HomeMy WebLinkAbout43-83 RESOLUTIONRESOLUT1ON NO
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK
TO EXECUTE A CONTRACT WITH CH,M HILL IN ASSOCIATION
WITH McCLELLAND CONSULTING ENGINEERS, INC. FOR AN
AMENDMENT TO THE CITY'S 201 FACILITY PLAN.
WHEREAS, the City has received proposals from Metcalf
and Eddy, Inc. and CH2M Hill pursuant to the request for
proposals attached hereto, marked Exhibit "A", and made a
part hereof; and
WHEREAS, the Fayetteville Board of Directors has applied
the City's professional contract policy in reviewing said
proposals; and
WHEREAS, the Board of Directors has determined that the
City should accept the'proposal of CH2M Hill dated March 18,
1983, as supplemented by letter dated March 22, 1983, which
are incorporated herein by reference thereto.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS
OF THE CITY OF FAYETTEVILLE, ARKANSAS:
Section 1. That the Board of Directors hereby accepts
the aforesaid proposal of CH2M Hill.
Section 2. That the Mayor and City Clerk are hereby
authorized and directed to execute a contract, approved by
the City Attorney, incorporating the proposal of CH2M Hill
for phase 1 as specified in the aforesaid request for
proposals and as outlined at pages 4-5 through 4-7 of the
aforesaid proposal by CH2M Hill. Said contract shall provide
for payment of a fixed lump -sum fee in the amount of $77,000
to CH2M Hill for services rendered under phase 1. Said
contract shall provide that the fee for engineering services
to accomplish phase 2, as outlined as pages 4-7 through 4-9
of the aforesaid proposal, shall be subject to negotiation
upon completion of phase 1, and shall provide that the City
shall be under no obligation to utilize the services of
CH2M Hill if a fee acceptable to the City is not agreed upon.
t i letrel' AND APPROVED this 2//tday of
..x: • 1 • .
.1--.••.. • • . wt.,
.';'t •4 '...... I'll will' "1°1: 1 II it
- 4 1 • 0 It 1 •
:it it.' f.' •. I, /1:•ii it..P
.1 ' ."• lo It
k
4 •
tt 1 .c. ... ... .6 .. r
;t tz, .• • . . .. -
il-:
City 'Clerk
APPROVED:.
/224i-e,A
1
1983.
Mayor
;-Ste
!
0
•
•
FloAr MirrrTIMINTILLM, .A.19.:ECA.NSAS
CITY ENGINEER'S OFFICE
P.O. DRAWER F
Dr. Cliff Thompson
CH2M Hill
807 South McDonough Street
Montgomery, Alabama 36104
Dear Dr. Thompson:
72701 (5011521-7700
March 10, 1983
Attached you will find a request for proposals for the completion
of Fayetteville Step -One Planning Process and for Step -Two, detailed
Plans and Specifications.
Your proposal should reach the office of the City Manager by 4 P.M.
Friday, March 18, 1983. The proposal should include a schedule of
qualifications relating to the specific work involved and a list of
personnel expected to work on the project along with their individual
qualifications.
The proposals are scheduled to be presented to the Fayetteville
Board of Directors at their regular meeting at 7:30 P.M. March 22, 1983.
Oral presentation should be limited to fifteen minutes. A coin -flip
will determine which engineering firm presents their presentation first.
The other firm will be asked to leave the room and not view the proceedings
in any way.
Also attached you will find a copy of Fayetteville Professional
Services Policy, the Board will use this policy only as a guide in the
selection process.
If you have any questions please contact me.
DRB/skb
Enc: Two (2)
Donald R. Bunn
City Engineer
MCOMUWEI5
,blYs
•
AGREEMENT FOR ENGINEERING SERVICES
This Agreement executed as of March 22, 1983, between CH2M
HILL Southeast, Inc., hereinafter called the "Engineer" and
the City of Fayetteville, Arkansas, hereinafter called the
"Owner."
WHEREAS, the Owner has selected the Engineer to provide the
professional services necessary to implement the wastewater
program, utilizing the Owner's professional contract policy
adopted April 21, 1981, for the selection of firms to
provide professional services, and
•
WHEREAS, the purpose of this Agreement is to set out the
terms and conditions under which the Engineer will provide
the services described in Article 1.
NOW, THEREFORE, in consideratiorporilie mutual covenants
contained herein, the Engineer and the owner agree as
follows:
Article 1
An interim project has been developed to assist the existing
treatment plant performance until the upgraded facilities
are operable. These modifications are anticipated to
provide the following benefits:
1. Provide sufficient oxygen transfer for nitrifica-
tion of the wastewater during the summer period.
2. Improve electrical utilization efficiency to
reduce power costs when nitrification does not
Occur,
3. Provide proof to ADPC+E that Fayetteville will
take all reasonable actions to assure that the
existing plant performs as well as feasible during
the interim period.
4. Provide the potential to utilize FY83 grant funds
remaining at year-end thereby increasing the total
grant money available to Fayetteville.
The proposed improvements will not remove the hydraulic
overload deficiencies existing at the plant that occur
during periods of excessive I/I.
The Engineer will provide the engineering services to design
the necessary improvements, prepare a Step 111 grant
application, and the necessary services to implement the
project. More specifically the services to be provided
include: '
1. Evaluate 2 -speed slow -speed, fixed platform
mechanical surface aerators commercially avail-
able. Select the aerator that is found to be the
most desirable for the ultimate plan, and report
recommendations to the City.
2. Produce a contract document that will allow the
purchase of these aerators by the City. Assist in
advertisement/solicitation of bids, or in direct
purchase of the equipment.
3. Prepare a,Step III grant application.
4. If bid,
mend to
5. Develop
ments.
receive bids, select aerators, and recom-
city. Assist with equipment purchase.
Immediate Modifications Contract Docu-
A. Using specific design information from the
selected aerator, design aerator support
system. This will include an evaluation of
the existing aerator supports as to:
Ability to be utilized for new 100 hp
units; .and
o Ability to be utilized for new 400 hp
units as a part of the ultimate plan.
If existing support system is not adequate
for 100 hp units, then new support systems
will be designed. Geotechnical assistance
will be necessary if a new support system is
required and must be supported from outside
of the basins to keep the plant in service.
B. Interim electrical requirements will be
evaluated and necessary temporary needs will
be designed. If possible, power will be
obtained from existing main transformer and
routed through temporary conduits to existing
aeration basin area. Motor control centers
(with starters) will be temporarily located
adjacent to aeration basins, and will be
relocated to a permanent location as part of
the ultimate program plan.
If FY 1983 grant money is not available, the Owner will
request that the early implementation cost of these facil-
ities be considered grant eligible for future funding, The
Engineer will'not recommend implementing these improvements
in the remote case where the project was neither funded out
of FY83 money nor deemed grant eligible for future funding.
Article 2
Compensation to the Engineer for the services provided will
be on the basis of payroll cost plus 125% plus direct
project expenses with a 5% mark-up on services provided by
the Engineer's subconsultant, McClelland Consulting Engi-
neers. The maximum billable cost is $48,000, which can not
be exceeded without the Owner's written authorization.
Article 3
Payment to the Engineer for services provided as prescribed
in Article 2 is to be made within thirty (30) days after the
date on which Owner receives Engineer's bill.
Article 4
4.1 The Owner shall designate a representative to direct
and coordinate the Engineer's efforts who will be the
only source of instructions to the Engineer and who
shall have the authority to interpret the Owner's
policy as necessary to maintain the Engineer's work
schedule, administer the Agreement, and certify the
Engineer's payment request.
4.2 The Owner shall make available to the Engineer all
technical data in the Owner's possession, including
maps, surveys, borings, and other information required
by the Engineer and relating to his work.
4.3 The estimates'of cost for the Projects provided for
herein are to be prepared by the Engineer through
exercise of his experience and judgment in applying
presently available cost data, but it is recognized
that the Engineer has no control over cost of labor and
materials, or over competitive bidding procedures and
market conditions, so that he cannot warrant that the
project construction costs will not vary from his cost
estimates.
4.4 That, in soils investigation work and in determining
subsurface conditions for the Project, the characteris-
tics may vary greatly between successive test points
and sample intervals. The Engineer will perform this
work in accordance with generally accepted soils
express or implied, as to the professional advice
provided under the terms of this Agreement.
4.5 That, if payment of the amounts due as prescribed in
Article 2, or any portion thereof, is not made within
the period specified in Article 3, interest on the
unpaid balance thereof will accrue at the rate of
twelve (12%) percent per annum and become due and
payable at the time said overdue payments are made.
4 6 The Engineer shall maintain a level of competency
presently maintained by other practicing professional
engineers in the same type of work in the southeastern
United States, for the professional and technical
soundness and accuracy of all designs, drawings,
specifications, and other work and materials furnished
under this Agreement.
4.7 Either party may terminate this Agreement any time by a
notice in writing to the other party. If the Agreement
is terminated as provided herein, the Engineer will be
paid an amount commensurate with the work performed
through the date of termination; however the payment
made shall not exceed the reasonable value of the
services provided as related to the total services
described in Article 1.
4.8 •That, the Engineer's Salary Overheads are defined as a
percentage of wages or salaries of employees working
and premiums measured by or applicable at the time of
performance to such wages or salaries, such as, but not
limited to, Worker's Compensation Insurance, Social
Security, State and Federal unemployment insurance,
medical -hospital insurance, salary continuation insur-
ance, pension plan costs, and pro rata allowances for
vacation, sick pay, and holiday pay. Direct Salary
plus Salary Overhead is defined as Payroll Cost.
4.9 The Owner may, from time to time, request changes in
the scope of the services of the Engineer to be per-
formed hereunder. Such changes, including any increase
or decrease in the amount of the Engineer's compen-
sation, which are mutually agreed upon by and between
the Owner and the Engineer, shall be incorporated in
written amendments to this Agreement.
4.10 That, all claims, counter -claims, disputes and other
matters in question between the Owner and the Engineer
arising out of or relating to this Agreement or in the
breach thereof will be decided by arbitration only if
both parties hereto specifically agree to the use of
1;•••
arbitration in regard to the individual matter in
dispute.
4.11 In the event of any legal or other controversy re-
quiring the services of the Engineer in providing
expert testimony in connection with the Project, and,
except.suits or claims by third parties against the
Owner arising out of errors or omissions of the Engi-
neer, the Owner shall pay the Engineer for services
rendered in regard to such legal or other controversy,
including costs of preparation for the controversy, on
a basis to be negotiated.
4.12 This Agreement is to be binding on the heirs, succes-
sors, and assigns of the parties hereto and is not to
be assigned by either party without first obtaining the
written consent of the other.
Article 5
IN WITNESS WHEREOF, the parties hereto subscribe this
Agreement in triplicate.
DATED this (VAdday of
, 1983.
CITY aJa AYET,TE77 A KANSAS
Mayor
ATTEST:
By:
CH2M HILL SOUTHEAST, INC,
By:
Title:
Greze-67-0.„4->"
Title:
JO/COT/046
2.03
REQUEST FOR PROPOSALS
Background
On August 13, 1982, the City of Fayetteville completed a Step 1 Facility Plan. The
Facility Plan as submitted proposed the "split flow" option.
The Fayetteville City Board has now decided to construct the necessary facilities
to allow the continued full flow discharge to the White River basin rather than the
alternative set out in the Facility Plan. Consequently, a treatment system must be
selected to meet the required effluent limitations, and the existing Facility Plan and
related documents must be amended.
Additlonally, as soon as the Facility Plan has been amended and approved, the City
desires to move immediately into detailed design and preparation of construction plans
and specifications. Your firm is hereby invited to submit a proposal to perform engi-
neering services in accordance with the scope of the work.
Scope of Work
The scope of the work shall be divided into two phases. Phase I shall include all
necessary services to fully explore and evaluate the alternative treatment systems that
are capable of achieving effluent limits equal to, or better than, 5 mg/1 BOD, 5 mg/1
suspended solids, 2 mg/1 ammonia nitrogen and 1 mg/1 phosporous on a year round basis.
The engineers shall then consult with the Department of Pollution Control and Ecology,
the State Health Department, the Environmental Protection Agency, the City and Beaver
Water District and recommend to the City the one treatment they feel best meets the needs
of the City and Northwest Arkansas.
The Facility Plan and related documents, including the Environmental Information
Document, must be amended as needed to incorporate additional data as developed and to
outline the selected treatment system. The engineer shall coordinate the arrangements
for any necessary or required public meetings and/or hearings.
2.04
All work under Phase I shall be completed and all documents shall be ready to be
411 submitted to the State for approval within 90 days after the issuance of a Notice to
Proceed.
Phase II shall include detailed design and the preparation of planS. and specifications
for accomplishing all work approved for construction as set out in the amended Facility
Plan. All plans and specifications, including necessary bidding and contract documents,
shall be complete and ready for submittal to the regulatory agencies not later than April
30, 1984.
Proposals shall describe in detail the approach that you propose to take to assist
the City in solving its wastewater treatment problems.
•
•
Fee Basis
The proposed fee shall be broken down by phase. The fee for Phase I shall be a fixed
lump sum. At the beginning of Phase II a not -to -exceed fee shall be negotiated, and
this amount shall not exceed the fees reflected in Table 2 of the Federal Register,
Volume 47, No. 92, May 12, 1982. If agreement cannot be reached the City reserves the
right to contract with another firm for Phase.II.
For illustration purposes please include in your proposal (1) the hourly rate for
various personnel involved in the work; (2) the multiplier figure used to determine
overhead; and (3) the percentage figure used to calculate profit, and, using this data,
please answer the items below:
Assuming a standard A-0, A.W.T. plant is designed for location
present plant site to achieve 5,5,2,1 effluent limits, what do
estimate your engineering fees would be for the following:
A plant with construction costs of $20,000,000.
Estimated engineering fee - $
A plant with construction costs of $25,000,000.
Estimated engineering fee - $
at the
you
•
•
2.05 Page 3
A plant with construction costs of $30,000,000.
Estimated engineering fee - $
Twenty sets of proposals shall be submitted so they reach the office of the City
Manager not later than 4:00 p.m., Friday, March 18, 1983.
The City Board of Directors shall serve as the selection committee.
The fee proposals shall be submitted in person to the Mayor in a separate sealed
envelope at 7:30 p.m. on the evening of March 22, 1983. However, the fee proposals will
not be opened until •a tentative selection of the engineering firm has been made based
upon criteria other than fees.
The City Board reserves the right to contract with the preferred firm even though
SI
their proposed fees may not be the lowest.
2.06
CITY OF FAYETTEVILLE
PROFESSIONAL CONTRACT.POLICY
(Adopted April 21, 1981)
The following are the guidelines to be followed in obtaining -all
professional contracts over 55,000 (see note 1) for the City cf Faye:teville
excluding Community Development. The City Board may waive submission of
proposals under this policy by a majority vote.
1. Scooe of Work
•
The staff shall develop or procure professional help to develop the
scope of the project. The scope will be developed in such a manner :hat
proposals for the project may be requested from professional oreanizations.
If the City staff must procure professional help to develop the.scope, the
involved City Department Head(s) and City Manager shall choose the most
advantageous professional firm after receiving rate quotations and
negotiations of the price. Contract will then be revieweO by the City Attorney
and Finance Director and recommended to the Board.
2. Proposals
Proposals shall be solicited from an adequate number of qualified
sources to permit reasonable competition. Proposals will be made only on the
scope developed and shall include the following: .
A. Qualifications in Relation to Specific Project- o be Performed -
Information reflecting qualifications of trie firm. • inoicate
specialized experience and technical competence. of the firm
in connection with the/type and complexity ofthe service required.
Subcontractors, if used, must be listed with information on
their organization.
B. Experience. Competence, and CaPacitv for Performa%e - Information
reflecting tne names, titles, and qualifications kincluding
experience and technical competence) of the major personnel
assigned to this specific project. - Provide detailed preaktown
o f subcontractor's staff to be used and how they are to be used
to supplement'your staff.
C. Proposed Method of Doina Work - A proposed work. plan (description
o f now Erie project would oe conducted as well as other facts
concerning approach to scope you wish to present) indicating
methods and schedules for accomplishing each phase of the work.
Include hitt this the amount of work presently unberway.
D. Past Performance - Previous evaluations (asset forth in numoer 5)
snati De consiaered a significant factor. Ifprevious evaluations
w ith this City are not available, the professional firr.'s cast
performance records with City and others will
quality of work, timely performance, ailicencn, a:H:ty to rept past
buccets, and any other pertinent information. •(Lase.- infe=a:ion la
be used only until evaluation system has hat time :2 be oevviored.)
Firm will provide list of similar jobs Derformmo ana onrson wno:ia
we can contact for information.
2.07
3. Proposal Evaluation and Necotiation
Proposal evaluation and negotiation shall consist of three steps:
STEP A - Selection of tcio oualifyind firrs:
Descriotion Maximum Points
A. Qualifications in relation to specific
project to be performed 25
B. Experience, competence, and capacity
for performance 20
C. Proposed method of doino work 20
D. Past Performance 10
Bub -total points 75
Proposals will be reviewed by the selection committee using the
-above selection criteria. Each member of the committee will assign
points to each criteria based on the content of the proposal. The
three firms receiving the highest accumulated sub -total points, as
.rated bY the selection committee, will move on to step B. All other
firms submitting proposals will be notified in writing and thanked
for their interest in the project.
STEP 8 - Selection of the top rated firm:
The three firms receiving the highest accumulated sub -total points
will be asked for the following information:
Description Maximum Points
E. Price - Total estimated price of your
professional services for this project.
The total estimated price must be
reasonably accurate. Also, maximum cost
for "maximum not to exceed" clause and
additional service rates. information shall
be given.
25
Total points 100
The selection committee will rate this criteria (as in Step A
above) awarding up to a maximum of 25 points. These points will be
compined with the assigned points in Steo A to arrive at "Total
Poibs" (maximum of 100). The firm receivinc the nicnest accuulated
fl:otal points' will move into Step C.
ST7? -
1oc:1-iation
Theselection committee will
nn necbtintn to achieve.:ne m:st
anv7.ntacnous contract City ctr:in: with tne seinrtod firm
(fl-rm with the hinhnst accu:1:tilate: "total coints" from Step N.
2_08
If, after reasonable effort, a contract cannot be net:tie:ad within
available funds, the necotiations Oth_tho selected firm shall be
terminated. ine firm will be requested to submit in writing a cast
and final offer and the selection committee will move nectiations •
to the next highest accumalated "total points" firm. This will
continue until a mutually satisfactory contract is achieved. At -
this time the other two firms from Step B will be notified in
writing and thanked for their interest in the project.
The selection committee's membership will consist of the City'
Manager (or representative), tne Finance Director, the involved department
heads, any board members wishingto serve, and any other cersons not
involved in any way with any organizations 'submitting prcoosals (who
are appointed by the Board). The selection committee mempershio may be
changed by the Board of Directors. -
4. Contract Award and Details:
The selection committee will recommend, after net:tie:ions and
review by the City Attorney and Finance Director, the mos: advanzaceous
contract to the Board for awarding:
If the Scope of the project is substantially chanped, a new
proposal will be solicited before any additional work is performed. The
"maximum not to.exceed clause" will.then be amenced on tne :ontracz a7ter
approval by the Board.
5. Professional Project EvaliPtions:
.. Upon completion'or termination of a. contract, the department head
responsible for the project will submit a suMnary evaulation of the pro-
fessional firm's handling of the prOjbct to :include the following data:
(a) name of professional firm
(b) date of contract and date of completion
(c) cost as stated in initial.contract, amount paid, and reasOn
for any difference
(d) special strengths exhibited by professional firm
(e) problems or weaknesses in professional firm's handlinc of the project
(f) adherence to time schedule by the professional firm
(g) names -if key personnel working on the project and comments
on their adequacy
The summary evaluation will be submitted- to the City7-lanaper for review
and comments and tnen filed in the City Clerk's records. A c:py will Pe
sent to the professional firm. Written comments received from zne professional
firm regarding the evaluation will be filed in the City Clerk's
2.09
NOTE 1: Minor contracts, $5,000 and below, shall have the involved Department
Head and City Manager choose the most advantaceous oroanization
after receiving price quotations and negotiations of the price.
Contract will then be reviewed by City Attorney and. Finance Director
and recommended to the Board.