O
(D O
CC 2 < W
N CCD �'
z m l<
i c m
A ul W O .p N CD O A 1 N N V1 N
V V W Q O 00 V (D O. CD n
CD CD CD 3 S
CD N
N N
CD 0 a
CD OD WCJ10 0 0 0000000 CD m
A -4 Cl) 000 O o000000 �• iu
D e v o rt N
0 0 0 0 0 0 0 0 0 0 !v Q
CD CD
z
M
( �
3 CD m
O CD N VO O 0 0 0 0 0 0 0 0 Iv, a
CD (A
3 3
O N
b9 K/ ffl El) 69 EA to fA fl) EA El) El) 69 El) n
s O
W N s W W V n yrt
W N O O -� w O C71 Cfl A s 0
W A O 0 N CD A N O� W A �,
i CD W W V A N O N Cb O A Ol Ul
S A N CO co A UI O O N 03 A N CCD
W N O CP Cn N " UI 0 0 m 0 Ol CJI p, 0)
O O 0 0 0 0 O 0 0 0 0 0 0 0 rt
0 0 0 0 0 0 0 0 0 0 0 0 0 0 N
fA Cl) El) (A EA EA Cl) Efl ffl CA Cfl ffl Cl) p N
0 rt
O O V co CD
NP O O 3 �t
co N O O N CD
CL
CJI co co O �
O O O O U)
rt
A.2
Bid#08-39 Insituform Technologies, Inc.
Fye ev le Page 2 of 4
City Council Meeting of May 20, 2008
CITY COUNCIL AGENDA
To: Fayetteville City Council
Thru: Mayor Dan Coody
David Jurgen,Water&Wastewater Director
Fayetteville Sewer Committee
From: Shannon Jones,Water&Wastewater Engineer S
Date: May 1,2008
Subject: Approval of Bid#08-39 for a construction contract with Insituform Technologies,Inc. for sanitary sewer
main and service lateral cured in place lining, in the amount of$330,000.00
RECOMMENDATION
Staff recommends approval of Bid#08-39 for a construction contract with Insituform Technologies,Inc. for
sanitary sewer main and service lateral cured in place lining,in the amount of$330,000.00.
BACKGROUND
The bid schedule includes specific unit prices for various items of work; with the sanitary sewer rehabiliation
program then using the pricing to complete the annual rehabilitaiton program. The exact needs of each
rehabiliatation activity cannot be explicitly defined until the final design is completed,hence the unit price bid
schedule to correlate costs to project scopes. The work order releases for the previous term maintenance contract
averaged$330,000.00 per year.
The contract is set up to have as many as five annual terms from 2008 through5l012,with restrictions on the unit
price increases per year.While there is no obligation to execute future terms of the contract,this technique allows
us to get the best possible prices,increases our flexibility, and greatly reduces the administrative demands involved.
Each annual term would go through the City Council for approval.
DISCUSSION
The City received two responsive bids on April 8,2007.
Contractor Total
Insituform $ 298,750.60(low bid)
Suncoast $ 322,160.00
Staffs Estimate $ 344,600.00
The direct contracting with Insimform Technologies allows the City of Fayetteville to execute its sanitary sewer
rehabilitation program effectively and efficiently. It is effective as the administrative delays and costs are
minimized due to the annual contract and pre-established pricing. Pipes being lined under this contract are either
identified by City forces through normal maintenance operations or by consultants executing Sanitary Sewer
Evaluation Studies. Either way,engineering and administrative costs are held to a bare minimum as formal plans
and specifications are not required. This work is an integral part of the City's ongoing program to maintain its
sewer system in the most long-term yet cost effective fashion,with cured-in-place linings being by far the lowest
cost strategy for applications where it is appropriate.
Insituform has completed many sewer rehabilitation projects in Fayetteville, including the 2002—2006
maintenance term contract. They are excellent contractors who have completed all jobs to the City's satisfaction.
BUDGET IMPACT
Funds are available within the Fiscal Year 2008 Sanitary Sewer Rehabilitation Project.
2008 CIPP CC Memo 20May08.doc
A.2
Bid#08-391nsituform Technologies,Inc.
2008 CIPP Bid Tabulation Page 4 of 4
April 16,2008 at 2:00 p.m.
Insimfonn Technologies Suncoast Infrastructure
Item
Aporox. Unit Price In Unit Price In
No. Item Description (Qty. Unit Figures Total Figures Total
6"x 4.5mm trenchless rehabilitation by CIPP
I of existing sewer pipe mainline,complete in
lace 3500 LF $ 36.50 $ 127,750.00 $ 30.60 $ 107,100.00
8"x 6.0mm trenchless rehabilitation by CIPP
2 of existing sewer pipe mainline,complete in
place 1500 LF $ 32.00 $ 48,000.00 $ 30.30 $ 45,450.00
10"x 6.Omm trenchless rehabilitation by CIPP
3 of existing sewer pipe mainline,complete in
lace 500 LF $ 34.00 $ 17,000.00 $ 31.00 $ 15,500.00
12"x 6.Omm trenchless rehabilitation by CIPP
4 of existing sewer pipe mainline,complete in
Place 500 LF $ 42.00 $ 21,000.00 $ 32.80 $ 16,400.00
15"x 7.5mm trenchless rehabilitation by CIPP
5 of existing sewer pipe mainline,complete in
lace 100 LF $ 57.00 $ 5,700.00 $ 50.00 $ 5,000.00
18"x 9mm trenchless rehabilitation by CIPP
6 of existing sewer pipe mainline,complete in
place 100 LF 1$ 73.00 $ 7,300.00 $ 60.50 $ 6,050.00
7
Internal reinstatement of Service Laterals 60 EA $ 0.01 $ 0.601$ 150.00 $ 9,000.00
8 Trenchless rehabilitation by CIPP of existing
4"Service Lateral 30 EA $ 2,000.00 $ 60,000.00 1$ 2,900.00 $ 87,000.00
9 Standard Mobilization(within 15 working
days) 2 EA $ 2,000.00 $ 4,000.00 $ 2,500.00 $ .5,000.00
10 Emergency Mobilization(within 3 working
days) I EA $ 3,000.00 $ 3,000.00 $ 9,060.00 $ 9,060.00
11
CIPP Point Repair,6"-12"Diameter,10 LF 5 EA $ 1,000.00 $ 5,000.00 $ 3,320.00 $ 16,600.00
Total Bid $ 298,750.60 $ 322,160.00
A.6
® RJ Group, c.
aye e N S le Page 2 of
hl City Council Meeting of May 20, 2008
RK
CITY COUNCIL AGENDA
To: Fayetteville City Council
Thru: Mayor Dan Coody
David Jurgens,Water&Wastewater Director
Fayetteville Sewer Committee
From: Shannon Jones,Water&Wastewater Engineer
Date: May 2, 2008
Subject: Approval of an engineering services contract with RJN Group,Inc., in the amount of$395,109.00 for a
detailed Sanitary Sewer Evaluation Study(SSES)in South Fayetteville and the City of Greenland, further described
as White River Watershed Basins W-5,W-6,W-1 3A,W-20,&W-32,and approving a 5%contingency of
$19,800.00.
RECOMMENDATION
Staff recommends approval of an engineering services contract with RJN Group,Inc.,in the amount of$395,109.00
for a detailed Sanitary Sewer Evaluation Study in South Fayetteville and the City of Greenland,further described as
White River Watershed Basins W-5,W-6,W-1 3A,W-20, &W-32,and approving a 5%contingency of
$19,800.00.
BACKGROUND
The wastewater flows from the City of Greenland and a portion of southern Fayetteville are transported to the
sewer interceptor along south Fayetteville,utimately resulting in treatment at the Noland W WTP. The service area
for the SSES is depicted on the attached map.
Collection system rehabilitation reduces infiltration and inflow(UI)in the system,therefore offsetting domestic
flow increases,thus extending the life of pumping stations and interceptors and increasing the amount of future
growth than can occur in the basins. This rehabilitation project is a major component of the City's larger action
plan to proactively address the continued sewer challenges in the area.
DISCUSSION
This is not a generic,theoretical study,but a detailed and specialized physical examination of every selected
manhole and every inch of selected pipe in our sewer system in this area,which evaluates almost every aspect of
these sewer lines and manholes. The project is similar to those recently completed in other areas of town,which
have been instrumental in stopping numerous sanitary sewer overflows.
The estimated work includes physical investigations of approximately 175,000 linear feet of sewer line and 810
manholes,smoke testing pipe,performing dyed water examinations,cleaning and televising sewer pipe,and
providing a brief written report of the results.. The majority of the manholes in W-05,W-06,and W-1 3A were
inspected under a previous project and are included in an ongoing rehabilitation contract and are not included in
this study. Sewer flows and rainfall will be measured at key points throughout the basins. The basins contain
significant amount of old construction(clay or truss pipe mains with some brick and some old concrete manholes)
and some fairly new construction with PVC mains and vacuum tested concrete manholes. In order to not spend
time and money investigating new sewer mains and manholes,most of the effort will be focused on the older lines
in the system. Newer lines will be evaluated by flow evaluation; any sub-areas that appear to have significant UI
problems will be investigated more thoroughly.
BUDGETIMPACT
Funds are available within the Fiscal Year 2008 Sanitary Sewer Rehabilitation Project.
2008 SSES CC Memo 20May08.doc
A.6
\ h RJN Group,Inc.
off, /,r 1 z� TOWNSyiIP ST�� o: ,pf age 4 Or
Q N
4U,
o �
DEANE ST
> SYCAMORE
ah"AnaESTF<'N0j� Z
—1
NGTON'DR
WEDI
MAPLE
Q Vi
cw7'
�.
`= -�,vy,_:.:6TH ST p�4�� �• it
t J�
of
HI ��
L'J � .— \ 15TH§T m IV`s �Kw R �<<k, -
rOWN 0
05
05
w os
/ _1 ----- ----- 1 1
� 1
oR BRANCH
` W-20 \. .
O
xO
11
0,
W-32
9
i
i
f
2008 SSES Map
South Fayetteville and NORTHAL
City of Greenland