HomeMy WebLinkAbout2009-02-10 - Agendas aye evl le WATER/SEWER COMMITTEE AGENDA
Meeting Date of February 10, 2009
COMMITTEE: Chairman Kyle Cook; Aldermen: Adella Gray, Robert Rhoads, Sarah Lewis
COPY TO: Mayor Lioneld Jordan, Sondra Smith, Don Marr, Paul B ker, Ron Petrie,
Jeremy Pate, Tom Hubbard, Lynn Hyke, Shannon Jon s, gy Bell, OMI
FROM: David Jurgens, P. E., Water and Wastewater Director
A meeting of the Fayetteville Water and Sewer Committee is planned f r eb uary 10,
2009, at 5:30 PM, in room 326, Fayetteville City Hall, immediately folio ing the City
Council Agenda Session and Equipment Committee meeting. Propos d to include:
1. Approve Minutes of the November 13, 2008 Water/Sewer Committee meeting.
2. WSIP U date.
Contract Description Contractor Cost % Complete
WL-1 &3 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 Hamestring 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-9 Tieover-Non Critical Items Goodwin&Goodwin $ 1,546,400 5%
WL-10 Farmington Gravity Line Redford Const $ 335,967 100%
WL-10a Farmington Gravity Line In Town Portion Gamey Const $ 1,664,231 PreCon11Feb
WL-11 Farmington Force Main Gamey Const $ 1,367,314 100%
WL-12 Farmington Lift Station JL Bryson $ 1,703,216 75%
EP-1 Noland Wet Weather Improvements Wilson Brothers $ 1,336,886 100%
EL-1 Mally Wa non Lift Station and Force Main Gamey Const $ 1,398,357 100%
EL-2 Happy Hollow—Noland WWTP 42" Gravity Rosetta Const $ 10,464,082 100%
EL-3&5 Razorback- Happy Hollow 36/47' Gravity S J Louis Const $ 5,253,795 7.3%
EP-2 Noland WWTP Renovation Archer Western $ 14,836,631 100%
EP-3 Noland WWTP Aeration, Clarifier Work Crossland Heavy $ 2,439,646 43.3%
EP-4 Noland WWTP Oxygen Injection BluelnGreen $ 66,460 100%
WP-1 b Broyles Road Construction Crowder Const $ 3,826,874 100%
BWD-1 Geos ntec Consultin Geos mec $ 199,883 99%
WP-2b Wetlands Mitigation, WWTP Site Multiple Contractors $ 3,297 100%
WP&L BP West Side (WL-6&WP-3) Backup Power PowerSecure $ 1,986,897 100%
WP-3 Elec Electric Line Relocation, Broyles Rd Ozarks Electric $ 264,818 100%
WP-3 West Side WWTP Construction Brasfield & Gorrie $ 60,936,574 100%
Project is substantially complete, meaning the work can be used to execute its mission.
a. Biosolids Handling preliminary results from the site surveys will be discussed.
b. McGoodwin, Williams and Yates Contract Amendment Number 3 for WSIP West Side
WWTP engineering design work reducing the contract by $947,298 is attached. This change order
is a reduction to the work and costs required by MW&Y to complete all work related to the West Side
WWTP Broyles Road, wetlands, and other related design, construction phase and post construction
pORM work. This significant cost savings is due primarily to two things: (1) the work performed by
city staff instead of the Engineer during this project, and (2) how smooth the project execution went
W&S committee agenda 10Feb09
due to the excellent teamwork between the contractor, engineer, operator, and the City. Staff
requests this item be forwarded to the full City Council for approval.
c. RJN Group Contract Amendment Number 5 for WSIP west line design and
construction supervision in the amount of$597,704, is attached. The change order reflects a
savings of$294,888 within the existing scope of work, adds the work required for the WL-8 (Owl
Creek basin) lift station at Broyles road and the related sewer lines, identifies the final construction
phase work required for the Farmington area, and reconciles work performed to date. Staff
requests this item be forwarded to the full City Council for approval.
d. WSIP Construction Schedule & Cost Update will be distributed at meeting.
3. Water Master Plan and Model Update engineering change order number 1 with McGoodwin,
Williams, and Yates in the amount of$63,800 is attached. This change order allows MW&Y to
update the water model to current conditions, calibrate the same, and then turn the model over to
the City for in-house forces to run and maintain in the future. They will also update the long range
master plan. The model is key for evaluating impacts of developments and new demands on the
system, identifying system weak points, determining pipe line sizes, determining storage
requirements, and prioritizing future work. The model and master plan were last updated in 2004.
The City is required to maintain an updated master plan in order to be eligible for ANRC and EPA
funding. Staff requests this item be forwarded to the full City Council for approval.
4. Highway 265 Water/Sewer Relocations and 36" Water Line Engineering work is being
executed by McClelland Consulting Engineers. This contract is for the design, AHTD coordination,
easement identification and description, and bidding work required for the project, which includes
utility relocations and installation of the 36" and 24" water lines. This project will be a cost share with
the AHTD. The City's portion is intended to be funded with Water/Sewer revenue bonds; the bond
issue will be processed in the next few months.
5. Mount Sequoyah Water and Sewer Upgrades involves installing approximately 7,420' of water
and 1,200' 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. Staff recommends
approval a construction contract with LaRue Contractor, Inc. for $947,628.99, and a $50,000
Contin enc , as attached. The Cit 'received ten bids on Janua 18, 2009,
Total Bid Deductive Deductive Deductive
Contractor all work Alternate No. 1 Alternate No. 2 Alternate No 3
Tri-Built Construction $787,417.90 $35,868.60 $72,506.98 $150,808.70
Total Site Development $898,912.78 $30,700.03 $54,056.17 $121,700.97
LaRue Contractor $947,628.99 $42,204.72 $97,004.23 $170,582.08
Seven Valles Const $1,376,775.00 $59,580.00 $90,950.00 $166,310.00
Arco Excavation $1,439,080.00 $57,900.00 $105,220.00 $264,870.00
Fayette Tree &Trench $1,525,628.40 $73,539.00 $126,524.00 $255,487.00
Sweetser Const $1,535,690.00 $66,845.00 $136,850.00 $292,860.00
Fochtman Const $1,602,130.00 $86,500.00 $148,580.00 $285,470.00
N.E.C. $2,035,223.50 $61,904.00 $189,344.00 $404,128.50
Goodwin & Goodwin $2,166,470.00 $89,520.00 $201,120.00 $376,630.00
.Engineer's Estimate $1,511,725.00 $66,050.00 $147,075.00 $252,550.00
Garver Engineers' opinion of materials cost to complete the project is $420,000. While it is possible
(but very difficult) that any of the three lowest bidders can complete the work for their bid amount,
Garver Engineers found no evidence that Tri-Built Construction or Total Site Development has any
work experience similar to the Mount Sequoyah Water and Sewer Improvement Project. The third
lowest bidder, LaRue Contractor, Inc., has been a General Contractor and performed work similar to
this project for 37 years. In addition, they provided similar work experience for the Cities of
Mountain View, Mountain Home, and Marshall, Arkansas, and they have worked with McClelland
Engineers, ESI, and Garver Engineers. The two lowest bidders do not meet qualifications stated on
pam 00200-2 Section 1.03 Part C of the attached Invitation to Bid As a result, the Engineer and
W&S committee agenda IOFe609
Staff recommends awarding the contract to LaRue Contractor, the third lowest bidder. Staff
requests this item be forwarded to the full City Council for approval.
6. 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 with Kim Construction rehabilitating over 800
manholes in the southern and the Hamestring basin areas of Fayetteville. Work began in July 08
and is currently 95% complete.
b. Insituform Sewer Pipe Lining Term Contract work is 97% complete for the 2008 work order
for 8,725' of 6"— 12" cured in place lining; one last 250' long line segment remains to be lined.
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 inspecting approximately 810 manholes and 175,000 feet of sewer mains. The work began
in May 08 and should be completed in Feb 09. All field data has been collected. A draft report
should be available within 30 days.
7. Water/Wastewater Ice Storm Impact summary will be discussed at the meeting.
8. 2008 STAG Grant Award for $286,000 for sanitary sewer rehabilitation was received from
USEPA Region 6 has been received. All Council action is complete.
9. Water/Sewer Committee Meeting is planned for Tuesday, March 19, 2009, 4:30, room 326.
Attachments: McGoodwin, Williams and Yates Contract Amendment Number 3
RJN Group Contract WSIP Amendment Number 5
McGoodwin, Williams, and Yates Water Master Plan and Model Update contract
change order number 1
Mount Sequoyah W/S Upgrade Contract LaRue Contractor
Mount Sequoyah W/S Invitation to Bid Extract
WSIP Construction Schedule & Cost Update (to be distributed at meeting)
3 of 46
W&S committee agenda IOFebO9
A.J
McGoodwin,Williams&Yates,Inc.
Say-Me le Amendment No 3
Page 2 of 6
ANSAS City Council Meeting of February 17, 2009
CITY COUNCIL AGENDA MEMO
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Fayetteville Sewer Committee
From: David Jurgens,.Water and Wastewater Director
Date: 30 January 2009
Subject: Approval of Contract Amendment Number 3 to the engineering contract with
McGoodwin,Williams and Yates, Inc., reducing the contract amount by$947,298, for Design
and Construction Phase Services of the West Side Wastewater Treatment Plant,Broyles Road,
and the Mitigation Wetlands of the Wastewater System Improvement Project
RECOMMENDATION
Staff recommends approval of Contract Amendment Number 3 to the engineering contract with
McGoodwin,Williams and Yates, Inc., reducing the contract amount by$947,298, for Design
and Construction Phase Services of the West Side Wastewater Treatment Plant,Broyles Road,
and the Mitigation Wetlands of the Wastewater System Improvement Project, WSIP Subproject
WP-1 through WP-3.
BACKGROUND
This project involves design, construction phase, and post-construction evaluation services for
the new West Side Wastewater Treatment Plant, Broyles Road, the Broyles Road water line, and
the wetlands mitigation site. The original design contract was awarded in July, 2003; the
construction and post construction phase services Amendment 1 was approved in June, 2006;
Amendment 2, reducing the contract by$56,395,was approved in June, 2007.
DISCUSSION
This amendment is required to reflect the significant cost savings the City has realized due to the
excellent execution of the West Side W WTP construction by all parties involved, and to release
the encumbered funds saved as a result thereof.
Work on the West Side Wastewater Treatment Facility and Broyles Road was substantially
complete in May, 2008. The contract is billed on the actual work performed; sufficient funds
remain in the contract to allow for unexpected circumstances that may arise through the
remainder of the post construction warranty period and the development of the operations
manual.
BUDGETIMPACT
No change. Funds shall be retained in the WSIP contingency.
4 of 46
MWY CO3 CCMemoJan09
Ctodwin Williams & Oates
41
Engineering Confidence January 29, 2009
Mr. David Jurgens, P. E.
Water and Wastewater Director
City of Fayetteville
113 West Mountain
Fayetteville, Arkansas 72701
Re: Amendment No. 3 to Agreement for Professional Engineering Services
Wastewater System Improvement Project
Fayetteville, Arkansas
MWY Projects No. Fy-315, Fy-316, Fy-317
Dear Mr. Jurgens:
Reference is made to our previous conversations regarding the level of effort required
to complete the Construction Phase services of our contract dated July 15, 2003 as
amended. Due to the coordinated efforts of our firm and your WSIP project team, it has
been possible for us to complete the majority of our services during construction at a
significant cost savings to the city. We therefore offer Contract Amendment No. 3 for
reducing the not-to-exceed amount of our contract by $947,298.
While there was a reduction of effort prior to the issuance of Certificates of Substantial
Completion, there remains additional engineering effort consistent with our scope of
services in Post-Construction Phase services. Approximately half of the warranty period
remains on both the Wastewater Treatment Plant and the Broyles Road projects. We
do anticipate additional effort during this phase of the project. In addition, with the
remaining funds available and our scope of services, we will complete Plans of Record
for the Wastewater Treatment Plant, the Wetlands Mitigation Site, and Broyles Road.
We will also complete the development of an Operation and Maintenance Manual for
the WWTP and two Project Performance reports with the remaining funds in our
contract.
We trust this contract amendment meets with your approval and can be forwarded to
the City Council for their approval. If you have any questions, please feel free to give
me a call.
rdially y urs
ames C. U mer, P. E.
Chief Operating Officer
JCU:sc
kii
e
H,II s e .
FdUelr�yille, yR 727p3 0 479-443-3494
0 479-443-4340 WWW•MWYUSO.CO�
A. J
McGoodwin,Williams&Yates,Inc.
Amendment No. 3
Page 5 of 6
AMENDMENT NO. 3
TO
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
BETWEEN
CITY OF FAYETTEVILLE, ARKANSAS
AND
McGOODWIN, WILLIAMS AND YATES,INC.
WHEREAS, on July 15, 2003, the City of Fayetteville,Arkansas(CITY OF FAYETTEVILLE) and
McGoodwin,Williams and Yates,Inc.of Fayetteville,Arkansas(MWY)entered into an Agreement for
engineering services in connection with the Wastewater System Improvement Project; and in particular
the Westside Wastewater Treatment Plant,Broyles Road Improvements,Effluent Line,and Wetlands
Mitigation Site on the wastewater treatment plant property(the "Project').The scope of these services
included the final design and bidding services; and
WHEREAS,MWY has proceeded with and successfully completed these services in accordance with the
scope set forth in the Agreement; and
WHEREAS,the contract provided for three separate construction contract sections consisting of the
Westside Wastewater Treatment Plant, Broyles Road Improvements,and Wetlands Mitigation Site; and.
WHEREAS, on the 2151 day of June, 2005, the CITY OF FAYETTEVILLE and MWY entered into
Amendment No. 1 providing for Construction and Post-Construction Services for the Project; and
WHEREAS, under the authority of Act No. 1989 passed by the Arkansas Legislature in 2005 (Ark. Code
Ann. § 14-58-1001) the CITY OF FAYETTEVILLE determined to negotiate a contract for the
construction of the Westside Wastewater Treatment Plant and the earthwork for Wetlands Mitigation Site;
and
WHEREAS, MWY provided assistance in this negotiation process and a cbnstruction contractor was
selected and placed under contract; and
WHEREAS,the CITY OF FAYETTEVILLE eliminated the involvement of a Program Manager and
decided not to utilize RLF funds for the project,thereby eliminating oversight by the Arkansas Natural
Resources Commission(formerly Arkansas Soil and Water Conservation Commission); and
WHEREAS,on the 19`h day of June, 2007, the CITY OF FAYETTEVILLE and MWY entered into
Amendment No. 2 providing for the reduction of scope concerning certain project elements and adding
the scope of other project elements; and
WHEREAS, the CITY OF FAYETTEVILLE has provided additional staff to assist in the project
administration; and
WHEREAS, the services of additional administrative city staff has resulted in the reduction of effort
required by MWY;
NOW THEREFORE,in consideration of the mutual covenants and Agreements herein contained,CITY
OF FAYETTEVILLE and MWY,the parties hereto, stipulate and agree that the Agreement for
Engineering Services dated July 15, 2003, amended on June 21,2005,and amended on June 19,2007, is
hereby further amended in the following particulars:
Fy-63116Amendment 3 Page 1
A.J
McGoodwin,Williams&Yates,Inc.
Amendment No.3
Page 6 of 6
SECTION 6—PAYMENTS TO MWY
6.1 Compensation
Replace the text of Section 6.1 of Amendment No. 2 with the following text:
For the scope of services as set forth in the Final Design and Bidding Phase as amended by
Amendments No. 1 and No. 2,plus the Basic Services and Additional Services set forth in this
Amendment No. 3, CITY OF FAYETTEVILLE agrees to pay MWY the amounts indicated for
each phase of the Work. The total payment for the work set out in Amendments No. 1,No. 2,
and this Amendment No. 3 to MWY shall not exceed Three Million Six Hundred Seventy-Six
Thousand Nine Hundred Forty-Four Dollars($3,676,944), except as provided for in Section 3 of
the Agreement.This reduced total payment is based on anticipated reduced costs of engineering
due to services provided by CITY OF FAYETTEVILLE staff.
Delete the text of Section 6.1.3.1 in Amendment No.2 and insert the following in its place:
6.1.3.1 The cost for the scope of services during the Construction Phase for the Westside Wastewater
Treatment Plant,Broyles Road Improvements,and the Wetlands Mitigation Site described herein
as amended by this Amendment No. 3,is estimated to be Three Million Two Hundred Eight
Thousand Five Hundred Seventy-Two Dollars($3,208,572). This reduced total payment is based
on anticipated reduced costs of engineering due to services provided by CITY OF
FAYETTEVILLE staff.
Delete the text of Section 6.1.4.1 of Amendment No.2 and insert the following in its place:
6.1.4.1 The scope of services during the Post-Construction Phase for the Westside Wastewater Treatment
Plant, Broyles Road Improvements, and the Wetlands Mitigation Site described herein as
amended by this Amendment No. 3,is estimated to be Four Hundred Sixty-Eight Thousand Three
Hundred Seventy-Two Dollars($468,372).
All other provisions of the original Agreement and Amendments No. 1 and No. 2 remain in full force and effect.
IN WITNESS WHEREOF, the parties hereto have caused this Amendment to be duly executed this
day of 20_
CITY OF FAYETTEVILLE,ARKANSAS
By:
Lioneld Jordan,Mayor
ATTEST:
By:
Sondra Smith,City Clerk
McGOODW , WILLIAMS AND YATES,INC.
By:
1 s, ief x ti fficer
A
By:
J es C. Ulmer, e Operating Officer
END OF AMEND NT NO. 3 TO
AGREEMENT FOR PROFESSIO AL ENGINEERING SERVICES
Fy-3-447 9Vmendment 3 Page 2
�evl
A.6
RJN Gr�ro,,,,u,pp Amendment No.5
ayee City Council Meeting of Februarypl& 2,9MP
CITY COUNCIL AGENDA MEMO
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Fayetteville Sewer Committee
From: David Jurgens, Water and Wastewater Director
Date: 30 January 2009
Subject: Approval of contract amendment 5 to the Enginee "ng contract with RJN Group in the
amount of$597,704, for WSIP West Side Collection System Design and Construction Phase Services
RECOMMENDATION
Approval of contract amendment 5 to the Engineering contract with RJN Group in the amount of
$597,704, for WSIP West Side Collection System Design and Construction Phase Services, using
$597,704 of WSIP project funding and a savings of$294,888 within the existing scope of work.
BACKGROUND
RJN Group has developed all engineering design and on site inspection for all WSIP West Line
projects. Under their design and supervision, contractors working for the City have completed over
$37.4 million in work. All west line work required to bring the West Side WWTP on line attained
substantial completion in time. The pipes and pump station performed excellently during the real
world test of Hurricane Ike.
DISCUSSION
This amendment covers three primary work tasks:
■ Full-time inspection of WSIP Subproject WL-10a in the amount of$218,651. The original
Scope of Services anticipated that WL-10, WL-11, and WL-12 would all be bid and
constructed in the same time frame. During the final design,it was determined that the cost of
constructing a portion of the WL-10 interceptor could be substantially reduced by delaying
construction until the new lift station was in operation and the old force main was no longer in
use. WL-10 and WL-11 are now substantially complete.
• Full-time inspection of the WL-9 construction contract includes tasks associated with the
cutover of the gravity system from the East Side Wastewater Treatment Plant(WWTP)to the
new Westside WWTP in the amount of$143,010.This project was not included in the original
scope of services.
■ Engineering design,bidding and full-time inspection for the Broyles Road Lift Station and Owl
Creek Lift Station Force Main in the amount of$530,931.
BUDGET IMPACT
This change order increases the contract amount by$597,704. The scope of work will cost$892,592,
with$294,888 from savings in the actual cost of work already completed.
8 of 46
RIN AmdmtS CCMemoWan09
A. 6
RJN Group Amendment No.5
Page 4 of 16
AMENDMENT NO. 5
TO
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
BETWEEN
CITY OF FAYETTEVILLE,ARKANSAS
RJN GROUP INC.
WHEREAS, On July 15, 2003, the City of Fayetteville, Arkansas (City of Fayetteville) and
RJN Group, Inc. of Dallas,Texas entered into an Agreement for engineering services in
connection with the Wastewater System Improvement Project, and in particular the Westside
Collection System Improvements (the"Project"). The scope of these services included the final
design and bidding services, and
WHEREAS, RJN Group, Inc. has proceeded with these services in accordance with the scope
set forth in the Agreement, and
WHEREAS, City of Fayetteville requests that the scope of RJN Group, Inc.'s services to be
amended to accommodate additional design and construction phase services requested by the
City of Fayetteville; and
WHEREAS, RJN Group Inc. agrees to provide the amended scope of services for a lump sum
fee increase of$892,592. A total of$294,888 is remaining in the July 15, 2003 Agreement
leaving$597,704 to be included in this Amendment No. 5.
NOW THEREFORE, in consideration of the mutual covenants and Agreements herein
contained, City of Fayetteville and RJN Group Inc.,the parties hereto, stipulate and agree that
the Agreement for Engineering Services dated July 15, 2003, is hereby amended in the following
particulars:
SECTION 3 -ADDITIONAL SERVICES OF ENGINEER
SECTION 3, 3.2.2—Revisions to drawings, specifications or other documents made necessary
by adjustments in the City of Fayetteville's program,more specifically as defined in
Attachment A attached hereto and made part of this Agreement.
SECTION 6-PAYMENTS TO RJN GROUP INC
For the scope of additional services set forth in this Amendment No. 5 Fayetteville shall pay
RJN the amended lump sum amount of EIGHT HUNDRED NINETY-TWO THOUSAND
FIVE HUNDRED NINETY-TWO DOLLARS (US $892,592). The total amount of the
Agreement including final design,bidding phase services, and construction phase services shall
not exceed FIVE MILLION EIGHT HUNDRED EIGHTY-EIGHT THOUSAND FIVE
HUNDRED NINETY-TWO DOLLARS ($5,883,592.00).
All other provisions of the original Agreement remain in full force and effect.
Amendment No. 5 1 1/30/2009
A.6
RJN Group Amendment No.5
Page 5 of 16
IN WITNESS WHEREOF, the parties hereto have caused this Amendment to be duly executed
this_day of 2009.
City of Fayetteville, Arkansas RJN Group,Inc.
By: By:
Lioneld Jordan Hugh Kelso
Mayor Vice President
ATTEST: ATTEST:
Sondra Smith
City Clerk
Attachments:
Attachment A: Scope of Services
Attachment B: Cost Estimate
AnIgAgent No.3 2 1/30/2009
A.6
RJN Group Amendment No.5
Page 6 of 16
City OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX A—SCOPE OF SERVICES FOR FINAL DESIGN PHASE
This is Appendix A,consisting of 6 pages,referred to in and part of the Agreement For Professional
Engineering Services between City of Fayetteville,Arkansas hereinafter referred to as City,and RJN
Group,Inc.hereinafter referred to as RJN Group,Inc.dated
The following contains additional Scope of Services tasks for the Final Design Phase.
Generally,the project will include the final design of sewer improvements including an interceptor
sewer,pump station,and force main necessary to reroute a portion of the area tributary to the Owl Creek
Lift Station to the Westside Wastewater Treatment Plant. The project will also include the design of
replacement of a portion of the Owl Creek Lift Station Force Main. A summary of the sewer
improvements is presented in Table A-1. Construction Phase services are also provided for WL-9 and
WL-10A.
PHASE I
PART A-PROJECT ADMINISTRATION AND MANAGEMENT
1. Project Administration
a) Perform Project Initiation activities
b) Perform general administration and project management activities.
c) Finalize agreements with subconsultants.
d) Perform RJN's internal project control including budgeting,scheduling,and quality control
activities.
e) Prepare and submit monthly work progress reports to the City and confirm compliance with
final design schedule.
f) Develop and maintain project Completion schedule throughout project.
g) Incorporate and maintain City's design standards and CADD standards throughout project.
2. Coordination Meetings
a) Attend project kickoff meeting with City staff involved in project.
b) Meet with ANRC,AHTD,and ADHHS as necessary to obtain permits for construction of
project.
c) Prepare for and attend one City Council meeting with City of Fayetteville to provide update
on the progress of the final design as requested by the Water and Wastewater Director.
PART B—DESIGN SURVEY
1. Surveys for Design
a) RJN Group,Inc.will perform field surveys to collect horizontal and vertical elevations and
other information which will be needed for use by RJN Group,Inc.in design and
preparation of plans for the project. Information gathered during the survey shall include
topographic data,elevations of all sanitary and adjacent storm sewers,rim/invert elevations of
existing sewers,location of buried utilities where possible,structures,and other features
relevant to the final plan sheets. The location of buried utilities will be based on information
provided by utility companies and/or utility locates by Arkansas Call-One. RJN Group,Inc.
will not be responsible for actual location of buried utilities and contract documents will
require the Contractor to locate utilities prior to construction. The location of trees will be in
accordance with the City's current specifications.
b) RJN Group,Inc.will provide all plans,field notes,plats,maps,legal descriptions,or other
specified documents prepared in conjunction with the requested services in a digital format.
11 of 46
AA-1
A.6
RJN Group Amendment No. 5
Page 7 of 16
All text data suchas plan and profile,coordinate files,cut sheets,etc.,shall be provided in the
American Standard Code for Information Interchange(ASCII)format;all drawing files shall
be provided in AutoCad(DWG or DXF)format.
The minimum information to be provided in the pians shall include:
1) A Project Control Sheet showing ALL Control Points used or set while gathering data,
generally on a scale of not less than 1"=40'.
2) Coordinates on all P.C.'s P.T.'s,P.I.'s,manholes,valves,etc.,in the same coordinate
system as the Control.
2. Public Notification
Prior to conducting design survey,RJN Group,Inc.or its Subconsultant will notify affected
residents of the project in writing. The notification letter shall be on company letterhead and shall
include the following: project name,limits,Consultant's project manager and phone no.,scope of
survey work,and design survey schedule.
PART C—PERMITS AND EASEMENTS
1. Permits
During the design phase,RJN Group,Inc.shall coordinate with all utilities and other agencies
affected by the Project. These entities shall also be contacted,if applicable,to determine plans for
any proposed facilities or adjustment to existing facilities within the project limits. The
information obtained shall be shown on the plan sheets. RJN Group,Inc.shall show the location
of the proposed utility lines,and existing utility lines within the project limits. City shall be
responsible for forwarding the forms to the affected agencies for execution. A total of one(1)
permit is anticipated.
2. Right-of-Way/Easement Preparation and Submittal
a) RJN Group,Inc.will conduct research for availability of existing easements where
construction is probable. Temporary and permanent easements will be prepared based on
available information. The City will negotiate and obtain the necessary easements. A total of
30 temporary and 4 permanent easements are anticipated.
b) Revise easements as required to obtain approval from property owners. A total of 9 revisions
are anticipated.
3. 404/Phase II Stormwater Permitting
All required 404 permits(Wetland delineation and mitigation)and Phase II Stormwater permits
will be prepared by a Consultant to the City. The City will coordinate permitting activities with
Consultant and RJN Group,Inc.will incorporate all requirements into project specifications.
Consultant shall provide Technical Specifications to address environmental,archeological,and
other environmental permitting requirements as necessary.These specifications will be
incorporated into the Construction Documents.
3. City Construction Permits
RJN Group,Inc.will collect information and prepare and submit applications for City
Construction permits.
PART D—CONSTRUCTION PLANS AND SPECIFICATIONS
It is anticipated that the project will be bid as one construction project containing three separate units or
contracts.
1. Final Engineering Pipelluing Design
Sewers WL-13(Interceptor and WL-14(Force Main)—RJN Group,Inc.will conduct final
engineering as follows:
12 of 46
AA-2
A. 6
- RIN Group Amendment No.5
Page 8 of 16
a) Conduct geotechnical investigations as necessary to design the project. The extent of the
geotechnical investigation is summarized in Table A-2.
b) Prepare overall sanitary sewer layout sheets and overall easement layout sheet(s).
c) Prepare preliminary project plans and profile sheets which show the following: Proposed
sanitary sewer plan/profile and recommended pipe size,water service lines and meter boxes,
gate valves,and all pertinent information needed to construct the project. The plan and
profile sheets will be prepared on a 1"=40' scale horizontally and 1"=4'vertically.
d) Existing utilities and utility easements will be shown on the plan and profile sheets based on
information obtained during the design survey or from information provided by Utility
companies.RJN Group,Inc.will coordinate with utility companies and the City to
determine if any future improvements are planned that may impact the project.
e) RJN Group,Inc.will prepare standard and special detail sheets for sewer line construction.
These may include connection details between various parts of the project,tunneling details,
boring and jacking details,waterline relocations,and details unique to the construction of the
project.
f) RJN Group,Inc.will consult with the City and OMI to develop a cut-over and startup plan
to bring the new sewer system on line.
2. Lift Station Design-WL-15 Broyles Road Lift Station
RJN Group,Inc.will conduct engineering design as follows:
a) Lift Station
1) Prepare detailed Basis of Design for Lift Station force main hydraulics,basic pump/wet
well layout,alarms and instrumentation plan,hoist,flow meter/vault,and standby power
requirements.
2) Conduct Mechanical design including pump and piping configuration. Prepare
Mechanical Drawings including lower level plan and section drawings,odor control
equipment,plumbing,and miscellaneous Mechanical details.
3) Conduct Structural design. Prepare Structural drawings including foundation plan,lower
level plan and sections,and typical structural details.
4) Conduct Electrical design including selection/sizing of Motor Control equipment,lift
station standby generator and switchgear. Prepare Electrical drawings including site
plan,MCC and switchgear one-line diagrams,lower level plan,generator details,and
odor control equipment.
5) Conduct Instrumentation design. Prepare Instrumentation drawings including Control
system functionality,control narrative schematics for power,HVAC,fault monitors,
pump controllers,liquid levels,gas(hydrogen sulfide)monitors,and general
instrumentation details.
6) Prepare Lift Station specifications including site work,concrete,masonry,metals,wood,
thermal and moisture protection,doors and windows,finishes,specialties,equipment,
conveying systems,mechanical,electrical,and control end devices.
b) It is anticipated that instrumentation design including SCADA,Human Machine Interface
(HMI),telemetry and Programmable Logic Control(PLC)controls will be provided by others
for all lift stations.
3. Specifications
Using RJN Group,Ine.'s basic technical and City's General Conditions Project Manual
specifications,prepare project specifications which shall include,but not be limited to: 1)bidding
documents,2)contractual documents,3)conditions of the contract,4)standard project forms,and
5)technical specifications. Project Manual shall be based on Construction Specifications Institute
(CSI)Master Format and Section Format and shall incorporate City of Fayetteville's standard
general conditions and forms. Bid documents shall include required forms for State Revolving
Fund funding.
4. Preliminary Construction Document Submittal
a) RJN Group,Inc.shall deliver five(5)sets of conceptual design plans(30%complete)for
design review. Plan sets shall include alignment plans,survey data,existing utility
13 of 46
AA-3
A. 6
RJN Group Amendment No.5
Page 9 of 16
information,and available environmental data. Opinions of probable cost and major
component material selections will also be provided as part of the submittal.
b) RJN Group,Inc.shall meet with City to discuss review comments for preliminary submittal.
Two review meetings each plan set submittal is anticipated.
5. Final Construction Document Submittal
a) Following City approval of the preliminary documents,RJN Group,Inc.shall prepare final
plans and specifications and contract documents(each sheet shall be stamped,dated,and
signed by RJN Group,Inc.)and submit five(5)sets of plans and construction contract
documents for City's final approval.
PHASE II-BIDDING SERVICES
The following is the Scope of Services for the Bidding Phase.
1. Arrange for bidding notices to be sent to contractors publishing services and direct mailing to
contractors of record. Notices shall comply with requirements of City and Revolving Loan Fund
(RLF)administered by the Arkansas Natural Resources Commission,and the Arkansas
Development Finance Authority(ADFA). The legal notice to be placed in legal notices section of
a local newspaper shall be coordinated with City purchasing agent and an affidavit of publication
secured.
2. Prepare addenda for drawings and Bid Documents as required and submit to City in timely
manner such that addenda can be issued in accordance with Construction Contract General
Conditions.
3. Secure updated state and federal wage rate decisions and incorporate by addenda into the Bid
Documents.
4. Assist City in issuing and tracking Bid Documents,addenda and communications during bidding
and maintain list of plan holders. Provide additional copies of plans and specifications for
prospective bidders. RJN Group,Inc.shall be responsible for costs of additional copies.
5. RJN Group,Inc,shall organize,convene,and conduct a Pre-Bid Conference. RJN Group,Inc.
shall explain the project requirements and receive questions from prospective bidders. RJN
Group,Inc.shall consider the questions received and issue necessary clarifications and changes
to the Bid Documents through the use of addenda.
6. Assist City in obtaining and evaluating bids and preparing construction contracts. Provide four
(4)copies of the bid tabulation for the project.
7. Consult with and advise City as to the acceptability of subcontractors and other persons and
organizations proposed by the prime construction contractor(s),hereinafter called"Contractor(s)",
for those portions of the work as to which such acceptability is required by the Bid Documents.
8. Make recommendations regarding award of construction contracts.
9. Attend Water and Sewer Committee meeting and the ensuing City Council meeting to recommend
action by the respective bodies. Prepare and present a recommendation complete with such
supporting information as necessary for the bodies to make an informed decision on the action
recommended.
14 of 46
AA-4
A. 6
RJN Group Amendment No. 5
Page 10 of 16
PHASE III-CONSTRUCTION PHASE
1. Consult with and advise City of Fayetteville and act as City of Fayetteville's Engineer as
provided in City of Fayetteville's General Conditions of the Construction Contract. The extent
and limitations of the duties,responsibilities,and authority of RJN Group Inc.as assigned in said
General Conditions shall not be modified without RJN Group Inc.'s written consent.
2. Conduct Construction Phase Services in accordance with the Arkansas Natural Resources
Commission Rules Governing the Arkansas Clean Water Revolving Loan Fund Program and as
directed by the City of Fayetteville.
3. Review and accept Submittals of Contractor(s)for conformance with the design concept and intent
of the Contract Documents.
4. Resident Services During Construction
a. A Resident Project Inspector(s)and assistants shall be fianished and shall act as directed
by RJN Group Inc.in order to provide more extensive representation at the Project site
during the Construction Phase. The cost estimate is based on the assumption that each
resident Project Inspector/Assistant will be responsible for overseeing the construction
of the two pipe line and one lift station projects. A total of 1,400 hours of resident
inspector hours are included in the cost estimate attached hereto as Attachment A.
b. The Resident Project Inspector,through more extensive on-site observations of the work
in progress,field checks of materials and equipment,and maintenance of jobsite records
on conditions and activities,shall assist RJN Group Inc in determining that the Project
is proceeding in accordance with the Contract Documents,but the furnishing of such
resident project representation shall not make RJN Group Inc.responsible for
construction means,methods,techniques,sequences,or procedures,or for safety
precautions or programs,or for Contractor(s')failure to perform the construction work in
accordance with the Contract Documents.
5. Issue all instructions of City of Fayetteville to Contractor(s);prepare routine Change Orders as
required;act as initial interpreter of the terms and conditions of the Contract Documents and judge
of the performance there under by the parties thereto,and make recommendations to City of
Fayetteville on claims of City of Fayetteville and Contractor(s)relating to the execution and
progress of the Work and other matters and questions related thereto;but RJN Group Inc,shall
not be liable for the results of any such recommendations,interpretations,or decisions rendered.by
RJN Group Inc.in good faith.
6. Review Contractor(s)'applications for payment and supporting data,determine the amounts owing
to Contractor(s),and recommend approval in writing to City of Fayetteville of all payments to
Contractor(s)in accordance with the Contract Documents.
7. Conduct an inspection to determine if the Project is substantially complete and a final inspection
to determine if the Project has been completed in accordance with the Contract Documents,and if
each Contractor has fulfilled all of his obligations there under so that RJN Group,Inc.may
recommend approval,in writing to City of Fayetteville,of final payment to each Contractor.
8. Prepare a reproducible Record Set of drawings revised to show significant changes made during
construction of the Project in accordance with records provided by Contractor and RJN Group
Inc.'s Resident Project Inspector.
15 of 46
AA-5
A. 6
KIN Group Amendment No.5
Page I I of 16
Table A-1
LIMITS OF DESIGN
Diameter Length
Sewer Pipeline (in) !)
WL-13 Broyles Road Interceptor Sewer 10-12 4,610
WL-14 Force Main from Broyles Road LS to WS W WTP 12 2,290
Owl Creek Force Main 12 6,200
Total 13,100
Lift Stations Extent of Improvements
WL-15 Broyles Road Lift Station New Station
A-1
16 of 46
A.6
® RJN Group Amendment No.5
ringroup Page 12 w•rjn.eom
Excellence through Ownership
January 20, 2009
Mr.David Jurgens,P.E.
Water and Wastewater Director
City of Fayetteville
113 W. Mountain St.
Fayetteville,AR 72701
Subject: Broyles Road Lift Station,Force main,Interceptor,and
Additional Construction Engineering
Dear Mr.Jurgens:
Please find enclosed the requested Amendment No. 5 for engineering services in connection with the
Westside Collection System Improvements. A summary of the additional services requested in this
amendment are as follows:
1. Additional Resident Engineering for Farmington Sewer Improvements. The original Scope
of Services anticipated that WL-10, WL-11, and WL-12 would all be bid and constructed in the
same time frame. During the final design, it was determined that the cost of constructing a
portion of the WL-10 interceptor could be substantially reduced by delaying construction until the
new lift station was in operation and the old force main was no longer in use. This portion of the
interceptor referred to as WL-10A was recently bid and the low bid was over$1,000,000 lower
than the anticipated cost. The additional cost to provide full-time inspection of this project is
estimated at$218,651.
2. Resident Engineering services for WL-9. The WL-9 construction contract includes tasks
associated with the cutover of the gravity system from the East Side Wastewater Treatment Plant
(W WTP)to the new Westside W WTP. It also includes upgrades to the Old Wire Road Lift
Station to allow it to be used as a flow control station. WL-9 was not included in the original
scope of services. The estimated cost to provide construction inspection services is$143,010.
3. Engineering Design,Bidding,and Construction Inspection for the Broyles Road Lift Station
and Owl Creek Lift Station Force Main. This includes the design of a new lift station at
Broyles Road and Persimmon Place,a force main from the station to the Westside W WTP,
upgrading the gravity sewer between Broyles Road and Rupple Road,and replacement of a
portion of the Owl Creek Lift Station force main. The additional cost to complete these services
is$530,931.
A. 6
RJN Group Amendment No.5
r,n roU Page 13 of 16
Excellence through Ownership
Mr.David Jurgen,P.E.
January 20, 2009
Page Two
A summary of the increased cost and amount requested in Amendment 5 is provided below.
1. WL-10A Resident Engineering $218,651
2. WL-9 Resident Engineering $143,010
3. Broyles Road/Owl Creek Improvements $530,931
Total $892,592
Existing Contract Amount $5,285,888
Amount Expended Through December 2008 $4,991,000
Amount Remaining $ 294,888
Additional Amount Requested $597,704
The Scope of Services and fee schedule is included in the attached Amendment. We look forward to
providing these services to the City of Fayetteville. If you should have any questions,please call.
RJN GROUP,INC.
Hugh M.Kelso
Vice President
HMK/kb/1875
Enclosure
18 of 46
A.6
RJN Group Amendment No. 5
Page 14 of 16
Fayetteville- Broyles Rd/Owl Creek
Item Quantity Unit $/Unit Total
Mobilization 1 LS $95,000.00 $95,000.00
Site Preperation, Clearing&Grubbing 13100 LF $6.00 $78,600.00
Construction Staking 13100 LF $2.00 $26,200.00
Construct 48"Diameter Manhole 20 EA $3,500.00 $70,000.00
12"Sewer Pipe and embedment 4610 LF $80.00 $368,800.00
15"Sewer Pipe and embedment LF $0.00
12" Ductile Iron FM and embedment 8465 LF $95.00 $804,175.00
16" Ductile Iron FM and embedment LF $110.50 $0.00
Ductile Iron Fittings 16 TON $9,445.00 $151,120.00
Trench Excavation and Backfill (0-8 ft) 13100 LF $13.50 $176,850.00
Filter Air/Vacuum Valve&Vault Assembly 4 EA $12,000.00 $48,000.00
Epoxy Coating of Air Valve Vault 28 VF $250.00 $7,000.00
Rock Excavation 1950 CY $150.00 $292,500.00
30"Steel Encasement By Open Cut 50 LF $200.00 $10,000.00
Trench Compaction Test 44 EA $250.00 $11,000.00
Seeding and Mulching 7280 SY $2.00 $14,560.00
Erosion Control 1 LS $35,000.00 $35,000.00
Trench Safety 13100 LF $2.00 $26,200.00
Surface Video Documentation 13100 LF $1.25 $16,375.00
Broyles Road Lift Station 1 LS $650,000 $650,000.00
Total $2,881,380.00
19 of 46
A.6
RJN Group Amendment No.5
Page 15 of 16
MACECONSULTING
McCLELLAND Po aax,229
AWetteft Arkansas 72702.1229
k'45 s ENGINEERS, INC. MATER/ALS LABORATORY FAX. 479443.9241
GEOTECHNICAL INVESTIGATION SCOPE AND FEE SCHEDULE
WEST SIDE SEWER IMPROVEMENTS(Broyles Road)
FAYETTEVILLE, ARKANSAS
for
RJN, INC.
DALLAS,TEXAS
January 19,2009
Item No. Rem Description I ASTM Designation Quantity Units Unit Price Extended
1 Equipment Mobilization and Demobilization($2.t0/mi each way) 1 LS $200.00 $200.00
TechnkJen Time(ARKNASAS ONE-CALL LOCATES) 3 HR $45.00 $135.00
Subtotal $335.00
2 Boring Setup Charges 10 EA $35.00 $350.00
Boring Layout 2 HR $80.00 $120.00
Subtotal $470.00
3 Soil Drilling and Sempting,ASTM D-1586 8 ASTM D•1587
Sall Drilling (2 Borings-20 feet mex.) 30 LF $8.50 $255.00
Scu Drilling (8 Borings-10 feel max.) 80 LF $8.550 $880.00
Sailing Casing through Overburden,as required 20 LF $8.00 $180.00
Rock Diamond Core Drilling 5 LF $12.00 $24.00
$35.00 $525.00
Subtotal $1.844.00
4 Soil and Rock Laboratory Testing
ASTM D•2216,Moisture Content Determknetim 30 EA $12.00 $360.00
ASTM D-4318.Liquid and Plastic Limit of Solis 0 EA $50.00 $300.00
ASTM D-422, Gradation Anntyala of Sous (8 Slaves) 8 EA $50.00 $300.00
ASTM D-2188.Unconfined Compressive Strength of Soils 6 EA $40.00 $240.00
ASTM D-2188,Dry Unit Weight of Soil Specimens 8 EA $12.00 $72.00
Subtotal $1,272.00
5 Geotechnical Engineering Report and Recommendations
Engineering Supervision(Project Manager) 2 HR $145.00 $290.00
Engineering Analysis 8 Recommendations(Project Engr.) 8 HR $100.00 $800.00
Boring Plot Log Preparation(Senior Dreflsman) 6 HR $70.00 $420.00
Boring Plot Plan Preparation(Draftsman) 2 HR $80.00 $120.00
Report Preparation(Ciericaq 1 HR $45.00 $45.00
Subtotal $1,875.00
ESTIMATED GE0701WICAL INVETION AND ENGINEERING $6,396.00
SUBMITTED BY: !A 2�.
m=xpJ S,
RJN-Bross Road.bs
20 of 46
ayeevi le City Council Meeting of February 17, 2009
RN l
CITY COUNCIL AGENDA MEMO
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Fayetteville Sewer Committee
From: David Jurgens, P.E., Water and Wastewater Director
Date: 30 January 2009 r
Subject: Approval of Amendment 1 to the Engineering Services greement with McGoodwin,
Williams &Yates in the amount of$63,800 and approval of a$5,347 contingency to update
Water Transmission and Distribution System Model and Master Plan
RECOMMENDATION
Staff recommends approval of Amendment 1 to the Engineering Services Agreement with
McGoodwin, Williams &Yates in the amount of$63,800 and approval of a$5,347 contingency
to update Water Transmission and Distribution System Model and Master Plan
BACKGROUND
This engineering contract was awarded in 2002 to develop the City's updated water master plan
and computer model. A draft of the plan was delivered in 2004; the model software was
delivered in 2007. Due to staff's focus on the WSIP, neither the plan nor the model were
completed. Individual evaluations were accomplished on a case by case basis by McGoodwin.
The model proves a detailed fire flow and pressure analysis for the present and in the future, and
provides a prioritized project list based on system needs.
DISCUSSION
This Amendment is to update the plan and the model to the 2009 conditions. Essentially, it is
becoming a new 5 year plan. There have been many system upgrades, to include 18"water lines
on Wedington and Gregg that significantly change the system flow characteristics. The model
will allow City staff to evaluate specific development impacts and detailed flow evaluations.
This model is calibrated by a system-wide evaluation of actual flows from hydrants, pump
stations, and other system assets. This field calibration assures an accurate product, and requires
close coordination between the Engineer and City staff.
BUDGETIMPACT
This change order increases the contract price by $63,800, and establishes a $5,347 contingency
due to the uncertainties of field calibration. A budget adjustment is attached, using funds from
those budgeted for the Water/Sewer Operations Study which is not required. These funds were
included in the 2008 to 2009 rebudget for this project.
21 of 46 M WY Amd I WS CmtyMemo 6Feb09
A.µ
McGoodwin,Williams&Yates,Inc.
Amendment No. 1
Page 3 of 8
AMENDMENT NO. 1
TO
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
BETWEEN
CITY OF FAYETTEVILLE,ARKANSAS
AND
McGOODWIN,WILLIAMS AND YATES,INC.
WHEREAS, on August 6, 2002, the City of Fayetteville,Arkansas(CITY OF FAYETTEVILLE)
and McGoodwin, Williams and Yates, Inc. of Fayetteville, Arkansas (MWY)entered into an
Agreement for engineering services in connection with a Water Transmission and Distribution
System Master Plan Study, and
WHEREAS,MWY has proceeded with these services in accordance with the scope set forth in
the Agreement, and
WHEREAS,MWY submitted an engineering report to CITY OF FAYETTEVILLE on June 28,
2004, and
WHEREAS, CITY OF FAYETTEVILLE has experienced extraordinary growth in its water
distribution system since the submission of the report, and
WHEREAS, CITY OF FAYETTEVILLE requests that the scope of MWY's services be amended
to provide an Update of the Water Transmission and Distribution System Model and perform
analyses as directed to respond to the needs created by recent significant growth and demands in
the water system.
NOW THEREFORE,in consideration of the mutual covenants and Agreements herein contained,
CITY OF FAYETTEVILLE and MWY,the parties hereto, stipulate and agree that the Agreement
for Engineering Services dated August 6, 2002, is hereby amended in the following particulars.
SECTION 2.0.A1 —DESCRIPTION OF THE PROJECT UNDER AMENDMENT NO. 1
MWY shall perform the necessary engineering studies to create an Updated Water Transmission
and Distribution System Model to be furnished to CITY OF FAYETTEVILLE. MWY will
perform system analyses as directed by CITY OF FAYETTEVILLE.
SECTION 3.0.A1 —SERVICES TO BE FURNISHED BY MCGOODWIN WILLIAMS
AND YATES UNDER AMENDMENT NO. 1
3.7 The model developed in the Master Plan will be updated in the following particulars:
3.7.1 The digital map base for the model will be updated using the latest digital mapping
available for the CITY OF FAYETTEVILLE.
22 oras Fy-309A1 - 1 of 4
A.4
McGoodwin,Williams&Yates,Inc.
Amendment No. I
Page 4 of 8
3.7.2 New pipes,nodes,pump stations and tanks will be added to the model based on data
submitted to MWY by CITY OF FAYETTEVILLE. This data will consist of revised
mapping and newly-developed infrastructure created by developers.
3.7.3 The model will be updated using current usage data from CITY OF FAYETTEVILLE's
billing system.
3.7.4 The usage data will be geo-coded and placed into the model at the geographic location that
the usage occurs based on the most recent street centerline file created by CITY OF
FAYETTEVILLE.
3.7.5 The model will be calibrated with the assistance of CITY OF FAYETTEVILLE personnel
performing pressure tests in the field and supplying said data from the tests to MWY.
MWY will perform limited field assistance as required by CITY OF FAYETTEVILLE.
3.7.6 MWY shall provide water system analyses of problem areas identified by the updated
model as directed in writing by CITY OF FAYETTEVILLE.
3.7.7 MWY will provide a written report to CITY OF FAYETTEVILLE setting out the changes
to the updated model.
SECTION 7.0.A1 —MASTER PLAN UPDATE FINAL REPORT UNDER AMENDMENT
NO. 1
MWY shall submit the following documents to CITY OF FAYETTEVILLE for their review and
use:
7.1.A1 Four copies of the engineering report setting out the findings of the Master Plan Update.
7.2.A1 One set of the digital Water Model Update on a CD or DVD media.
7.3 (Not Amended.)
7.4.A1 An electronic copy of the report including charts, data and graphs. The files will be
delivered in one of the following electronic formats: Microsoft Word; Microsoft Excel;
Microsoft Access; Microsoft Visio; or AutoCad 2002.
SECTION 10.1.A1 —FEES AND PAYMENTS FOR THE MASTER PLAN UPDATE
UNDER AMENDMENT NO. 1
In consideration of the performance of the foregoing services, CITY OF FAYETTEVILLE shall
compensate MWY as follows:
10.1.A1 For Engineering Services set out under Section 3.0.A1,payment shall be based on actual
time required to perform the work by the various classifications of employees at the hourly
rates set out in Attachment LAI,plus reimbursable expenses.
23 of 46
Fy-309A1 -2 of 4
A.4
' McGoodwin,Williams&Yates,Inc.
Amendment No. I
Page 5 of 8
10.2.A1 MWY agrees to keep an accurate record of the hours of the personnel working on the
project. The schedule of Hourly Rates shown in Attachment LAI will be revised on
January 1 of each calendar year.
10.3.A1 MWY shall be reimbursed for expenses as hereinafter set out when the expense to be
incurred is approved in advance by CITY OF FAYETTEVILLE's representative.
Reinbursable expenses shall include: 1) travel costs when traveling outside of Northwest
Arkansas in connection with the project, 2)rental expenses for special equipment needed
for completion of the work, 3)purchase of material, and 4)other expenses directly
attributable to the project, including any work performed by subcontractors. MWY shall
charge CITY OF FAYETTEVILLE for reimbursable expenses at actual cost plus ten
percent(10%).
10.4.A1 The estimated total compensation for the services set out under Section 3.0.A1 is
$63,800. The basis of this cost estimate is shown in Attachment 2.A1. This total
compensation will not be exceeded without prior authorization from CITY OF
FAYETTEVILLE. Subject to the City Council of CITY OF FAYETTEVILLE's prior
approval, adjustment of this upper limit may be made should MWY and CITY OF
FAYETTEVILLE agree that there has been a significant change in scope, character or
complexity of the services to be performed. It is understood and agreed that the total
compensation cost ceiling does not cover unforeseen contingencies such as litigation or
other events not normally anticipated.
10.5.A1 The breakdown of costs between the various work tasks as given in Attachment 2.A1 is
a convenience and is not intended to set a maximum cost for any of the work tasks. Costs
may be transferred from one work task to another so long as the maximum cost as given
above is not exceeded.
Billing shall be submitted monthly and shall include all costs accrued plus reimbursable expenses.
The City of Fayetteville will make every effort to approve and pay such invoices Within 30 days of
the date of the invoice.
SECTION 19.0.A1—LIST OF ATTACHMENTS FOR MASTER PLAN UPDATE UNDER
AMENDMENT NO. 1
The following attachments are hereby made a part of this contract:
Attachment LAI - MWY 2009 Schedule of Classification and Rates
Attachment 2.A1 - Estimate of Engineering Costs
SECTION 20.0—ORIGINAL AGREEMENT PROVISIONS
All other provisions of the original Agreement remain in full force and effect.
24 of 46 Fy-309A 1 -3 of 4
A.4
McGoodwin,Williams&Yates,Inc.
Amendment No. I
Page 6 of 8
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be duly executed this
day of 2009.
CITY OF FAYETTEVILLE,ARKANSAS McGOODWIN, WILLIAMS AND YATES,
INC.
By: By: .
Lioneld Jordan,Mayor arl Yates, Chic . ,cecutive Officer
ATTEST: AT ST:
Sondra Smith, City Clerk )Jes C. Ulmer,C ' perating Officer
END OF AMENDMENT NO. 1 TO
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
25 of 46 Fy-M9A1 -4 of 4
A.4
McGoodwin,Williams&Yates,Inc.
Amendment No, I
Page 7 of 8
ATTACHMENT 1.A1
TO AGREEMENT FOR ENGINEERING SERVICES
SCHEDULE OF CLASSIFICATIONS AND RATES FOR 2009
Classification Hourly Rate
Engineer 7................................................................ $202.00
Engineer6................................................................ 163.00
Engineer5................................................................ 143.00
Engineer4................................................................ 128.00
Engineer3................................................................ 109.00
Engineer2................................................................ 96.00
Engineer1 ................................................................ 84.00
Architect3 ............................................................. $ 121.00
Architect2 .............................................................. 112.00
Architect1 .............................................................. 84.00
Technician6.......................................................... $ 106.00
Technician5............................................................. 90.00
Technician4............................................................. 81.00
Technician3............................................................. 65.00
Technician2............................................................. 55.00
Technician1 .........................................................:... 44.00
Admin5................................................................... $ 88.00
Admin4................................................................... 78.00
Admin3................................................................... 63.00
Admin2................................................................... 44.00
Admin1 .................................................................... 35.00
GPS Surveying Equipment (when utilized)............. $ 71.00
Hourly rate schedules will be adjusted annually each January 1.
McGoodwin, Williams and Yates, Inc.
Consulting Engineers
Fayetteville, Arkansas
January 1, 2009
26 of 46
McGoodwin,Williams a Yates,+
_+_ +
, ,
Page#zs
------------
! �
,
|
§ ; !
|
---------------
----------------------
§
. ) . .
§
§
--------------------
/
(| |
< / (
| ! ;! | ; !
§
|
s „ , , ,«
/! . .
z/ § ` /
. �)
§
City of Fayetteville,Arkansas
Budget Adjustment Form `-
Budgetar Department: Operations Date'Reques"ted AdjusunentNumber.
Y
Divion; Weter&Sewer Maintenance
2009 Progearm - C Plttsl Water Mains 2/4/2009
PrBject or Item"Acidedllnereased: Protect or ItetmDoleted%Reiluced:
Water System Master Pian Stagy. Etter/Sewer operations'Study.
Ittstrficatton i flus Tticrease Iustificationxif thts Decrease:
The Water Master Plah and'system,model nerds to be The WatedSewer.Oparations Stu ffy is no longer"requiretl
oompieted Ihyestfjatlotts were,done and the,pian was to meet bond requirethents; and the same ii formatiors is
amtially deyetoped'and pu_Hs _p m tlreft if 2004.-This revalu tt;d arld present6d in the Citys periodtc rate sludies
work wiff.trin0 tt uls tp date for X009 both With respect to - ; The la'sf rate study was jYublisheo earlier"in 2008;
bdrreht;fieltl conditions on, q t re piens.
s
Increase;] xpetise B udgot(Decrease Itewertue Budgef) f
fv
AabutrtName Account Number Amount Prt leetutnber !
w PCotesstonaluioes ? 5400 1840 531d 00 60,000 0218 y
f
Decrease Bxpeiise B,tidget(Increase ReveituelBitdge"t) s
Accbant Name Aecounf Number Amount Polecf Nuttl5er
Professional server es 4 6400 1840 5374 QO 50,000 0205�F 1 ! h
Approval Sijitatares Budget Office Ilse Outy
Ttequeate By _ Date
c pager Date- Posted-to General or,
Initial Date
D, ar "fit it ctbr, Date Posted.to Protect AccoUriting
initial... bate
Fina Itttetm t Sbrvices Director Date Entered in Category Log'
cf / Initial Date,
a ate
.. ..
r, /
L.G
Bid N 09-12
City Council Meeting of February 17 a$Ngontractor,Inc.,
Fay"'O"e Page 2 of 48
APKA NSAS
CITY COUNCIL AGENDA
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Fayetteville Sewer Committee
David Jurgen,Water and Wastewater Director
From: Shannon Jones,Water and Wastewater Engineer
Date: 30 January 2009
Subject: Approval of a construction contract with LaRue Contractor, Inc. for $947,628.99 for Mount
Sequoyah Water and Sewer Improvements,Bid#09-12,and a$50,000 contingency
RECOMMENDATION
Staff recommends approval of Bid 409-12 for a construction contract with LaRue Contractor, htc. for
$947,628.99 for Mount Sequoyah Water and Sewer Improvements, Bid #09-12, and a $50,000
contingency.
BACKGROUND
The project includes installation of approximately 7,420 feet of new 8"water line and approximately
1,200 feet of new 8"gravity sewer line,and relocation of water services. This difficult contact is in the
area around the hilltop of Mount Sequoyah, with most of the work taking place in the street rights of way.
DISCUSSION
The City received ten bids on January 13,2009.
Total Bid Amount Deductive Deductive Alternate Deductive Alternate
all work Alternate No.1 No.2 No 3
Tri-Built Construction $787,417.90 $35,868.60 $72,506.98 $150,808.70
Total Site Development $898,912.78 $30,700.03 $54,056.17 $121,700.97
LaRue Contractor Inc. $947,628.99 $42,204.72 $97,004.23 $170,582.08
Seven Valleys Const.Co $1,376,775.00 $59,580.00 $90,950.00 $166,310.00
Arco Excavation $1,439,080.00 $57,900.00 $ 105,220.00 $264,870.00
Fayette Tree&Trench $1,525,628.40 $73,539.00 $126,524.00 $255,487.00
Sweetser $1,535,690.00 $66,845.00 $136,850.00 $292,860.00
Fochtman Construction $1,602,130.00 $86,500.00 $148,580.00 $285,470.00
N.E.C. $2,035,223.50 $61,904.00 $189,344.00 $404,128.50
Goodwin&Goodwin Inc $2,166,470.00 $89,520.00 $201,120.00 $376,630.00
Garver Engineers'opinion of materials cost to complete the project is$420,000.While it is possible that
any of the three lowest bidders can complete the work for their bid amount,Garver Engineers found no
evidence that Tri-Built Construction or Total Site Development has any work experience similar to the
Mount Sequoyah Water and Sewer Improvement Project.The third lowest bidder,LaRue Contractor,Inc.,
has been a General Contractor and performed work similar to this project for 37 years. In addition,they
provided similar work experience for the Cities of Mountain View,Mountain Home,and Marshall,
Arkansas,and they have worked with McClelland Engineers,ESI,and Garver Engineers. As a result,
Staff recommends awarding the contract to LaRue Contractor,the third lowest bidder.
BUDGETIMPACT
Funds are available within the Mount Sequoyah Water and Sewer Improvement Project budget.
29 of 46
ti
L.L
Bid#09-12
LaRue Contractor,Inc.
Page 4 of 48
Garver Engineers,LLC
1088 East Mllsap Road
Fayetteville,Arkansas 72703
479527.9100
FAX 479-627-9101
vAYW.98rverongineero.wm GARNER ENGINEERS
MEMORANDUM
To: City of Fayetteville Date: January 26, 2009
Attn: David Jurgens
From: Chris Buntin 60
RE: Mount Sequoyah Water and Sewer Improvements
Bid Number 09-12
Copies To: Project File 0396-1000
A total of 10 bids were received by the City of Fayetteville for the referenced project at City Hall, 113 West
Mountain Street, Fayetteville, Arkansas, 72701, at 10:00 a.m. Tuesday, January 13, 2009. The amount that
was certified by the City of Fayetteville was $1,040,000. Our opinion of probable construction cost was
$1,511,725. The majority of the bid amounts were close to our estimate of probable construction cost.
However, three bid amounts were significantly low and two bid amounts were significantly high. The low bid
was submitted by TriBuilt Construction Group, LLC of Fort Smith, Arkansas in the amount of$787,417.90, the
second lowest bid amount was submitted by Total Site Development, LLC of Prairie Grove, Arkansas in the
amount of$898,912.78, and the third lowest bid amount was submitted by LaRue Contractor, Inc. of Harrison,
Arkansas in the amount of$947,628.99. The following table summarizes all bids opened which included three
deductive alternates, and enclosed is a detailed tabulation of all the bids received.
Total Bid Amount Deductive Deductive Alternate Deductive Alternate
all work Alternate No.7 No.2 No 3
ENGINEERS
ESTIMATE $1,511,725.00 $66,050.00 $147,075.00 $252,550.00
TRI-BUILT
CONSTRUCTION $787,417.90 $35 868.60 $72,506.98 $150,808.70
TOTAL SITE
DEVELOPMENT $898912.78 $30,700.03 $54,056.17 $121,700.97
LARUE
CONTRACTOR,
INC. $947,628.99 $42,204.72 $97,004.23 $170,582.08
SEVEN
VALLEYS
CONSTRUCTION
CO. $1,376,775.00 $59,580.00 $90,950.00 $166,310.00
ARCO
EXCAVATION $1,439,080.00 $57,900.00 $105 220.00 $264,870.00
FAYETTE TREE
&TRENCH $1,525,628.40 $73,539.00 $126,524.00 $255,487.00
SWEETSER $1,636,690.00 $6618-45-0-0- $136 850.00 $292,860,00
FOCHTMAN
CONSTRUCTION $1,602,130.00 $86,500.00 $148,680.00 $28547000
N.E.C. $2,035,223.50 $61904.00 $189 344.00 $404,128.50
GOODWIN&
GOODWIN INC. $2166,470.00 $89,520.00 $201,120.00 $376,630.00
30 of 46
Florence,AL•Huntsville,AL.Fayetteville,AR•Hot Springs,AR•Little Rock,AR•Brendon,MS•Norman,OK-Tulsa,OK Franklin,TN.Frisoo,TX