HomeMy WebLinkAbout2011-02-08 - Agendas WATER/SEWER COMMITTEE AGENDA
TOM
1� P MEETING DATE OF FEBRUARY 8, 2011
Jl V THE CITY OF FAYETTEVILLE,ARKANSAS
ARKANSAS
Committee: Aldermen: Adella Gray, Sarah Lewis, Mark Kinion, Justin Tennant
Copy to: Mayor Lioneld Jordan; Sondra Smith, Don Harr, Paul Becker, Lindsley Smith, Jeremy Pate, Chris
Brown, Lynn Hyke, Shannon Jones, P Bell, OMI, Will Winn, John Coleman
From: David Jurgens, P. E., Utilities Director
A Fayetteville Water, Sewer and Solid Waste Com ttee Meeting will be February 8, 2011, 5:15 PM
(following City Council Agenda Session) in room 326, yetteville City Hall. Proposed topics include:
1. Election of Committee Chair and Vice Chair.
2. Ca ital Prolect U date.
Contract Description Contractor Cost %Complete
WL-10a Farmington Gravity Sewer Line Gamey Const $ 1,750,122 100%
EL-3&5 Razorback-Ha Hollow 36/42" Swr Line S J Louis Const $ 5,387,098 100.0%
CIPP Rehab-Cured in Place Pipe City Wide Insituform $ 330,000 85%
Mt Se uo ah Area Wtr/Swr Upgrades LaRue Contr $ 852,976 100%
36"W/L 36"Water Line on Township Seven Valles $ 1,783,720 100%
265 W/S Relocation &36"Wtr Line, Hwy 265 Easement Acquisition Underwa
WL-13 Broyles Avenue GravitySewer Lines Goodwin&Goodwin $ 845,359 100.0%
WL-14 Broyles Avenue Sewer Force Mains Redford Const $ 899,626 100.0%
WL-15 Broyles Avenue Sewer Pump Station Seven Valles $ 591,768 1 100%
BIO-1 Biosolids Solar Drying Dean Crowder $ 4,971,886 85.8%
BI0-2 Biosolids Thermal Drying Crossland Heavy $ 2,770,280 8.3%
Canterbury 500,000 Gallon Water Tower C B & I Inc. $ 1,590,091 70.0%
CanterburyWater Lines & Pump Station Bid Open Feb 16
Project is substantially complete, meaning the work can be used to execute its mission.
3. Sanitary Sewer Flow Monitor Purchase from ADS LLC for$124,969.00 plus $11,559.63 tax is attached.
Sewer flow monitors identify numerous, invisible problems in the wastewater collection system. Because
sewers are gravity flow pipes, they are subjected to numerous influences which can cause ground and rain
water to get in, sewage to get out, and blockages due to hundreds of sources. The system will consist of
seventeen permanently installed flow monitors that will connect to the City's supervisory control and data
acquisition (SCADA) system. The information will be used to evaluate both dry weather flows during normal
conditions and wet weather flows during rain events. The flow monitoring system will enable the City to
maximize the wet weather storage capabilities at both the Noland and West Side Wastewater Treatment
Facilities as an ongoing requirement to maintain com fiance with the NPDES discharge permits.
ITT Analytics $ 30,341.85 (does not meet specification)
ADS LLC $ 124,969.00 (lowest responsive bid)
Hach Company $ 181,800.00
ISCO Teledyne $ 185,934.13
Engineer's Estimate $ 170,000.00
The ITT Analytics product does not meet specifications, so the bid must be rejected. The meters they bid will
not work in wastewater collection system application; they are designed for open channel flow. Staff requests
this item be forwarded to the full City Council for approval.
4. Ozarks Electric Cost Share Agreement to extend 3-phase, 460-volt power to the Stone Mountain Water
Pump Station for$38,250.48, with a $7,500 contingency and a budget adjustment, is attached. This
agreement pays the costs for Ozarks Electric Cooperative Corporation to extend required power to the new
Stone Mountain Water Pump Station site as is required for the new pump station. Staff requests this item be
forwarded to the full City Council for approval.
5. Stone Mountain (Canterbury Tank) Water Lines and Pump Station bids are opening February 16.
age I otTl W&S Cort itteeAgmda Web l l.doc
WATER/SEWER COMMITTEE AGENDA
MEETING DATE OF FEBRUARY 8, 2011
6. Intergovernmental Agreement with Northwest Arkansas Regional Planning for monitoring evolving
water quality issues is attached. Coordinated through NWARPC, the Cities of Fayetteville, Springdale, Rogers,
Bentonville, and Siloam Springs are working together to ensure our interests are fully represented in any future
decisions that may be made by EPA Region 6 relating to phosphorus, future proposed changes to stream
standards, and wastewater discharge requirements. Using an approved professional selection process, the
group has hired the team of Mitchell, Williams, Selig, Gates &Woodyard, represented by Allan Gates, and
McGoodwin, Williams &Yates, represented by Carl Yates, to facilitate the group's efforts. Fayetteville's focus
is that we actively protecting our watersheds in many ways. The Nutrient Reduction Plan, stream bank
protection ordinance, low impact development ordinance, aggressive public education campaigns, evaluation
of the stormwater utility, and strict stormwater management are all examples of efforts completed, underway,
and programmed in the future. We believe these efforts can produce better results for water quality at
significantly reduced cost from simply reducing the WWTP permit limits. The City Council approved this action,
and a $30,000 budget, in Resolution 99-10 on June 1, 2010. This agreement is the formal instrument that
defines Fayetteville's financial commitment to the group. It contains all of the requirements of Resolution 10-
99. The agreement:
A. Commits Fayetteville to pay an equal 20% share, not to exceed $20,000;
B. Does not commit the City of Fayetteville to any action beyond its fair share of the regional analysis;
C. Does not authorize litigation or any expenditure to prepare for litigation.
7. WL-13 Broyles Gravity Sewer Line Change Order 5 reconciling unit quantities to the construction contract
with Goodwin & Goodwin, Inc. for construction of the Broyles Ave gravity line for$25,695.40, is attached. The
contract provides for the construction of approximately 6,276' of 12" - 18" gravity line from the Cross Keys
development east of the Boys and Girls Club, flowing along Owl Creek to the new pump station at the
intersection of Broyles Avenue and Persimmon Road. The project has reached substantial completion.
$135,000 of this project was provided as a cost share by Forest Hills Partnership, LLC. This change order
reconciles the contract to match actual quantities involved in the construction. The final contract amount, after
this change order, is $845.358.57. Funds are available in the approved project contingency. Upon approval of
this change order, $164.60 will remain in the contingency and will be returned to the WSIP project fund.
8. WSIP Wetlands/Stormwater Management Change Order 5 to the engineering contract with ECO
environmental consultants, for no change in cost, for WSIP and wetlands mitigation site stormwater, wetlands,
and environmental issues as required by the Corps of Engineers and ADEQ, is attached. ECO, Inc. developed
the wetlands and storm water protection best management plans and conducted excellent construction
inspection for the WSIP, and is tasked to ensure full compliance with the related regulations and permits.
Under their supervision, contractors working for the City have completed over $135 million in work without a
single permit violation. ECO also designed the wetlands mitigation site that was required by the Corps of
Engineers, which has a mandated seven year monitoring and reporting period. This amendment covers these
work tasks: (1) Adds WL-10a (Farmington gravity line) into this scope of work. The extra work performed is
due to weather delaying final restoration, and increased ADEQ requirements to prove establishment of multi-
season perennial vegetative cover. The excessive rain this summer caused significant additional work relating
to stream crossings and wetlands area activities of the ECO contract. More monthly compliance inspections
are been required. (2)Wetlands monitoring and Corps of Engineers compliance for 2011. The intent from the
beginning of the WSIP process was to execute the wetlands monitoring change order annually, as the work
load will change with time. Funding for these succeeding years is from the Wastewater Treatment program.
9. BWD Water Treatment Residuals Land Application proposed contract is nearing completion for applying
their residuals from the water treatment process on the Noland WWTF farm site east of the White River. They
are currently landfilling their material. According to University of Arkansas studies, applying this material on
our land application sites (where we used to apply biosolids)will reduce the potential for phosphorus runoff
from our site by binding with the phosphorus in the soil preventing it from going into solution and running off
into the river and/or entering the groundwater system. ADEQ has verbally approved and very much supports
the project. We are evaluating costs, and are confident that the City's cost will be lower than the cost BWD is
currently paying. Thus, this could be a net no-cost action to the City while providing the additional White River
phosphorus reduction benefit. There would be capital equipment purchases required (a tractor, a spreader,
W&S CommitteeAgenda SFebI Ldoc
WATER/SEWER COMMITTEE AGENDA
MEETING DATE OF FEBRUARY 8, 2011
and a loader), with the costs to be covered within the rates paid by the BWD. This equipment cannot be the
same equipment used for biosolids handling due to potential cross-contamination.
10. Highway 265/Crossover Water/Sewer Relocation Easement Condemnation actions are underway.
City staff has been negotiating with land owners; easements have been acquired from 22 of 27 owners. The
remaining owners have expressed various concerns and have refused thus far to sign easement documents.
Negotiations are still possible, but the condemnation process is underway as well. New appraisals were
received February 3rd and are being used for condemnation processing. One parcel was sold since the
process began; correspondence was sent January 31 to the new owner. It was removed from the list below.
Perm Temp Temp
Tract Property Owner Parcel# Easmnt Easmnt Perm Const Damages Total
# ft' ft' Easement Easement
2 Salmon Family Trust 765-04569&70-000 9,322 5,910 $ 3,100 $ 800 $ 1,500 $ 5,400
6 John A.&Linda L. Dominick 765-04565-000 3,603 1,987 $ 1,500 $ 350 $ 1,500 $ 3,350
8 Mu h R.&Betty N.Taylor 765-13305-000 6,980 3,365 $ 12,000 $ 1,500 $ 9,500 $23,000
10 John David Brown 765-13295-000 22,883 9,603 $ 17,605 $ 3,500 $ 6,500 $27,600
Totals 42-178-8- 20 865 $34,205 $ 6150 $19,000 $59 350
11. 2011 Utilities Department Action List The following major actions are anticipated for 2011.
A. Construction Projects:
• Utilities Relocations for AHTD/City Street Projects:
- Highway 265/Crossover, Joyce to Mission (AHTD plus construct 36" water line)
- Highway 112/Garland, North Street to Melmar(AHTD- tentative)
- Highway 265/Crossover, Joyce to City Limits (AHTD- tentative)
- Highway 16/Huntsville/Happy Hollow from Armstrong to Stonebridge
- Cato Springs Road
• Sanitary Sewer Rehabilitation - Elkins Outfall Sewer Line
• Sanitary Sewer Rehabilitation - South Fayetteville and Greenland Area (multiple contracts)
• Broyles Avenue Recycling Drop Off and Education Center
• Solid Waste Stormwater Protection/Composting Concrete Slab
• Gas Line Work for Biosolids (two contracts)
• Mt. Sequoyah Area Water and Sewer Lines (second phase- possible project, being evaluated)
• Ultraviolet Disinfection System- Noland WWTF
• Water Transmission Line easement definition and acquisition
• Irrigation Reel Replacement Purchase
• Benson Mountain Water Tank replacement
• 24th Street/South Mountain Pump Station Renovation
• Miscellaneous water/sewer cost shares
B. Contracts and Agreements:
• Beaver Water District sludge land application process (with equipment purchases)
• University of Arkansas Farm water/Sewer Service
• Washington Plaza Water System Conversion
• Possible Greenland sewer system acquisition
• Possible Farmington sewer system acquisition
C. Plans, Studies, Engineering, Program Changes:
• Stormwater Feasibility Study
• Wastewater Master Facilities Plan and Model Update
• Water Master Plan and Model Publication
• Solid Waste Long Range and Master Plan
• Solid Waste/Recycling Program Expansion
• Solid Waste Rate Study
• Water/Sewer Rate Study
W&S CommitteeAgenda Web l.doc
WATER/SEWER COMMITTEE AGENDA
MEETING DATE OF FEBRUARY 8, 2011
• Wetlands Bank Expansion
D. Regulatory/Ordinance Related Actions:
• West Side WWTF National Pollutant Discharge Elimination System (NPDES) permit renewal
(Illinois River Basin)
• Noland WWTF NPDES permit renewal (White River Basin)
• White River Use Attainability Analysis
• Illinois River Total Maximum Daily Load (TMDL) Overwatch (with NWARP Group)
• Solid Waste Ordinance (Major update)
• Sewer Use Ordinance (Major update, addition of Fats, Oils, and Grease section)
• Water/sewer ordinance, (Major update, update of backflow prevention section)
12. Water/Sewer Committee Meeting is Tuesday, March 8, 2011, 5:15 p.m., room 326.
Attachments: 3 Flow Monitor Bid Information
4 Ozarks Electric Cost Share Agreement
5 NWARP Agreement
3 WL-13 Broyles Gravity Change Order 3, Goodwin and Goodwin
4 WSIP ECO Change Order 5
rage 4 ul 21 W&S CommitteeAgenda 8Febl Ldoo
• CITY COUNCIL AGENDA MEMO
aye
PA T1 e MEETING DATE OF FEBI$�NIFY 19�a011
THE CITY OF FAYETTE vir nmgOtalaSQ vices LLC
AHKANSAS tltl1l��A SA
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Don Marr, Chief of Staff
From: David Jurgens, Utilities Director
Fayetteville Water and Sewer Committe
Date: January 28, 2011
Subject: Purchase of seventeen sewer flow monitors from ADS LLC for$124,969.00 plus tax.
RECOMMENDATION
Staff recommends approval of the purchase of seventeen sewer flow monitors for permanent installation in the
sewer collection system from ADS LLC for$124,969.00 plus $11,559.63 tax.
BACKGROUND
The information provided by a sewer flow monitoring system is vital to identifying numerous, otherwise
invisible problems in the sewer collection system. Because over 95% of the sewer pipes are non-pressurized
gravity flow pipes, they are subjected to numerous influences which can cause extraneous water to get in,
sewage to get out, and blockages due to hundreds of sources. The need for this type of system has been
validated in countless studies in the City and throughout the country.
DISCUSSION
The telemetered wastewater flow monitoring system will consist of seventeen permanently installed open
channel sewer flow monitors. These monitors will be connected to the City's SCADA system through ethernet
radios or existing telephone lines to a computer at the Noland Wastewater Treatment Facility. The information
will be used to evaluate both dry weather flows during normal conditions as well as wet weather flows during
storm events. The flow monitoring system will enable the City to maximize the wet weather storage
capabilities at both the Noland and West Side Wastewater Treatment Facilities as an ongoing requirement to
maintain compliance with the NPDES discharge permits.
Four bids were received on January 26, 2011.
ITT Analytics $ 30,341.85 (did not meet specification)
ADS LLC $124,969.00 (lowest responsive bid)
Hach Company $181,800.00
ISCO Teledyne $185,934.13
The ITT Analytics bid must be rejected for failure to meet specifications in multiple critical areas. Primarily,
the proposed ultrasonic depth sensor is 4.0" high, maximum 0.88" specified. ADS LLC equipment meets the
specified requirements.
BUDGETIMPACT
Funds are available within the Wastewater System Improvement Project budget.
Telecommunications Deviceforthe Deaf TDD(479)521-1316 113 West Mountain-Fayetteville,AR 72701
Page 5 of 23
U
J
J
N _
N
V
2
Q C5155;
E o iN
# N w
d m w a J 1:cU S; O M rn
>
W Oi J 7 �..
Nw
w04 6
LL
•' O 0 00 O
N d
BE
6, i O O 0
r.
i °� N Cf
Q F_ng N OL p N w N
o O w
Z
T� M p
t? O Z y=
Q e3 LL O d
CL
3 t��ref
Rd E J rn
N ?` C J Q w
ti. O N E O v
L d o U
r - > ry U to E
tL
r 4 co =
J\ r a
5 1, y' N
�z 0 a
D
n �r
O 'a
W
Cd
ism U E m m o
� U
J O U 10) H
vjO Q z w
_ .:a D m U f— . M
t r N M C' U
vdNQ;a
4iPtJ:•.
Page 6 of 23
A.
Bid#11-17 ADS
City of Fayettevil v' ,'i '1 Wg/ices LLC
Purchasing Division —Urn 306
aye 113 W. Mountain
Fayetteville, AR 72701
Phone: 479.575:8220
ARKANSAS
TDD (Telecommunication Device for the Deaf): 479.521.1316
INVITATION TO BID: BID 11-17, Sewer Flow Monitors
DEADLINE: Wednesday, January 26, 2011 at 2:00 PM, local time
DELIVERY LOCATION: Room 306 — 113 W. Mountain, Fayetteville, AR 72701
PURCHASING AGENT: Andrea Foren, CPPB, aforen(oki.fayetteville.ar.us, 479.575.8220
DATE OF ISSUE AND ADVERTISEMENT: Tuesday, January 11, 2011
INVITATION TO BID
BID 11-17 Sewer Flow Monitors
No late bids will be accepted. Bids shall be submitted in sealed envelopes labeled "Bid 11-17, Sewer
Flow Monitors"with the name and address of the bidder.
All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid
documents attached hereto. Each bidder is required to fill in every blank and shall supply all
information requested; failure to do so may be used as basis of rejection.
The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated
herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of
this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City
Purchasing Manager.
Name of Firm: ADS LLC
Contact Person; Kirk Jones Title: Business Development Manager
E-Mail. kjones@idexcorp.com Phone: 512-228-6001
Business Address: 4940 Research Drive
City: Huntsville State: Alabama Zip: 35805
Signature: l L i Date: 1�o?S /A
Jose J. Goustin, Treasurer
City of Fayetteville, AR
Bid 11-17, Sewer Flow Monitors
Page 1 of 17
Page 7 of 23
A.
Bid#11-17 ADS
Environmental Services LLC
City of Fayetteville Page s of a
Bid 11-17, Sewer Flow Monitors
Bid Form (Page 9 of 2)
*GUARANTEED DELIVERY DATE: 30 day from receipt of order.
F.O.B. Fayetteville West Side Wastewater Treatment Plant, 15 South Broyles Road,
Fayetteville, AR 72701
001 2000 Sunshine Rd 15 Single $ 6,300.00
002 2081 County Rd 877 24 Single $ 6,300.00
003 WL-4,Hamestring LS 48 Single $ 6,300.00
004uali Lane 36 Single $ 6,300.00
005 North Street 24 Single $ 6,300.00
006 3600 N GreggAve 15 & 16 Dual $ 10,767.25
007 3770 N Mall Ave 30 Single $ 6,300,00
008 2911 N Crossover Rd 12 & 18 Dual $ 10,767.25
009 3016 Summer Shade Dr 18 Single $ 6,300.00
010 Noland Gate 24&24 Dual $ 10,767.25
011 Noland 42 42 Single $ 6,300.00
012 Noland 36 36 Single $ 6,300.00
Mally Wagnon LS,
Include 50'of extra 6,300.00
013 cable for each sensor 18 Single $
014 Hannah's 30&42 Dual $ 10,767.25
015 LS-12,Farmington LS 21 Single $ 6,300.00
016 WL-3,Porter 24 Single $ 6,300.00
017 Hannah's#2 30 Single $ 6,300.00
City of Fayetteville, AR
Bid 11-17, Sewer Flow Monitors
Page 14 of 17
Page 8 of 23
A.
Bid#11-17 ADS
Environmental Services LLC
City of Fayetteville Page 7 ora
Bid 11-17, Sewer Flow Monitors
Bid Form (Page 2 of 2)
Please Spec(fy for Units Bid:
*MANUFACTURER: ADS Environmental Services LLC MODEL: FlowShark Triton
TOTAL BID PRICE: $ 124,969.00
(Sum of Items 1-17)
EXECUTION OF BID -
Bidders are requested to indicate by check mark or "Yes/No" on each line of the Technical
Specifications the compliance of the item bid. Actual specification of any deficient item must be noted
on the bid sheet or separate attachment. If specifications of item bid differ from provided literature,
deviation must be documented and certified by the manufacturer as a regular production option.
Upon signing this Bid,the bidder certifies that:
1. He/she has read and agrees to the requirements set forth in this proposal, Including
specifications, terms, standard conditions, and any pertinent information regarding the articles
being bid on.
2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these
requirements as specified by The City of Fayetteville..
3. The Bidder can and will comply with all specifications and requirements for delivery,
documentation and support as specified herein.
Unsigned bids will be rejected. Items marked *are mandatory for consideration.
*NAME OF FIRM: ADS LLC
Purchase Order/Payments shall be issued to this name
*BUSINESS ADDRESS: 4940 Research Drive
*CITY: Huntsville *STATE: Alabama *ZIP: 35805
*PHONE: 512-228-6001 (Kirk Jones) FAX: 256-430-6580
*E-MAIL: kjones@idexcorp.com
*BY: (PRINTED NAME) Joseph J. Goustin
*AUTHORIZED SIGNATURE: ✓I /� '
*TITLE: Treasurer
City of Fayetteville, AR
Bid 11-17, Sewer Flow Monitors
Page 15 of 17
Page 9 of 23
• 1 CITY COUNCIDAGENDA MEMO
t
� 1� MEETING DATE OooQement
y THE CITY OF FAraTTRMKiLE,ARKANSAS
ARKANSAS
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Don Marr, Chief of Staff
From: David Jurgens, Utilities Director
Fayetteville Water and Sewer Com 1 eV
Date: January 28, 2011
Subject: Approval of a cost share agreement with Ozarks Electric Cooperative Corporation to extend 3-phase,
460-volt power to the Stone Mountain Water Pump Station for$38,250.48
RECOMMENDATION
Staff recommends approval of a cost share agreement with Ozarks Electric Cooperative Corporation to extend
3-phase, 460-volt power to the Stone Mountain Water Pump Station for$38,250.48, approval of a$7,500
contingency, and approval of a budget adjustment of$45,751.
BACKGROUND
A contract with CB&I to build the Canterbury water storage tank was awarded April 6, 2010. There is some
additional water line work and a pump station that will be constructed to work in conjunction with the new tank.
DISCUSSION
This agreement pays the costs for Ozarks Electric Cooperative Corporation to extend 3-phase, 460-volt power
to the new Stone Mountain Water Pump Station site. 3-phase power is not currently available at the site, and is
necessary to provide the City with the most cost effective electric service for the new pump station.
BUDGETIMPACT
Funds are available in the impact fee water project budget. The budget amendment for$45,750.48 is attached to
transfer funds from the impact fee fund to the water/sewer fund.
OzarksEIe CCMemol-28-201 Ldoc
Page 10 of 23
nt
4
COST-SHARE AGREEMENT BETWEEN
CITY OF FAYETTEVILLE AND OZARKS ELECTRIC COOPERATIVE CORPORATION
This Agreement,made and entered into this day of 2011 by and between the
City of Fayetteville,Arkansas and Ozarks Electric Cooperative Corporation, Witnesseth:
WHEREAS,the City of Fayetteville is constructing a new water pump station identified as
Stone Mountain Water Pump Station; and
WHEREAS,the City of Fayetteville is in need of 3-phase,460-volt power to serve the new
water pump station; and
WHEREAS, Ozarks Electric Cooperative Corporation owns and operates the electric utility that
serves the newer water pump station.
NOW, THEREFORE,the City of Fayetteville and Ozarks Electric Cooperative Corporation
agree as follows:
1. Upon the City Council approving the Cost-Share, Ozarks Electric Cooperative
Corporation agrees to:
A. Provide the necessary and normal project construction, management, inspection,
and testing as necessary for a complete and acceptable 3-phase power extension.
B. The estimated total cost of construction for the 3-phase power extension is
$54,848.48 as shown in the attached estimate of probable cost.
2. The City of Fayetteville agrees to:
A. Pay a lump sum cost of$38,250.48 for the aforementioned 3-phase power
extension upon execution of this agreement.
3. It is further understood that the contract includes material, labor and normal trenching. In
the event that excessive rock is encountered during construction that cannot be excavated
by normal trenching methods, the City of Fayetteville agrees to pay for the additional
costs,not to exceed $7,500.00.
4. Changes, modifications, or amendments in scope,price or fees to this contract shall not be
allowed without a prior formal contract amendment approved by the Mayor and the City
Council in advance of the change in scope, cost or fees.
5. Freedom of Information Act. City of Fayetteville contracts and documents prepared
while performing city contractual work are subject to the Arkansas Freedom of
Information Act. If a Freedom of Information Act request is presented to the City of
Fayetteville, Ozarks Electric Cooperative Corporation will do everything possible to
Page 11 of 23
A.
Ozarks Electric Cooperative
Corporation Cost-Share Agreement
Page 5 of 8
provide the documents in a prompt and timely manner as prescribed in the Arkansas
Freedom of Information Act(A.C.A. §25-19-101 et. seq.). Only legally authorized
photocopying costs pursuant to the FOIA may be assessed for this compliance.
6. This contract must be interpreted under Arkansas Law.
IN AGREEMENT WITH ALL THE TERMS AND CONDITIONS ABOVE,WE SIGN
BELOW:
CITY OF FAYETfEVILLE OZARKS ELECTRIC COOPERATIVE CORPORATION
BY _
Mayor Lioneld Jordan
Page 12 of 23
x x
of N O � (ON (OO h (OO O M O W 0] O CO �j W M00
ON 70 W d' M (O <7' 0 lO It of Mr d' O V (O OJMMM
O H N of O (O m i N w 0 O' (O O 1� O W OG 06 O N
U O O CO W 7 0 m O O co N M co
c0 U V 00 r (O CO N M V I�fRW N N U MEf3 ffl �O
co N M N Efl ffl V3 69 fA M (7O Ili O M N N3 EA Vi
W O N fA (H EH Vi V3 t�> (A N
N 0
,0c0 OO r N MCO
y Oa) r OMNrr � r7 Z � yONi� O CO
0 0 0 0 �- O N O (O (O N O w 00 0 0 CO 0 (O
UEfl 70l� O h r OEflM M (O
cO 0 0 ffl�� N" M M U m U O Vi MEA �3�(H
f9 E�iJ 0M- N m Q Q ry
J F F = J
W (q Q G O N r 7
m o Z J M
W
d z w � (-Ua d
LU
LU
2
tr
O
LL
U)
0 Z
W
J �
J
F
M
Z_ <
c) d
Z O W w
OU O O
JU7
co na F
p U O V W p U)
W O Q S w Z
{- W ~ �] u- l- w Y
pz � g0 } >- w
Oa
�d >> F �
- Y p
tOOQ � m p
oQ N � NQ
OO
( < UmmQ =
c co Lu Lij
WU f- or w0U (D
a-1 a O p Q Q z ¢ > a 0 ¢> ' O
^ � UOao � U 0yU
vaiz aDmQYOWWWDOl- a = 0008LUp
KZaaO ¢ O5U ZQmw
ll�
D OM m OU N F F 0 OJ a O 0 7 00 OJ CL LL
p
CL
0
ro
N M Y
C a' a' N O N
ID
Z M m U OU UU U D S D Z
Page 13 of 23
City of Fayetteville,Arkansas A.
Budget Adjustment Form Ozarks Electric Cooperative
eement
Budget Year Department: Utilities Request Date Adj�istfll$WtBNumber
201f Division: Water&Sewer Maintenance 1/28/2011
Program: Capital Water Mains
JUSTIFICATION TO INCREASE PROJECT/ITEM:
$45,750.48 in the Mount Sequoyah Pressure Plane Improvements Project. Increase project for the extension of 3-
phase, 460-volt power to the Stone Mountain Pump Station site.
JUSTIFICATION TO DECREASE PROJECT/ITEM(OR RECOGNIZING REVENUE):
To recognize $45,750.48 impact fee funds to extend 3-phase, 460-volt pwer to the Stone Mountain Pump Station
Site. The extension of the power is needed to power the new pump station.
EXHIBIT
A
3
Increase Decrease Project.Sub
Account Name Account Number Budget Budget_ __Number
Contract Services _ 5400.5600.5315.00 45,75t.43 _04036 . 1
Transfer from Impact Fee 5400.0940.6602.30 45,751.4# 04036 1_
TOTAL 45,750.48 45,750.48
Requested By
DI Sion Head Date kspringer
Budget& Research Use Only
B ~ire Date Type: A B C E
Description:
Depa en t rector nn Date o
_ General Ledger Date
Finan e irecto�/. Date
Posted to General Ledger
Chief tall Yale Initial Date
_ QPosted to Project Accounting
M yor G DInitial Date
G:Qvs\Utilities Capital Projects\PROJECTS\Canterbury Water TanK Improvements\Stone Mtn Pump Station\BAForm_2011_StoneMountain-
OzarksElectric
Page 14 of 23
Mev
CONTRACT MEMO
ayele A
MAYOR'S PRO
THE CITY OF FAYETTEVILLE,ARKANSAS
Afl KANSAS
To: Mayor Lioneld Jordan
Thru: Don Marr, Chief of Staff
From: David Jurgens, Utilities Director
Fayetteville Water and Sewer Commi
Date: January 31, 2011
Subject: Intergovernmental Agreement with Northwest Arkansas Regional Planning for Monitoring Evolving Water
Quality Issues
RECOMMENDATION
Staff recommends approval of an Intergovernmental Agreement Between the City of Fayetteville and Northwest
Arkansas Regional Planning to establish scope of work and payment limits for services related to the cooperative
regional efforts to monitor, evaluate, and report the likely effects that future proposed changes to stream standards
and wastewater discharge requirements may have on Northwest Arkansas, with an authorized expenditure of up to
$20,000.
BACKGROUND
Coordinated through NWARPC, the Cities of Fayetteville, Springdale, Rogers, Bentonville, and Siloam Springs are
working together in an effort to ensure our interests are fully represented in any future decisions that may be made
by EPA Region 6 relating to phosphorus, future proposed changes to stream standards, and wastewater discharge
requirements. Using an approved professional selection process, the group has hired the team of Mitchell,Williams,
Selig, Gates & Woodyard, represented by Allan Gates, and McGoodwin, Williams &Yates, represented by Carl
Yates, to facilitate the group's efforts.
Fayetteville's focus is that we are well into many activities that protect our watersheds generally and reduce nutrients
very specifically. The Nutrient Reduction Plan, stream bank protection ordinance, low impact development
ordinance, aggressive public education campaigns, evaluation of the stormwater utility, and strict stormwater
management are all examples of efforts completed, underway, and programmed in the future. We believe these
efforts can produce better results for water quality at significantly reduced cost from simply reducing the WWTP
permit limits.
The City Council approved this action, and a $30,000 budget, in Resolution 99-10 on June 1, 2010.
DISCUSSION
This agreement is the formal instrument that defines Fayetteville's financial commitment to the group. It contains all
of the requirements of Resolution 10-99. The agreement:
A. Commits Fayetteville to pay an equal 20% share, not to exceed $20,000;
B. Does not commit the City of Fayetteville to any action beyond its fair share of the regional analysis;
C. Does not authorize litigation or any expenditure to prepare for litigation.
BUDGETIMPACT
$30,000 is available in project 10027 approved by Resolution 99-10.
Fville-N WARP Agreement CCMemo Jul t.doo
Page 15 of 23
INTERGOVERNMENTAL AGREEMENT BETWEEN
THE CITY OF FAYETTEVILLE and NORTHWEST ARKANSAS REGIONAL PLANNING
I. PURPOSE
The purpose of this Agreement is to establish scope of work and payment limits for
services related to the cooperative regional efforts to monitor, evaluate, and report the
likely effects that future proposed changes to stream standards and wastewater
discharge requirements may have on Northwest Arkansas.
li. BACKGROUND
Key components in federal efforts to achieve the goals and objectives of the Clean
Water Act involve discharge standards and limitations for wastewater treatment
facilities, and the establishment of total maximum daily loads (TMDL's) for the Illinois
River and other waterways. Local governments, at substantial cost to ratepayers, have
made extensive, investments in wastewater facilities and operations to achieve
compliance with prescribed regulatory standards. It appears that federal authorities
may be poised, through consideration of methods other than those that were used in
establishing current permit requirements, to impose more stringent standards which will
render recently constructed and improved wastewater treatment facilities in the region
inadequate. Considering the potential impact on ratepayers and the overall economic
impact on the region, it is imperative that proposed changes to water quality standards
and discharge requirements be based on sound science, be achievable from a scientific
standpoint, be economically feasible and represent fair, equitable and necessary
measures to comply with the goals and objectives of the Clean Water Act. In the
interest of economy and efficiency, a cooperative regional approach is being
undertaken to analyze the issues, the potential impacts and the best collective
responses of various approaches to meet the newly proposed standards.
III. THE CITY OF FAYETTEVILLE AGREES:
A. Pay an equal 20% share, not to exceed $20,000, for the Northwest Arkansas
Regional Planning Commission's efforts under this contract, including executing a
contract with Mitchell, Williams, Selig, Gates &Woodyard PLLC ("MW") and
McGoodwin, Williams & Yates, Inc.
B. Per City of Fayetteville Council Resolution 99-10, this agreement does not commit
the City of Fayetteville to any action beyond its fair share of the regional analysis.
C. Per City of Fayetteville Council Resolution 99-10, this agreement does not authorize
litigation or any expenditure to prepare for litigation.
IV. NORTHWEST ARKANSAS REGIONAL PLANNING AGREES TO:
A. Enter into cooperative agreements with and represent the five Northwest Arkansas
cities of Fayetteville, Springdale, Rogers, Bentonville and Siloam Springs to analyze
various alternatives to address the proper establishment of certain TMDL's for
receiving streams and the likely imposition of substantially more stringent
wastewater discharge limits.
B. Execute a contract with Mitchell, Williams, Selig, Gates &Woodyard PLLC and
McGoodwin, Williams & Yates, Inc.
C. Perform contract management for the Mitchell, Williams, Selig, Gates & Woodyard
PLLC ("MW") and McGoodwin, Williams& Yates, Inc. contract.
Page 16 of 23
V. ARKANSAS FREEDOM OF INFORMATION ACT: City contracts and documents,
including internal documents and documents of subcontractors and sub-consultants, prepared
while performing City contractual work are subject to the Arkansas Freedom of Information Act
(FOIA). If a Freedom of Information Act request is presented to the City of Fayetteville, or the
Northwest Arkansas Regional Planning Commission, will do everything possible to provide the
documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information
Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs pursuant to the FOIA
may be assessed for this compliance.
VI. CHANGES, MODIFICATIONS OR AMENDMENTS: Changes modifications or amendments to
this contract shall not be allowed without a formal written contract amendment approved by the
Mayor and the City Council of Fayetteville in advance of the change.
IN WITNESS WHEREOF, the Mayor and City Clerk of the City of Fayetteville, Arkansas, by
authority of Resolution 99-10 adopted by the City Council, and the Northwest Arkansas Regional
Planning Commission, have hereunto set their hand dated this day of 2011.
Northwest Arkansas Regional Planning Commission City of Fayetteville
1311 Clayton Street 113 West Mountain Street
Springdale, AR 72762 Fayetteville, Arkansas 72701
XXxg Ux �xxx Lioneld Jordan, Mayor
Witnessed By:
_. C
Sondra Smith, City Clerk
\
0 '
` Q) NGTAR ,
I„ •,;,fxplses ,
TSI
CC,UO °S
iinimna
Page 17 of 23
CONTRACT CHANGE ORDER MEMO
Faye evlle MAYOR'S APPROVAL
THE CITY OF FAYETTEVILLE,ARKANSAS
- -
APKANSAS -- ------
To: Mayor Lioneld Jordan
Thru: Don Marr, Chief of Staff
From: David Jurgens, Utilities Director
Fayetteville Water and Sewer Commi e
Date: January 11, 2011
Subject: Reconciliation Change Order 3 to the construction contract with Goodwin &Goodwin, Inc. for
$25,695.40 for Broyles Ave gravity sewer construction
RECOMMENDATION
Staff recommends approval of Change Order 3, reconciling unit quantities, to the construction contract with
Goodwin &Goodwin, Inc. for construction of the Broyles Ave gravity line for$25,695.40.
BACKGROUND
The contract provides for the construction of approximately 6,276 linear feet of 12"to 18" gravity line from the
Cross Keys development to the east side of the City property at the Boys and Girls Club, flowing along Owl
Creek, Persimmon Road, and Broyles Avenue to the new lift station at the intersection of Broyles Avenue and
Persimmon Road. The project has reached substantial completion. $135,000 of this project was provided as a
cost share by Forest Hills Partnership, LLC.
This project has reached substantial completion.
DISCUSSION
This change order reconciles the contract to match actual quantities involved in the construction. The final
contract amount, after this change order, is $845.358.57.
BUDGETIMPACT
Funds are available in the approved project contingency. $45,000 was in the original contingency; $19,140.00
was expended in change order 2, leaving$25,860. Upon approval of this change order, $164.60 will remain. It
is expected that these funds will be returned to the WSIP project funds.
WL-13 RCMCCMemo Ja 1I.doc
Page 18 of 23
_:IIX�F-
TChange Order No. 3 Page I of 2
RECONCILIATION CHANGE ORDER CityContraet8 2123 schedule
City Resnultion It 45-10 Date 1/10/2011
City Project No.: 02133-0701
Project Name: Broyles Road Gravity Main,WL-13 Location: Fayetteville,AR
Owner; City of Fayetteville Contractor: Goodwin&Goodwin,Inc.
Address: 113 W.Mountain Address: 3543Free Ferry Rd
Fayetteville AR 72701 Fort Smith,AR 72903
THE FOLLOWING CHANGES ARE HEREBY AMENDED INTO THE CONTRACT PLANS AND SPECIFICATIONS:
ITEM It DESCRIPTION DECREASE INCREASE
1 Change Order to reconcile construction quantities
See Attached for Cost Breakdown $25,695.40
TOTAL DECREASE AMOUNT $0.00
TOTAL INCREASE AMOUNTI $25,695.40
NET CHANGE ORDERI $25,695.40
ENGINEERS FINAL
CHANGE TO CONTRACT AMOUNT: TOTAL AMOUNT ELIGIBLE AMOUNT
Original Contract Amount $433,005.0 $el005.00
Total Previous Change Order(s) $386.658.17 $386 558.17
Net Amount This Change Order $2.5.695.40 25 695.40
TOTAL CONTRACT AMOUNT TO DATE $845,358.57 5885 358.57
CHANGE 1'0 CONTRACT COMPLE'T'ION DATE:
Original Completion Date
Previous Adjusted Completion Date
(Increase)(Decrease)This Change Order Calendar Day
NBW CON"TRACT COMPLETION DATE:
RECOMMENDED: CITY OF FAYETTEVILLE
Consmmti 7r bserver —
/or
BY: t-L � � - Construction&Contract Manager
Si nature Title Date
RECOMMENDED: CITY OF FAYETTEVILLE
Engine
BY: � Utilities Engineer b /
Signallure Title Date
ACCEPTED: Goodwin&Goodwin,Inc.
Co tK'for
BY: ��, �' - a- I
/ Signature Title Date
APPROVED: TTY OF FAS. MVILLE _
er l
BY: Mayor /
n ne - Title a[e
Page 19 of 23
Cost Breakdown for Change Order
annuities Adjusted
Item Description Adjust Contract ,
Unit Unit Cost Ori final Adjusted .td- Amount
Mobilization(Not to Exceed 5%of All Other
I Contract Items) LS $20,000.00 1 1 0.00 $0.00
2 Site Preparation,Clearing ant[Grubbing LF $1.50 3100 3059 -41.00 -$61.50
3 Construction Staking LF $).50 3100 3059 41.00 461.50
4 49-Inch Dia.Std.Manhole,0-6 Ft.Deep EA $2,600.00 10 10 0.00 $0.00
5 48-inch Dia.Manhole Extra Depth,Over 6 Ft.Deep VF $300.00 13 13 0.00 $0.00
6 48-Inch Dia.Drop Manhole,0.6 Ft.Deep EA $3,200.00 [ 1 0.00 $0.00
7 48-Inch Dia.Drop Manhole,Extra Depth VF $325.00 1 1 0.00 $0.00
8 18-Inch Gravity Sewer and Embedment LF $36.00 2150 2132 -18.00 -$648.00
9 15-inch Gravity Sewer and Embedment LF 529.00 950 927 -23.00 -$667.00
10 Trench Excavation and Backfill,0-8 Ft.Depth [.F S18.00 2960 2934 -26.00 -$468.00
11 Trench Excavation and Backfill,8-12 Ft.Depth LF 522.00 125 125 0.00 $0.00
12 Rock Excavation CY $1.00 900 900 0.00 $0.00
13 Concrete Encasement LF $100.00 100 100 0.00 $0.00
14 Tree Protection and Priming LS $1,500.00 1 1 0.00 $0.00
15 Temporary Plug in New Sewer EA $400.00 1 2 1.00 $400.00
16 Trench Compaction Test EA $200.00 8 8 0.00 $0.00
17 Clay Dam FA $500.00 3 6 3.00 $1,500.00
18 36"Steel Encasement by Bore and Jack LF $900.00 40 40 0.00 $0.00
19 By-Pass Pumping LS $28,000.00 1 1 0.00 $0.00
20 Seeding and Mulching SY $2.50 1650 5160 3510.00 $8,775.00
21 Erosion Control LS $11,000.00 1 1 0.00 $0.00
22 Trench Excavation and Safety System LF $30.00 3100 3059 -41.00 -$1,230.00
23 Traffic Control LS $11,000.00 1 1 0.00 $0.00
24 Surface Video Documentation LP $1.25 3100 3059 -41.00 -551.25
Pre-Construction Exploratory Excavation to
25 Determine Limits for Rock Blasting EA $800.00 2 2 0.00 50.00
26 Service Connection EA $900.00 2 2 0.00 50.00
27 10"Gate Valve EA $3,000.00 1 1 0.00 $0.00
28 Site Preparation,Clearing and Grabbing LF $1.50 3065 3050 -15.00 -$22.50
29 Construction Staking LF 51.50 3065 3050 -15.00 422.50
30 Bypass Pumping LF $9.00 3065 3050 45.00 -$135.00
31 Traffic Control IS $10,000.00 1 1 0.00 $0.00
32 'french Excavation and Backfill,04 Ft.Depth LF $18.00 1829 1814 -15.00 -5270.00
33 Trench Excavation and Backfill,8-12 Ft.Depth LF $22.00 1236 1236 0.00 $0.00
34 8-Inch Gravity Sewer and Embedment LF $22.00 100 100 0.00 $0.00
35 12-Inch Gravity Sewer and Embedment LF $24.00 2450 2443 -7.00 -$168.00
36 15-Inch Gravity Sewer and Embedment LF $29.00 615 607 -8.00 4232.00
37 48-Inch Dia.Std.Manhole,0-6 Ft.Deep EA $2,600.00 13 13 0.00 $0.00
38 48-Inch Dia.Manhole Extra Depth,Over 6 Ft.Deep VF $300.00 39 39 0.00 $0.00
39 Remove Manhole EA $800.00 3 3 0.00 $0.00
40 24"Steel Encasement LF $175.00 160 220 60.00 $10,500.00
41 30"Steel Encasement LF $250.00 10 45 35.00 $8,750.00
42 Clay Dam EA $500.00 5 5 0.00 $0.00
43 Sidewalk-Remove&Replace SY $45.00 725 922.67 197.67 $8,895.15
44 Handicap Ramp EA $800.00 4 4 0.00 $0.00
45 Street Repair SY €125.00 100 144 44.00 $5,500.00
46 Seeding and Mulching SY $2.50 5387 5386.667 0.00 $0.00 -
47 Solid Sod SY $4.00 3875 3875 0.00 $0.00
48 Curb&Gutter Lf- $30.00 200 200 0.00 $0.00
49 Remove&Reinstall Fence LS $1,000.00 I 1 0.00 $0.00
50 Pavement Markings LS 52,000.00 I 1 0.00 $0.00
51 'French Safety LS $10,000.00 1 1 0.00 $0.00
52 Erosion Control LF $3.00 3065 3050 -15.00 -$45.00
Page 20 of 23
• CONTRACT REVIEW MEMO
F- evl e MAYOR'S APPROVAL
THE CITY OF FAYETTEVILLE,ARKANSAS
ARKANSAS
To: Mayor Lioneld Jordan
Thru: Don Marr, Chief of Staff
From: David Jurgens, Utilities Director
Fayetteville Water and Sewer Com i
Date: December 16, 2010
Subject: Amendment 5 to the Engineering contract with Environmental Consulting Operations, Inc., for no
change in cost, for WSIP and wetlands mitigation site stormwater, wetlands, and environmental issues
RECOMMENDATION
City Administration recommends approval of Amendment 5 to the Engineering contract with Environmental
Consulting Operations, Inc., for no change in cost, for WSIP and wetlands mitigation site stormwater, wetlands,
and environmental issues as required by the Corps of Engineers and ADEQ.
BACKGROUND
ECO, Inc. developed the wetlands and storm water protection best management plans and conducted excellent
construction inspection for the WSIP, and is tasked to ensure full compliance with the related regulations and
permits. Under their supervision, contractors working for the City have completed over$135 million in work
without a single permit violation. ECO also designed the wetlands mitigation site that was required by the Corps
of Engineers, which has a mandated seven year monitoring and reporting period.
DISCUSSION
This amendment covers these work tasks:
(1) Adds WL-10a(Farmington gravity line) into this scope of work. The extra work performed is due to
weather delaying final restoration, and increased requirements from ADEQ for proving the establishment of
multi-season perennial vegetative cover. The excessive rain this summer caused significant additional work
relating to stream crossings and wetlands area activities of the ECO contract. More monthly compliance
inspections are been required.
(2)Wetlands monitoring and Corps of Engineers compliance for 2011. The intent from the beginning of
the WSIP process was to execute the wetlands monitoring change order annually, as the work load will change
with time. The Corps of Engineers permit requires a seven year monitoring period. Funding for these
succeeding years will come from the Wastewater Treatment program.
BUDGET IMPACT
Funds are available within the existing contract; this change order has no change in cost. There is a $17,000
decrease in WSIP expenditures which will revert to the fund when the purchase order closes. There is a
$17,000 increase in operational costs for Wetlands operations and maintenance. The latter is budgeted within
the 2011 Wastewater Treatment operational budgets.
Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain-Fayetteville,AR 72701
ECO Amend 5 CCMemoNov l O.doc
Page 21 of 23
AMENDMENT NO. 5
TO
AGREEMENT FOR ENVIRONMENTAL. CONSULTING SERVICES
BETWEEN CITY OF FAYETTEVILLE,ARKANSAS AND
ENVIRONMENTAL CONSULTING OPERATIONS, INCORPORATED
FOR
WSIP DESIGN/CONSTRUCTION/POST-CONSTRUCTION
ENVIRONMENTAL CONSULTING SERVICES
THIS AMENDMENT NO. 5 to the Agreement For Professional Environmental Consulting
Services, dated September 16, 2003 (the "Agreement"), by and between CITY OF
FAYETTEVILLE, ARKANSAS (CITY) and ENVIRONMENTAL CONSULTING
OPERATIONS, INC. (ECO) for environmental consulting services in connection with the
Wastewater System Improvements Project(WSIP)is made and entered into for purposes of
amending certain provisions of the Agreement to address unanticipated WSIP design and
scheduling changes and changes to requirements for environmental regulatory compliance and
the scope of construction contracts in association with the CITY's WSIP.
NOW THEREFORE, the CITY and ECO agree to amend the contract as follows:
1. All items contained in the basic contract, as amended through amendment 4, remain in
effect. Unless specifically stated all other terms and conditions of the Agreement shall remain
in full force and effect. Neither this Amendment nor the Agreement may be modified except in
writing signed by and authorized representative of the CITY and ECO.
2. Part B—Design/Construction/Post-Construction Phase Environmental Consulting
Services For WSIP Contracts EL-3 and 5 (Gravity Lines, Happy Hollow—Razorback),
WL-10a (Farmington Gravity Sewer), WL-13 (Broyles Road Gravity Sewer), WL-14
(Broyles Road Force Main) and WL-15 (Broyles Road Lift Station). Wastewater line WL-
I Oa is added to this section of the scope of'work. Invoices shall identify work performed for
WL-I Oa as a separate sub-line in the portion of the invoice reflecting post-construction work
performed to allow proper separation of billing between Fayetteville and Farmington, per the
agreement between the two cities.
3. Compensation - For the amended Scope of Services described herein, there is no total change
in cost from Amendment 4. The CITY shall pay ECO the sum of the following, as specified
below and as shown on the Cost Detail. The total payment shall be a lump sum "not to exceed"
amount of ONE HUNDRED SEVENTY-FIVE THOUSAND TWO HUNDRED U.S.
DOLLARS ($175,200.00).
ECO Amnd No 5 Nov 10.6.doc r
Page 22 of 23
Contract Amendment No. 5 Cost Detail
2010 to be paid Change from 2010 and 2011 to
ECO SCOPE under Amendment 4 to be paid under
Amendment No.4 Amendment 5 Amendment No.5 '-
PARTA-Admin & Management $36,500 - $16,000 $20.500
PART B—Contracts EL-3&5,WL,
10a,W1-13,WL-14,WL-15 Design $25,900 - $21,000 $4,900
Svcs
PART C-Contr EL-3&5,W 1,10a,
WL-13,WL•14,WL-15,WL-10a $48,000 + $20,000 $68,000
Const/Post-Const Svcs
PART D—WSIP Wetland And $37,080 + $27,000 $64,080
Stream Mitigation Site Monitoring
PART E—Wetland Mitigation Site $27,720 - $10,000 $17,720
Management,Planning,and Coord
Subtotals $175,200 0 $175,200
The CITY and ECO intending to be legally bound, indicate their approval on the Amendment by
their signatures below.
ENVIRONMENTAL CONSULTING CITY OF FAYETTEVILLE
OPERATIONS, INC.
By:
Bruce Shackleford, Presi ent Lioneld fr,ddn, Ma7or
Date: (� lI// Date: I a7 I to
ATTEST:
ooG��R1UT �i�s°�
v° a�1ky:_
;EAYETTEVILLE, Sondra Smith, City Clerk
',9S99fANSP�J�
O°„1UTOrpy° Date: �7&
Changes, modifications or amendments in scope, price or fees to this Contract shall not be
allowed without formal contract amendment approved by the Mayor and the City Council in
advance of the change in scope,cost, fees, or delivery schedule.
End of Amendment No. 5 to Agreement for Environmental Consulting Services
ECO Amnd No 5 Nov)0-6.doc 2
Page 23 of 23