HomeMy WebLinkAbout2010-03-09 - Agendas WATER/SEWER COMMITTEE AGENDA
Kl�
MEETING DATE OF MARCH 9, 2010
ee THE CITY OF FAYETTEVILLE,ARKANSAS
S
Committee: Chairman Kyle Cook; Aldermen: Adella Gray, Robert Rhoads, Sarah Lewis
Copy to: Mayor Jordan, Sondra Smith, Don Marr, aul Becker, Lindsley Smith, Jeremy Pate, Chris
Brown, Tom Hubbard, Lynn Hyke, S on Jones, Peggy Bell, OMI, Will Winn
From: David Jurgens, P. E., Utilities DirectoVr
A Fayetteville Water and Sewer Committee meeting I be March 9, 2010, 5:30 PM (following agenda
session), in room 326, Fayetteville City Hall. Proposed t pics include:
1. Ca ital Pro'ect Update.
Contract Description Contractor Cost % Complete
WL-9 Tieover- Non Critical Items Goodwin&Goodwin $ 1,546,400 100%
WL-10a Farmington Gravity Line In Town Portion Gamey Const $ 1,664,231 100.0%
EL-3&5 Razorback- Happy Hollow 36/42" Gravity S J Louis Const $ 5,253,795 94.13%
CIPP Rehab-Cured in Place Pipe City Wide Insituform $ 630,000 71%
Mt Se uo ah Area Wtr/Swr Upgrades LaRue Contr $ 997,629 100.0%
36"W/L 36"Water Line on Township Seven Valley s $ 1,789,960 83.6%
WL-13 Broyles Avenue Gravity Lines Goodwin&Goodwin $ 433,005 NTP 20 April
WL-14 Broyles Avenue Force Mains Redford Construction $ 893,640 NTP 20 April
WL-15 Broyles Avenue Lift Station Seven Valleys $ 583,897 1%
BIO-1 Biosolids Solar Drying Advertise March
BIO-2 Biosolids Thermal Drying In Design
Canterbury 500,000 Gallon Water Tower C B & I Inc. $ 1,551,000 NTP 20A ril
Project is substantially complete, meaning the work can be used to execute its mission.
2. Canterbury 500.000 Gallon Elevated Water Tank construction contract information with CB&I Inc for
$1,551,000 with a 3% contingency of$49,000 is attached. The objective of this tank is to meet fire flow
requirements, provide adequate flows during high demand periods, and meet industry standard and Health
Department minimum storage requirements. After significant discussion and negotiation, the site off
Canterbury Street was chosen in 2009. Staff met with area residents regarding paint color, fencing style, site
layout, and landscaping, October 5, 2009; their requests were incorporated into the final design. Staff met
again with area residents March 1st regarding the bid and construction. The spheroid tank style was both their
preference and the style of the low bid. The meeting with residents addressed lingering concerns regarding
flow and pressure. Plans for monthly homeowner updates and web page postings were discussed. Information
on this project will be on the City's website and residents will receive notices at their home before any work is
conducted on site. Staff requests this item be forwarded to the full City Council.
Company Name Tank Style
Spheroidal Fluted Column Composite
C B & I Inc. low bid 1,551,000.00 No Bid No Bid
Maguire Iron Inc. 1,577,000.00 No Bid No Bid
Phoenix Fabricators & 1,795,500.00 No Bid $ 1,891,700.00
Landmark Structures LLP No Bid No Bid $ 1,729,500.00
Caldwell Tanks Inc. 1,903,000.00 $ 2,000,028.00 $ 1,918,000.00
.Engineer's Estimate 1,566,933.00
3. WL-13 Broyles Avenue Gravity Line construction contract with Goodwin and Goodwin, Inc. for
$433,005.00, for construction of the Broyles Avenue gravity line and approval of a 10% contingency of
$45,000.00, WL-13, Bid 10-18 is attached. The Contract provides for the construction of approximately 3,211'
of 15"-18" gravity line, along Owl Creek, Persimmon Rd, and Broyles Ave to the new lift station at the
intersection of Broyles and Persimmon. Staff requests this item be forwarded to the full City Council.
W&S CommitteeAgendaWarl0.doc
WATER/SEWER COMMITTEE AGENDA
MEETING DATE OF JANUARY 28, 2010
Goodwin and Goodwin, Inc. $ 433,005.00 low bid
Redford Construction, Inc. $ 529,120.00
Gamey Companies, Inc. $ 529,825.00
Dean Crowder Construction, Inc. $ 569,877.66
T-G Excavating, Inc. $ 755,555.00
Engineer's Estimate $ 727,094.50
4. WL-14 Broyles Avenue Force Main contract with Redford Construction, Inc. for $893,640, for construction
of the Broyles Avenue force main, WL-14, Bid 10-19, and approval of a 10% contingency of$90,000, is
attached. The Contract provides for the construction of approximately 8,190' of 12" force main and related
work from the new lift station at the intersection of Broyles and Persimmon to the West Side Wastewater
Treatment Plant. Staff requests this item be forwarded to the full City Council.
Redford Construction, Inc. $ 893,640 low bid
Gamey Companies, Inc. $ 983,040
Goodwin & Goodwin, Inc. $ 1,037,537.50
Dean Crowder Construction, Inc. $ 1,289,576.80
Engineer's Estimate $ 1,410,543.75
5. Highway 265 and Township Water/Sewer Relocations and 36" Water Line
a. Township Portion. Seven Valleys Construction installing the 36-inch water main along Township
Street is proceeding. The last concrete road surface on Township was placed March 4th; the road should be
open by March 18th, after the concrete is cured and tested.
b. Highway 265 Portion design is complete and under review by the Health Department and Highway
Department. AHTD has provided appraisals for our easement acquisition, documents are being developed.
6. Phosphorus Update. EPA Region 6 has contracted Aqua Terra Consultants to study the Illinois River
watershed to establish basin-wide allowable total maximum daily loads (TMDL). It appears all point sources will
receive a substantially decreased phosphorus limit than is currently applied. This is an 18 month study.
7. McGoodwin, Williams & Yates Contract Amendment 4 to the Engineering contract is attached. MWY is
determining methods to achieve additional phosphorus removal from the West Side Side WWTP's effluent. It is
expected that future NPDES permits will reduce the phosphorus limit, resulting in the need for this evaluation.
MWY is working with Black and Veatch in this study. The West Side WWTP NPDES permit expires November
30, 2010.
8. Black and Veatch Contract Amendment 3 to the Engineering contract is attached. B&V is determining
methods to achieve additional phosphorus removal from the Noland WWTP's effluent. It is expected that the
future NPDES permits will reduce the phosphorus limit, resulting in the need for this evaluation. B&V is
working with MWY in this study. The Noland WWTP NPDES permit expires May 31, 2011.
9. Biosolids Solar Drying Schedule is below. Plans are being submitted to ADEQ and ADH March 5th. As
part of this process, we will need to purchase a skid steer, a spreader, a low-profile tractor to pull the spreader,
and a conveyor loader to process the equipment. Costs for these items are included in the project budget, and
will be incorporated in the wastewater treatment 2011 budget. The new biosolids process will result in a net
cost reduction through savings in fuel and tipping fees.
Bid Opening 8-A r-10
W/S Committee meeting13-A r-10
CC Meeting4-May-10
10. Annual Bulky Waste Cleanups have been scheduled from 7am to 2pm at the following locations. This
year, no a-scrap will be accepted. Detailed information is on the City web site.
Ward 4—Saturday, March 20; Owl Creek School and Shaver Foods Parking Lot
Ward 3 — Saturday, April 10; Elks Lodge and Vandergriff Elementary
Ward 1 — Saturday, April 24; Root Elementary and Solid Waste & Recycling Facility
W&S CommitteeAgmdaWarl0.doc
WATER/SEWER COMMITTEE AGENDA
MEETING DATE OF JANUARY 28, 2010
Ward 2—Saturday, May 1; Woodland Jr. High School and Church of Christ
11. Washington County Electronics Recycling Event will be held April 15th— 17`h at Arvest Ballpark in
Springdale. Thursday is for commercial customers; the public can drop off material on Friday and Saturday.
There will be no charge for items delivered. More information is available at
http://www.co.washington.ar.us/EnvironmentalAffairs/. City staff is working to take care of city e-waste.
12. Appropriations Requests for the Biosolids facility construction and for Sanitary Sewer Rehabilitation were
submitted to Senator Mark Pryor, Senator Blanche Lincoln and Representative John Boozman in February.
Staff requested $8 million for Biosolids and $3.6 million for sewer rehabilitation in southern Fayetteville and the
City of Greenland. Award decisions are expected mid-2010.
13. Extreme Cold Weather in January created a number of water service line freeze ups city-wide. Each
frozen pipe was evaluated to determine the cause, and to identify if a long-term fix is appropriate. The
breakdown is shown below. Generally, repairs were made without digging up our pipes (except for main line
leaks, which may or may not have been due to the temperature). We did replace some meter loops to make
permanent solutions at the time. Most frozen meters cost less than $20 to re air.
Problem Number
Frozen Meters Replaced 96
Frozen Meters Not Replaced 23
Customer Issues 195
City Line Issues 9
City Meter Loop Issues 32
Total Related Calls a rox 410
14. Stormwater Utility Feasibility Study Update. Preliminary drafts of the feasibility have been reviewed by
staff and suggestions will be incorporated through next weeks. Draft 3 will be submitted to senior staff on
March 12th and the finalized study will be released on July 1".
15. Sanitary Sewer Rehabilitation Project Update.
a. Minisystems 5, 6, 13A, 20 and 32 preliminary design is based on the sanitary sewer evaluation
study (SSES)for the 810 manholes and 175,000 feet of sewer mains. Work that is appropriate for lining is
being completed in the Insituform CIPP project. This design work is prioritized after biosolids design.
b. Insituform Sewer Pipe Lining Term Contract with Insituform replacing 17,000' of pipe for
$622,256.00 is almost complete. They will complete the last lines in March.
16. Water/Sewer Committee Meeting is Tuesday, April 13, 2010, 5:30 p.m., room 326.
Attachments: 2. Canterbury 500,000 Gallon Elevated Water Tank
3. WL-13 Broyles Avenue Gravity Line
4. WL-14 Broyles Avenue Force Main
7. McGoodwin, Williams & Yates Contract Amendment 4
8. Black and Veatch Contract Amendment 3
W&S CommitteeAgendaWarl0.doc
2.Canterbury Tank CITY COUNCIL AGENDA MEMO
a etevIle Page 1 oftYMEETING DATE OF APRIL 6,2010
THE CITY OF FAYETTEVILLE,ARKANSAS
ARKANSAS
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Don Marr, Chief of Staff
From: David Jurgens, Utilities Director
Fayetteville Water and Sewer Coee
Date: March 4, 2010
Subject: Construction contract with C B & I Inc. for $1,551,000.00, with a 3% contingency of$49,000 to construct
a 500,000 gallon elevated water storage tank, and a budget amendment of$1,600,000
RECOMMENDATION
City Administration recommends approval of a construction contract with C B & I Inc for$1,551,000.00, for the
construction of a 500,000 gallon elevated water storage tank, Bid 10-17, approval of a 3% contingency of$49,000,
and approval of a budget amendment for$1,600,000.
BACKGROUND
The Contract is to construct the 500,000 gallon elevated water storage tank and all related site work. The objective
of this tank is to meet fire flow requirements, provide adequate flows during high demand periods, and meet industry
standard and Health Department minimum storage requirements. After significant discussion and negotiation, the
site off Canterbury Street was chosen in 2009. Staff met with area residents regarding paint color, fencing style, site
layout, and landscaping, October 5, 2009; their requests were incorporated into the final design.
DISCUSSION
Staff met again with area residents March I` regarding the bid and construction. The spheroid tank style was both
their preference and the style of the low bid. The meeting with residents addressed lingering concerns regarding flow
and pressure. Plans for monthly homeowner updates and web page postings were discussed. Information on this
project will be on the City's website and residents will receive notices at their home before any work is conducted on
site. The City o ened bids on February 23rd. Construction will begin this summer and will be com leted mid-2011.
Company Name Tank Styfe
Spheroidal Fluted Column Composite
C B&I Inc. low bid) $ 1,551,000.00 No Bid No Bid
Maguire Iron, Inc. $ 1,577,000.00 No Bid No Bid
Phoenix Fabricators&Erectors, Inc. $ 1,795,500.00 No Bid $ 1,891,700.00
Landmark Structures, LLP No Bid No Bid $ 1,729,500.00
Caldwell Tanks, Inc. $ 1,903,000.00 $ 2,000,028.00 $ 1,918,000.00
Engineers Estimate $ 1,566,933.00
The bid was reviewed by McClelland Engineers; their letter recommending award is attached. C B & I is a highly
reputable company that developed the spheroid tank in 1954 and has erected over 25,000 elevated water tanks in the
last century, including several of the tanks in the City of Fayetteville.
BUDGETIMPACT
Funds are available in the water impact fees budget. The budget amendment for$1,600,000 is attached to transfer
funds from the impact fee fund to the water/sewer fund. There is also $84,202 allocated to this project from
developer cost shares.
Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain-Fayetteville,AR 72701
CanterburyTank CCMemo 19Marl0.doc
_ 2.Canterbury Tank
P e 2 mjH I
3
n� O N �3 yUNAN�ti ND DH NSI��N NnQ�JN P4+ Ne q#
32 � a zx � 4_ mvH nA °
m G n I I I
o n z
„ 03 ° go aA c
dab -, va
=�`siy
j NN4Nrry NIN i I 4rN
............. ..' m NN NNm Nmm
o »Iuu°' zzoi ojo o l0 wju'N�
888-'.-.s el$`ae.9 mmmg a8 888,°^,
ZZw �m�
000 000 uo �uu
Zzz ]_ � oQo? v azeq 3 C
mmm mmm to o'o$I�o$
BB'm BiBo66
080880 8888 a3 ojo o i�v� pom
m u to oIo„ n O < o o 0
e
8808"88 og _ _ sg mmi;_ 8o3 otu m< 0
F z
YZIZz� jzzz
mmm mom 000z- jUoo x
888 m.m,R °
000 000 088 0$$$o o no88g'og
I
_-_ H N �NGo - -
oz-oo' o olo
p8� o$8$� 08 S8 - tea" 3
Nim 000 000
go 050m0W 8$o SBo� 00' 0,0,O1, Wa'srt
BBB Boo 0888 8�8 0$ 03
880
NN NNpN..'^ 8 w, 888= 000' ' egc^
..88..-RHOob' $o$g _ _ mo ao8
o$nan 800a 8 � _ $$$'
e,o 000 °S e'888��omtt `g888�-°
8o mmm goo m�8
$$ 03 08� assn Soo _
BBB 8$$$08$ 88`8 0'8
'N'
8008 Joo�eoag 8gog e $
o
$e $ $o_n
��Y ''m N'N NM�o�mU"n8'� m Xti9N2 'umos w o Nm`
s� dog �ss'"ss g00000�ozo$ 000.� og.aa
eg 88x888888888888 ogoa o88�
WL-13 Broyles Ave Gravity Line
a e
Uevle Page 1 of 3 CITY COUNCIL AGENDA MEMO
MEETING DATE OF MARCH 16,2010
THE CITY OF FAYETTEVILLE,ARKANSAS
S
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Don Marr, Chief of Staff
From: David Jurgens, Utilities Director
Fayetteville Water and Sewer Com ' tee
Date: March 5, 2010
Subject: Approval of construction contract with Goodwin and Goodwin, Inc. for$433,005, for construction of
the Broyles Ave gravity line and a 10%contingency of$45,000, WL-13, Bid 10-18, and approval of a
budget amendment in the amount of$478,005
RECOMMENDATION
City Administration recommends approval of a construction contract with Goodwin and Goodwin, Inc. for
$433,005.00, for construction of the Broyles Avenue gravity line and approval of a 10% contingency of
$45,000.00, WL-13, Bid 10-18, and approval of a budget amendment in the amount of$478,005.
BACKGROUND
The Contract provides for the construction of approximately 3,211 linear feet of 15"to 18" gravity line, flowing
along Owl Creek, Persimmon Road, and Broyles Avenue to the new lift station at the intersection of Broyles
Avenue and Persimmon Road.
DISCUSSION
The City received 5 bids on February 24th for this project.
Goodwin and Goodwin, Inc. $ 433,005.00 (low bid)
Redford Construction, Inc. $ 529,120.00
Gamey Companies, Inc. $ 529,825.00
Dean Crowder Construction, Inc. $ 569,877.66
T-G Excavating, Inc. $ 755,555.00
Engineer's Estimate $ 727,094.50
The bid has been reviewed by the RJN Group, the Engineers; their letter recommending award is attached.
Goodwin and Goodwin successfully completed several City projects, including WSIP Subproject WL-9. Their
performance has been very good.
BUDGETIMPACT
Funds are available in the impact fee sewer project budget. The budget amendment for$478,005 is attached to
transfer funds from the impact fee fund to the water/sewer fund.
Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain-Fayetteville,AR 72701
WL-13 BroylesLS CCMemol6Marl0.doc
WL-13 Broyles Ave Gravity Line
Page 2 of 3
SUMMARY SHEET
WL-13
ADDENDUM 1 BID BOND
CONTRACTOR ACKNOWLEDGMENT (Y OR N) AMOUNT OF BID
UNIT 1
Goodwin & Goodwin, Inc. Y Y $433,005.00
Redford Construction, Inc. Y Y $529,120.00
Garney Companies, Inc. Y Y $529,825.00
Dean Crowder Construction, Inc. Y Y $569,877.66
T-G Excavating, Inc. Y Y $755,555.00
WL-14
ADDENDUM 1 BID BOND
CONTRACTOR ACKNOWLEDGMENT (Y OR N) AMOUNT OF BID
UNIT 2
Redford Construction, Inc. Y Y $893,640.00
Garney Companies, Inc. Y Y $983,040.00
Goodwin & Goodwin, Inc. Y Y $1,037,537.50
Dean Crowder Construction, Inc. Y Y $1,289,576.80
WL-13 Broyles Ave Gravity Line
Page 3 of 3
A.3
Goodwin R Goodwin,Inc.
Bid#10-18
Page 3 of 36
ri n gra www.rjn.com
Excellence through Ownership
February 25,2010
Mr. David Jurgens,P.E.
City of Fayetteville
113 W. Mountain Street
Fayetteville,AR 72701
Subject: Bid#10-18 Unit 1 WL-13—Broyles Road Gravity Main and
Bid#10-19 Unit 2 WL-14—Broyles Road Force Main
City of Fayetteville,Arkansas
Dear Mr. Jurgens:
Five contractors submitted bids for Unit 1 (WL-13) and four contractors submitted bids for
Unit 2(WL-14). Attached please find the bid tabulations for both units. Goodwin and Goodwin,
Inc. is the low bidder for Unit 1 for a total construction cost of$433,005.00. Redford
Construction, Inc. is the low bidder for Unit 2 for a total construction cost of$893,640.00. We
have checked their references and find that they have performed well in the past on similar
projects.
We recommend the City of Fayetteville enter into a contract with andGoodwin and Goodwin,
Inc. and Redford Construction, Inc.. for the construction of the above referenced projects.
Should you have any questions,please call me at(972)437-4300.
Very truly yours,
RJN Grou , Inc.
Joseph Cotton, P.E.
Project Manager
Project File: 18-1875-03
Enclosure
12160 Abrams Road, 400 D. 972.437,4300 fax 972.437.2707
dvi
WL-14 Broyles Ave Force Mainl� Page 1 of 3 CITY COUNCIL AGENDA MEMO
Y1 MEETING DATE OF MARCH 16,2010
THE CITY OF FAYETTEVILLE,ARKANSAS
S
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Don Marr, Chief of Staff
From: David Jurgens, Utilities DirectorD9 �1Y,
Fayetteville Water and Sewer Comm tee
Date: February 26, 2010
Subject: Approval of a contract with Redfor Construction, Inc. for$893,640, for construction of the Broyles
Avenue force main with a 10% contingency of$90,000, WL-14, Bid 10-19, and approval of a budget
amendment in the amount of$983,640
RECOMMENDATION
City Administration recommends approval of a construction contract with Redford Construction, Inc. for
$893,640, for construction of the Broyles Avenue force main, WL-14, Bid 10-19, approval of a 10%
contingency of$90,000, and approval of a budget amendment in the amount of$983,640.
BACKGROUND
This contract provides for the construction of approximately 8,190 linear feet of 12" force main and related
work from the new lift station at the intersection of Broyles Avenue and Persimmon Road to the West Side
Wastewater Treatment Plant.
DISCUSSION
The City received 4 bids on February 24th for this project.
Redford Construction, Inc. $ 893,640 (low bid)
Gamey Companies, Inc. $ 983,040
Goodwin & Goodwin, Inc. $ 1,037,537.50
Dean Crowder Construction, Inc. $ 1,289,576.80
Engineer's Estimate $ 1,410,543.75
The bid has been reviewed by the RJN Group, the Engineers; their letter recommending award is attached.
Redford construction successfully completed WSIP Subproject WL-10 for the Cities of Fayetteville and
Farmington. Their work was very good.
BUDGETIMPACT
Funds are available in the sewer impact fees budget. The budget amendment for$983,640 is attached to
transfer funds from the impact fee fund to the water/sewer fund.
Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain-Fayetteville,AR 72701
WL-14 BroylesLS CCMemol6Mar10.doc
WL-14 Broyles Ave Force Main
Page 2 of 3
SUMMARY SHEET
WL-13
ADDENDUM 1 BID BOND
CONTRACTOR ACKNOWLEDGMENT (Y OR N) AMOUNT OF BID
UNIT 1
Goodwin & Goodwin, Inc. Y Y $433,005.00
Redford Construction, Inc. Y Y $529,120.00
Garney Companies, Inc. Y Y $529,825.00
Dean Crowder Construction, Inc. Y Y $569,877.66
T-G Excavating, Inc. Y Y $755,555.00
WL-14
ADDENDUM 1 BID BOND
CONTRACTOR ACKNOWLEDGMENT (Y OR N) AMOUNT OF BID
UNIT 2
Redford Construction, Inc. Y Y $893,640.00
Garney Companies, Inc. Y Y $983,040.00
Goodwin & Goodwin, Inc. Y Y $1,037,537.50
Dean Crowder Construction, Inc. Y Y $1,289,576.80
WL-14 Broyles Ave Force Main
Page 3 of 3
A.3
Goodwin&Goodwin,Inc.
Bid#10-18
Page 3 of 36
ring_ oup vmw.rjn.com
Excellence through Ownership
February 25,2010
Mr. David Jurgens,P.E.
City of Fayetteville
113 W. Mountain Street
Fayetteville,AR 72701
Subject: Bid#10-18 Unit I WL-13—Broyles Road Gravity Main and
Bid#10-19 Unit 2 WL-14—Broyles Road Force Main
City of Fayetteville,Arkansas
Dear Mr.Jurgen:
Five contractors submitted bids for Unit 1 (WL-13)and four contractors submitted bids for
Unit 2 (WL-14). Attached please find the bid tabulations for both units. Goodwin and Goodwin,
Inc. is the low bidder for Unit 1 for a total construction cost of$433,005.00. Redford
Construction,Inc. is the low bidder for Unit 2 for a total construction cost of$893,640.00. We
have checked their references and find that they have performed well in the past on similar
projects.
We recommend the City of Fayetteville enter into a contract with andGoodwin and Goodwin,
Inc. and Redford Construction,Inc.. for the construction of the above referenced projects.
Should you have any questions,please call me at(972)437-4300.
Very truly yours,
RJN Grou ,Inc.
ZJos/ephCotton,P.E.
Project Manager
Project File: 18-1875-03
Enclosure
12160 Abrams Road, Suite 400 D. 972,437.4300 fax 972.437.2707
MWY Amdmt 4
Tayeled—vli le Page1 of5 CONTRACT REVIEW MEMO
MAYOR'S APPROVAL
THE CITY OF FAYETTEVILLE,ARKANSAS
ARKANSAS
To: Mayor Lioneld Jordan
Thru: Don Marr, Chief of Staff (�
From: David Jurgens, Utilities Director J
Date: March 5, 2010
Subject: Approval of no-cost Contract Amend ent Number 4 to the engineering contract with McGoodwin,
Williams and Yates, Inc., for West Side WWTP phosphorus removal evaluation
RECOMMENDATION
Staff recommends approval of no-cost Contract Amendment Number 4 to the engineering contract with
McGoodwin, Williams and Yates, Inc., for professional engineering services to determine methods to achieve
additional phosphorus removal from the West Side WWTP's effluent.
BACKGROUND
USEPA Region 6 is proposing to reduce the National Pollutant Discharge Elimination System (NPDES) permit
limit for phosphorous from 1.0 parts per million(ppm) for all Northwest Arkansas cities that discharge treated
effluent from wastewater treatment facilities into the Illinois River watershed. When developing the design for
the West Side WWTP, there was no mention of a phosphorous limit more stringent than 1.0 ppm, which was the
driving factor in the treatment process design. It is expected that future NPDES permits will reduce the
phosphorus limit, resulting in the need for this evaluation. The West Side WWTP NPDES permit expires
November 30, 2010.
DISCUSSION
McGoodwin, Williams and Yates did an exceptional job in design and oversight of initial construction of the
West Side WWTP, and are more familiar with the treatment process than any other engineering firm. This
amendment allows for the proposed study of phosphorus removal alternatives and reflects a proposed 3-month
study period along with coordination of study alternatives and processes with Black and Veatch, the design
engineers for the recent Noland WWTP renovations. The two firms are combining efforts in this study as both
plants will ultimately be affected by the new NPDES requirements.
BUDGETIMPACT
This is a no-cost amendment to the existing MWY contract. Funds are available within the contract due to
savings in work performed in the design and construction process.
Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain-Fayetteville,AR 72701
MWY Amdmt4 CCMemo UeblO.doc
MWY Amdmt 4
Page 2 of 5
AMENDMENT NO. 4
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 21"day of June, 2005, the CITY OF FAYETTEVILLE and MWY entered into
Amendment No. I providing for Construction and Post-Construction Services for the Project; and
WHEREAS, on the 19°i 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, on the 17°i day of February, 2009,the CITY OF FAYETTEVILLE and MWY entered into
Amendment No. 3, providing for a reduction in engineering costs due to the services provided by the
CITY OF FAYETTEVILLE staff; and
WHEREAS, since the Westside Wastewater Treatment Plant was constructed and operational,the United
States Environmental Protection Agency is evaluating the need to reduce the current effluent discharge
limit for plants discharging into the Illinois River watershed; and
WHEREAS, a potential new phosphorous limit that is significantly less than the present limit of 1.0 mg/]
has been discussed; and
WHEREAS, the CITY OF FAYETTEVILLE, requests that the scope of services for MWY be amended
to identify and evaluate alternatives that would allow the Westside Wastewater Treatment Plant to
achieve additional phosphorous removal;
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 together with the scope of services dated July 15, 2003, and amended on June 21,
2005,June 19, 2007, and February 17, 2009, is hereby further amended in the following particulars:
Fy-317 Amendment 4 Page 1
MWY Amdmt 4
Page 3 of 5
SECTION 3—ADDITIONAL SERVICES OF MWY
Under this section, MWY will provide the following additional services:
3.1.5.1 Conduct a conceptual study identifying and evaluating potential technologies and processes to
achieve additional phosphorous removal. A detailed scope of services for this task is included in
Appendix B-4,
SECTION 6—PAYMENTS TO MWY
6.1 Compensation
Payment of the expanded scope as detailed in Appendix B-4 will be in accordance with Section 6.1 of the
original agreement as amended in Amendment No. 3. The total estimated fees shown in Amendment No.
3 shall remain unchanged by this Amendment.
All other provisions of the original Agreement and Amendments Nos. 1, 2 and 3 remain in full force and effect.
IN WITNESS WHEREOF, the parties hereto have caused this Amendment to be duly executed this
day of 120_
CITY OF FAYETTEVILLE, ARKANSAS
By:
Lioneld Jordan, Mayor
ATTEST:
By:
Sondra Smith, City Clerk
McGOODWIN, WILLIAMS AND YATES, INC.
By:
L. Carl Yates, Chief Executive Officer
ATTEST:
By:
James C. Ulmer, Chief Operating Officer
END OF AMENDMENT NO. 4 TO
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
Fy-317 Amendment 4 Page 2
MWY Amdmt 4
Page 4 of 5
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX B-4
SCOPE OF SERVICES FOR CONCEPTUAL STUDY REGARDING ADDITIONAL
PHOSPHOROUS REMOVAL ALTERNATIVES DURING POST-CONSTRUCTION
PHASE
WESTSIDE WASTEWATER TREATMENT PLANT, BROYLES ROAD
IMPROVEMENTS, AND WETLANDS MITIGATION PROJECT
This is Appendix B-4, consisting of 2 pages, referred to in and part of the Agreement For
Professional Engineering Services between CITY OF FAYETTEVILLE, ARKANSAS and
McGOODWIN, WILLIAMS AND YATES, INC. (MWY)dated July 15, 2003, and amended on June 21,
2005,June 19, 2007, and February 17, 2009.
Initial:
CITY OF FAYETTEVILLE
MWY
The following is the Scope of Services for the Conceptual Study regarding Additional Phosphorous
Removal Alternatives.
B-4.1 Scope of Study
B-4.1.1 Prepare overview of the current wastewater treatment process at the existing plant, including a
performance review of removal efficiencies for available historic data from 2008 to the
present.
B-4.1.2 In coordination with Black and Veatch, Consulting Engineers for the Noland WWTP, identify
and perform a Conceptual screening evaluation of available technologies and processes that
may reduce phosphorous levels in the effluent of the West Side WWTP and the Noland
WWTP. Identify which technologies and/or processes may be utilized at both facilities.
B-4.1.3 Conduct a screening workshop with City staff to review identified processes and screen
processes to a maximum of six(6)alternatives for further evaluation.
B-4.1.4 Continue conceptual evaluation of screened alternatives, including conceptual design of
potential additional facilities necessary to utilize the alternative technologies, including
assessment of the potential impacts to the system. In addition,the evaluation will include
preliminary opinions of probable costs for each alternative, including a cost analysis using
projected capital costs as well as anticipated operation and maintenance costs. Reference is
made to Section 7.3 "Cost Opinions and Projections"of the original Agreement.
B-4.1.5 Based on the evaluations, identify and recommend alternatives for further studies, including
but not limited to pilot testing. It is understood and agreed that pilot-testing of potential
phosphorous removal technologies may be necessary to confirm the ability of the plant to
adequately remove the necessary amount of phosphorous using the alternative technologies.
The scope of services outlined in this Amendment No. 4 does not include coordination or
Fy-317 Amendment 4 Appendix B-4 - 1
MWY Amdmt 4
Page 5 of 5
participation in further studies and/or pilot testing. However, services including coordination
and/or evaluation of pilot testing may be provided as additional services, if requested by the
CITY OF FAYETTEVILLE and agreed upon in a future amendment to the Agreement.
B-4.1.6 Conduct a second workshop with City staff to review and discuss the results and
recommendations from the conceptual analysis.
B-4.1.7 Based on comments received from the workshop, prepare and deliver a preliminary report for
review by City staff. A final report will be prepared and delivered after additional comments
are received from the City staff.
B-4.2 Deliverables
B-4.3.1 Deliverables will include six(6) hard copies and two (2) electronic copies(in .pdf format) of
the final report.
Fy-317 Amendment 4 Appendix B-4 - 2
B&V Contract Amdmt3 CONTRACT REVIEW MEMO
Ta e evl le Page 1 of 9
Y MAYOR'S APPROVAL
THE CITY OF FAYETTEVILLE,ARKANSAS
ARKANSAS
To: Mayor Lioneld Jordan
Thru: Don Marr, Chief of Staff n
From: David Jurgens, Utilities Director
Date: March 5, 2010
Subject: Approval of no-cost Contract Amen ent Number 3 to the engineering contract with Black and
Veatch Corporation for Noland Wastewater Treatment Plant phosphorus removal evaluation
RECOMMENDATION
City Administration recommends approval of no-cost Contract Amendment Number 3 to the engineering
contract with Black and Veatch Corporation for professional engineering services to determine methods to
achieve additional phosphorus removal from the Noland Wastewater Treatment Plant's effluent.
BACKGROUND
USEPA Region 6 is proposing to reduce the National Pollutant Discharge Elimination System (NPDES) permit
limit for phosphorous from a 1.0 parts per million (ppm) to a 0.1 ppm for all Northwest Arkansas cities that
discharge treated effluent from wastewater treatment facilities into the Illinois River Watershed. As there was
no mention of a phosphorous limit more stringent than 1.0 ppm during the development phase of Noland's
recent renovations, the plant is not currently designed to consistently treat wastewater to 0.1 ppm. It is expected
that future NPDES permits will reduce the phosphorus limit, resulting in the need for this evaluation. It is also
expected that this limit will ultimately be placed on White River watershed discharges as well.
DISCUSSION
Black and Veatch did an exceptional job in design and oversight of renovations at the Noland W WTP, and are
more familiar with the treatment process than any other engineering firm. This amendment allows for the
proposed study of Phosphorus removal alternatives and reflects a proposed 3-month study period along with
coordination of study alternatives and processes with McGoodwin, Williams and Yates, the design engineers for
the West Side WWTP. The two firms are combining efforts in this study as both plants will probably ultimately
be affected by the new NPDES requirements.
BUDGETIMPACT
This is a no-cost amendment to the existing B&V contract. Funds are available within the contract due to
savings in work performed in the design and construction process.
Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain-Fayetteville,AR 72701
B&V Amdmt3 CCMemo SMarlf.doc
B&V Contract Amdmt 3
Page 2 of 9
AMENDMENT NO. 3
TO
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
BETWEEN
CITY OF FAYETTEVILLE, ARKANSAS
AND
BLACK AND VEATCH CORPORATION
WHEREAS, On July 15, 2003, the City of Fayetteville, Arkansas(CITY OF FAYETTEVILLE) and
Black& Veatch Corporation of Kansas City, Missouri (BLACK& VEATCH) entered into an
Agreement for engineering services in connection with the Wastewater System Improvement Project, and
in particular the Paul R. Noland Wastewater Treatment Plant Improvements - Wet Weather Improvements
-Contract EP-1 and Paul R. Noland Wastewater Treatment Plant Miscellaneous Improvements EP-3 (the
"Project"). The scope of these services included the final design and bidding services, and
WHEREAS, BLACK&VEATCH 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 BLACK&VEATCH 's services to
be amended to provide Conceptual Design Services for the Project, and
NOW THEREFORE, in consideration of the mutual covenants and Agreements herein contained, CITY
OF FAYETTEVILLE and BLACK&VEATCH, the parties hereto, stipulate and agree that the
Agreement for Engineering Services dated July 15, 2003, Addendum No. 1 dated September 20, 2005,
and Addendum No. 2 dated June 18, 2007, is hereby amended in the following particulars:
SECTION 2 -BASIC SERVICES OF BLACK&VEATCH
Add APPENDIX H - SCOPE OF SERVICES FOR CONCEPTUAL DESIGN PHASE attached to
this Amendment No. 3.
SECTION 3-ADDITIONAL SERVICES OF BLACK& VEATCH
Add the following tasks to SECTION 3 -ADDITIONAL SERVICES OF BLACK&VEATCH:
3.1.1 Any Work requested by the City that is not included in one.of the Items listed in Work described
will be considered a supplemental service.
Amendment No 3-1 - Scope of Work-030510 1 135045
Based on:CPS Amendment-Standard.doe received 10/8/2004
B&V Contract Amdmt 3
Page 3 of 9
SECTION 4-CITY OF FAYETTEVILLE'S RESPONSIBILITIES
Add the following tasks to SECTION 4 of Agreement:
CITY OF FAYETTEVILLE will furnish and not at the expense of the BLACI{ &VEATCH the
following items.
4.13 Provide all available treatment process data from the Noland W WTP for the last two years in
electronic format.
SECTION 5-PERIOD OF SERVICE
Add the following tasks to SECTION 5 of Agreement:
5.3 The services described in this Amendment are expected to be completed in accordance with the
following schedule:
Phosphorus Removal Study 120 calendar days from the approval of Amendment No. 3
by the CITY OF FAYETTEVILLE
SECTION 6- PAYMENTS TO BLACK&VEATCII
Add the following tasks to SECTION 6 of Agreement:
6.1 Compensation
For the scope of services set forth in the final design and bidding phase and as may have been amended,
plus the Basic Services set forth in this Amendment No. 3, CITY OF FAYETTEVILLE agrees to pay
BLACK&VEATCH the amounts indicated for each phase of the work. A deduction of forty six
thousand dollars ($46,000.00) shall be taken from the amount allocated for CPS in Amendment No. 1 and
No. 2. The total payment to BLACK&VEATCH shall not exceed forty nine thousand dollars and no
cents ($49,000.00) for Phosphorus Removal Study. The net total change to the contract amount shall be
zero dollars ($0.00). The total payment is based on compensation amounts presented in the following
table to the scopes of services set forth in this Amendment No. 3.
Service Item(s) Amount
Reduction of Amendment No. 1 and No. 2, ($49,000.00)
Contract EP-1, EP-2 and EP-3
Phosphorus Removal Study
Amendment No 3-1 -Scope of Work-030510 2 138636
B&V Contract Amdmt 3
Page 4 of 9
Item 1 —Project Administration and Controls $2,500.00
Item 2 —Identify Design Parameters $4,000.00
Item 3 Identify Phosphorus Removal $13,500.00
Alternatives
Item 4 Identify Planning Level Conceptual Cost $5,000.00
Item 5 —Phosphorus Removal Study Report $24,000.00
Total Not-to-Exceed Amount $49,000.00
Net Total for Amendment No. 1, No.2 and No. 3 $0.00
Subject to prior City Council approval, adjustment of the compensation may be made should
BLACK & VEATCH establish and CITY OF FAYETTEVILLE agree that there has been or is
to be a significant change in scope, complexity or character of the services to be performed; or if
CITY OF FAYETTEVILLE decides to amend the duration of work from the time period
specified in the amended Agreement for completion of work and such modification warrants
such adjustment.
Monthly statements for each payroll month shall be submitted to CITY OF FAYETTEVILLE or
such parties as CITY OF FAYETTEVILLE may designate for these services consistent with
BLACK &VEATCH's normal billing schedule. Once established, the billing schedule shall be
maintained throughout the duration of the Project. Applications for payment shall be made in
accordance with a format to be developed by BLACK & VEATCH and approved by CITY OF
FAYETTEVILLE. Final payment for these services shall be made upon CITY OF
FAYETTEVILLE's approval and acceptance with the satisfactory completion of this phase for
the Project.
Delete Sections 6.1.3, 6.1.4, 6.1.5 and 6.1.6 of the Agreement and include the following:
6.1.3 Conceptual Design Phase Services
For the Scope of Services during the Conceptual Design Phase described herein, CITY OF
FAYETTEVILLE shall pay BLACK &VEATCH the sum not to exceed $100,000.00 unless
amended in accordance with Paragraph 6.1.7.
Amendment No 3-1 -Scope of Work-030510 3 138636
B&V Contract Amdmt 3
Page 5 of 9
6.1.7 Additional Services.
For authorized Additional engineering services under Section 3, "Additional Services",
compensation to BLACK & VEATCH shall be negotiated at the time Additional Services are
authorized.
6.1.8 The CITY OF FAYETTEVILLE agrees that the BLACK & VEATCH's not-to-exceed
upper limit for this Amendment No. 3 is based on the durations indicated in Section 5.3
of this Amendment No. 3 and if the construction period or operation period is extended
that the BLACK & VEATCH shall be entitled to additional compensation.
6.1.8.1 Hourly billing rates plus reimbursable direct expenses shall be used as the basis for
determining payment to BLACI{ & VEATCH for the costs incurred by BLACK &
VEATCH while providing the services described in this Amendment No. 3. Costs
include but not limited to the salaries and benefits paid to employees engaged directly
in providing the services and profit. The hourly billing rates are included as
Appendix G in Amendment 2.
6.1.8.2 The following direct expenses are considered reimbursable and are included in the not
to exceed amount.
6.1.8.2.1 Travel, subsistence, and incidental costs.
6.1.8.2.2 Use of motor vehicles on a rental basis for assigned vehicles and on a mileage
basis or rental cost basis for vehicles used for short periods. Mileage basis shall
not exceed 55 cents per mile.
6.1.8.2.3 Cost of acquiring any other materials or services specifically for and applicable to
only this project.
6.1.8.2.4 Subcontract costs times 1.05.
6.1.8.3 The following direct expenses are also considered reimbursable and are not a part of
the not to exceed amount.
Amendment No 3-1 -Scope of Work-030510 4 138636
B&V Contract Amdmt 3
Page 6 of 9
6.1.8.3.1 Charges of special consultants requested by CITY OF FAYETTEVILLE.
6.1.83.2 Special insurance coverage required by CITY OF FAYETTEVILLE.
6.1.8.3.3 Local taxes or fees applicable to the engineering work or payments therefore.
6.1.8.3.4 Cost of acquiring any other materials or services specifically for and applicable to
only this project.
6.1.8.4 It is understood and agreed that the not to exceed cost is based on the start of the
services being authorized not later than February 26, 2009. If start of services is not
authorized by dates given, it is understood and agreed that the not to exceed cost will
be adjusted accordingly by an amendment to the Agreement.
6.1.8.5 It is understood and agreed that BLACK & VEATCH shall keep records of costs and
expenses on the basis of generally accepted accounting practice and records shall be
available for inspection at reasonable times.
All other provisions of the original Agreement 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:
Mayor
ATTEST:
By:
City Clerk
BLACK &VEATCH CORPORATION
By: Michael G. Orth
Title: Vice President
Amendment No 3-1 -Scope of Work-030510 5 138636
B&V Contract Amdmt 3
Page 7 of 9
END OF AMENDMENT NO. 3 TO
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
Amendment No 3-1 - Scope of Work-030510 6 138636
B&V Contract Amdmt 3
Page 8 of 9
This is Appendix H, consisting of 2 pages, referred to in and part of the Agreement For
Professional Engineering Services between CITY OF FAYETTEVILLE, ARKANSAS and
BLACK &VEATCH CORPORATION dated July 15, 2003, Addendum No. 1 dated September
20, 2005 and Addendum No. 2 dated June 18, 2007.
The following is the Scope of Services for the Conceptual Design Phase.
H.1. General
BLACK&VEATCH shall identify phosphorus removal alternatives that will achieve the
desired treatment goals of a 0.10 mg/L phosphorus limit for the Noland WWTP effluent
based on anticipated regulatory requirements. The anticipated new treatment expansion
alternatives, based on historical cost data, shall identify the most reasonable approach
for satisfying future phosphorus removal needs while maximizing the use of existing
treatment components.
BLACK & VEATCH shall not begin work outlined in this section without written
authorization from the CITY OF FAYETTEVILLE. Specific services to be performed
by BLACK & VEATCH are as follows:
H.2. Management
H.2.1 BLACK & VEATCH's will provide ongoing direction and management of the project.
Review staffing, budget, progress, and quality of work throughout the course of the
Project for BLACK & VEATCH. Provide project status reports to the CITY OF
FAYETTEVILLE with each invoice.
H.3. Confirm Design Parameters
H.3.1. Supplement Existing Data. BLACK &VEATCH shall confirm wastewater
characteristics and loadings by reviewing historic plant data. Using data collected at
the Noland WWTP since the start up of the West Side WWTP, BLACK&VEATCH
shall update the data review completed for the initial WSIP Noland WWTP
Improvements. All data submitted to BLACK & VEATCH shall be in a recent version
of Microsoft Excel.
11.4. Evaluate Phosphorus Removal Alternatives
HA.1. Develop Phosphorus Removal Alternatives. Using the data collected from the Noland
WWTP and discussions with CITY OF FAYETTEVILLE staff, BLACK &VEATCH
shall identify up to three (3) alternatives for phosphorus removal at the Noland WWTP
or in the Fayetteville collection system. Criteria for screening each alternative shall be
presented to the CITY OF FAYETTEVILLE for discussion prior to the presentation of
Amendment No 3-1 - Scope of Work-030510 Appendix H-1 135045
B&V Contract Amdmt 3
Page 9 of 9
the preliminary process alternatives. Preliminary process schematics, process
descriptions alternatives, and a discussion on alternative feasibility based on screening
criteria shall be prepared for the CITY OF FAYETTEVILLE for each alternative.
H.S. Develop Conceptual Construction Costs
H.5.1. Develop Conceptual Opinion of Probable Construction Costs. BLACK & VEATCH
shall develop a conceptual level capital and operation and maintenance costs for the
wastewater treatment facility improvements based on the three (3) alternatives selected
for Phosphorus Removal. A present worth cost analysis shall be performed for each
alternative. A cost coordination meeting shall be conducted with McGoodwin,
Williams, and Yates, Inc. Costs shall be budgetary conceptual cost based on historical
data available to the engineer.
H.6. Phosphorus Removal Study Technical Memorandum
H.6.1. Prepare Technical Memorandum. BLACK & VEATCH shall prepare a draft technical
memorandum for the CITY OF FAYETTEVILLE to summarize phosphorus removal
alternatives and costs. Background information, process flow schematics, and
recommendations generated during the study shall be compiled, organized and
included in the memorandum. Based on the evaluations, further studies and future
pilot testing at the Noland W WTP shall be recommended to the CITY OF
FAYETTEVILLE. BLACK & VEATCH shall submit one (1) electronic copy in PDF
format to the CITY OF FAYETTEVILLE for review.
H.6.2. Review Workshop and Presentation. Conduct a half day workshop with the CITY OF
FAYETTEVILLE and plant operating staff to review the technical memorandum and
obtain CITY OF FAYETTEVILLE comments in Fayetteville. BLACK & VEATCH
shall provide meeting minutes to all attendees.
H.6.3. Incorporate CITY OF FAYETTEVILLE Comments and Finalize Technical
Memorandum. Incorporate review comments by the CITY OF FAYETTEVILLE in
the draft memorandum and provide six (6) hard copies and one (1) electronic copies in
PDF format of the final memorandum.
Amendment No 3-1 -Scope of Work-030510 2 138636