HomeMy WebLinkAbout100-99 RESOLUTIONRESOLUTION NO. 100-99
A RESOLUTION AWARDING AN ENGINEERING CONTRACT
UNDER RFQ NO. 99-3 TO BURNS AND MCDONNELL IN AN
AMOUNT NOT TO EXCEED $32,472, FOR A PLANT
CAPACITY STUDY OF THE NOLAND WASTEWATER PLANT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1 That the City Council hereby awards an engineering contract under RFQ No.
99-3 to Bums and McDonnell in an amount not to exceed $32,472, for a plant capacity study of the
Noland Wastewater Plant; and authorizes the Mayor and City Clerk to execute said contract. A copy
of the contact is attached hereto marked Exhibit "A" and made a part hereof.
�IFYt
\/PAS SAND APPROVED this ird day of August , 1999.
r
e
S '' \-
ATTEST:
a %d4s�Gs_�aZ e �
Heather Woodruff, City C
Fred Hanna, Mayor
•
EXHIBIT A
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
STATE OF ARKANSAS
COUNTY OF WASHINGTON
This Agreement entered into and executed this 3-d day of As -F 1999, by and
between the City of Fayetteville acting by and through its Mayor hereinafter called the
"OWNER" and Bums & McDonnell Engineering Company, Inc. with offices located in Kansas
City, Missouri hereinafter called the "ENGINEER."
WITNESSETH:
Whereas the "OWNER" desires to have a study made to determine the actual capacity of the
existing W.W.T.P.; and Whereas, the "ENGINEER'S" staff is adequate and well qualified and it
has been determined that its current work load will permit completion of the plans for the project
on schedule;
Now therefore, it is considered to be in the best public interest for the "OWNER" to obtain
assistance of the "ENGINEER'S" organization in connection with said engineering services. In
consideration of the faithful performance of each party of the mutual covenants and agreements
set forth hereinafter, it is mutually agreed as follows:
SECTION I — EMPLOYMENT OF ENGINEER
The "OWNER" agrees to employ the "ENGINEER" to perform, and the "ENGINEER" agrees to
perform, professional engineering services in connection with the project set forth in the Sections
to follow; and the "OWNER" agrees to pay and the "ENGINEER" agrees to accept, as specified
in the Sections to follow as full and final compensation for work accomplished in the specified
time.
SECTION II — DESCRIPTION OF THE PROJECT
A review of the data relating to the existing W.W.T.P. Capacity.
SECTION III — INFORMATION & SERVICES
The "OWNER" will furnish any information which may relate to the project that is available.
Encl: Page 1 of 6
SECTION IV — SERVICES TO BE FURNISHED BY THE "ENGINEER"
A. Receive and review City -supplied influent flow database suitable for input to
Microsoft Exceln" spreadsheet for the Paul R. Noland Wastewater Treatment
Plant (the Plant) in Fayetteville, Arkansas to determine the following historical
influent flow rates:
1. Annual Average Day (AAD)
2. Minimum Day (MinD)
3. Maximum Day (MaxD)
4. Maximum Month (MaxM)
B. Perform an engineering evaluation of the hydraulic capacity of the Plant to
recommend to the City the following capacity ratings as are in general use in the
industry:
1. Design Average Flow (Design)
2. Peak Design Flow (Peak Design)
3. Peak Hydraulic Flow (Peak)
C. Calculate the Surface Overflow Rate (SOR) for the clarifiers at each of the
hydraulic flow rates in paragraph B and compare to industry standards.
D. Receive and review City -supplied treatment records database suitable for input to
Microsoft Exceln" to determine organic capacity of the aeration basins.
E. Confine the evaluation of the hydraulic and organic capacity to the Liquid train
through the influent pumping station, primary clarifiers, aeration basins,
secondary clarifiers, effluent sand filters, chlorine contact basins, effluent
pumping station, and the associated interconnecting piping. Evaluation of
electrical, mechanical, structural, screenings, sidestreams, solids processing,
chemical feed and other process lines, reliability, redundancy, efficiency, safety,
and operational aspects of the Plant are outside the scope of this evaluation.
Page 2 of 6
•
F. Rely on the Conformed -to -Construction Records provided by the City for
elevations of weirs, walls, ground surface elevations, pipeline inverts, basic unit
dimensions, and diameters to be used in the analysis.
G. Meet with City staff approximately two weeks after commencement of work to
advise staff of findings to date and schedule for final deliverable.
H. Prepare final letter report and deliver fifteen copies to City staff within 31 days
after commencement of work.
SECTION V — COORDINATION WITH "OWNER"
The "ENGINEER" shall keep the "OWNER" updated as the study progresses.
SECTION VI — OFFICE LOCATION FOR REVIEW OF WORK
Review of the work as it progresses under this Agreement shall be made at the "OWNER'S"
Public Works Director's Office.
SECTION VII — FINAL SUBMISSION
Fifteen (15) copies of the Report shall be submitted.
SECTION VIII — TIME OF BEGINNING AND COMPLETION
The "ENGINEER" shall begin work under this Agreement within ten (10) days of notice to
proceed and shall complete the study within 31 calendar days.
SECTION IX — FEES AND PAYMENTS
For, and in consideration of, the services to be rendered by the "ENGINEER," the "OWNER"
shall pay the "ENGINEER" on the basis of actual salary costs for work time directly connected
with work chargeable to the project multiplied by a factor of 3.326 plus direct reimbursable
expenses associated with the project which are payable as follows:
1.) Total estimated Labor for Study: $29,156
2.) Total estimated Direct Expenses: 3,316
3.) Total estimated Engineering Contract Amount, not to exceed: $32,472
Page 3 of 6
The basis of this upper limit and justification for the fee is contained in Appendix "A" attached
hereto. Subject to the City Council approval, adjustment of the upper limit may be made should
the "ENGINEER" establish and the "OWNER" 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 the "OWNER"
decides to shorten the duration of work from the time period specified in the Agreement for
completion of work and such modification warrants such adjustment.
Appendix "B" covers the classification of personnel and the salary rate for all personnel to be
assigned to this project by the "ENGINEER."
Final payment for services shall be made upon the "OWNER'S" approval and acceptance with
the satisfactory completion of the Report.
SECTION X — CHANGES
The "OWNER" may at any time, by written order, make changes within the general scope of the
contract in the work and services to be performed. If any such change causes an increase or
decrease in the cost of, or the time required for, performance of this contract, an equitable
increase or decrease shall be made in the upper limit contract amount, including fee or time of
required performance, or both, and the contract shall be modified in writing accordingly.
Changes, modifications or amendments in scope, price or fees to this contract shall not be
allowed without a formal contract amendment approved by the Mayor or the City Council in
advance of the change in scope, price of fees.
Any claim by the `ENGINEER" for adjustment under this clause must be asserted within thirty
(30) days from the date of receipt by the "ENGINEER" of the notification of change; provided,
however, that the "OWNER" if it decides that the facts justify such action, may receive and act
upon any such claim assessed at any time prior to the date of final payment under this contract.
Failure to agree to any adjustment shall be cause for a dispute concerning a question of fact
within the meaning of the clause of this contract entitled SECTION XIII — MISCELLANEOUS
PROVISIONS, (1) Dispute Resolutions. However, nothing in this clause shall excuse the
"ENGINEER" from proceeding with the contract as changed.
SECTION XI — OWNERSHIP OF DOCUMENTS
All documents remain the property of the "OWNER." The "ENGINEER" may retain
reproduced copies.
Page 4 of 6
SECTION XII — POSTPONEMENT OR CANCELLATION OF THE CONTRACT
It is understood that the "OWNER" will have the right to suspend or cancel the work at any time.
A. Postponement — Should the "OWNER," for any reason whatsoever, decide to
postpone the work at any time, the "OWNER" will notify the "ENGINEER," who
will immediately suspend work. Should the "OWNER" decide during such
suspension not to resume the work, or should such suspension not be terminated
within a year, the work shall be cancelled as hereinafter provided.
B. Cancellation — Should the "OWNER," for any reason whatsoever, decide to
cancel or to terminate the use of the "ENGINEER'S" service, the "OWNER" will
give written notice thereof to the "ENGINEER," who will immediately terminate
the work. If the "OWNER" so elects, the "ENGINEER" may be instructed to
bring a reasonable stage of completion to those items whose value would
otherwise be lost The "ENGINEER" shall turn over all data or information
collected or produced hereunder whether partial or complete. Upon such
termination of the "ENGINEER'S" services, the "ENGINEER" shall be paid on a
proportional amount of the total fee, less prior partial payments, based on the ratio
of work done to the total amount of work to be performed.
SECTION XIII — MISCELLANEOUS PROVISIONS
1. Dispute resolution — Any dispute concerning a question of fact in connection
with the work and having a financial value of $10,000, or less, shall be
referred for determination to the Mayor of the City of Fayetteville whose
decisions in the matter shall be final and conclusive. Disputes resulting from
claims greater than $10,000 shall be subject to mediation.
2. Responsibility for Claims and Liability — The "ENGINEER" shall save
harmless the "OWNER" from all claim and liability due to its (the
"ENGINEER'S") activities, or those subcontractors, its agents, or its
employees during the time this contract is in force.
3. General Compliance with Laws — The "ENGINEER" shall comply with all
federal, state and local laws and ordinances applicable to the work. The
"ENGINEER" shall be a professional engineer, licensed in the State of
Arkansas.
4. Engineer's Endorsement — The "ENGINEER" shall endorse the Report.
Page 5 of 6
SECTION XIV — SUCCESSORS AND ASSIGNS
The "OWNER" and the "ENGINEER" each binds itself and its partners, successors, executors,
administrators, and assigns to the other party of this Agreement, except as above, neither the
"OWNER" nor the "ENGINEER" shall assign, sublet or transfer its interest in this Agreement
without written consent of the other. Nothing herein shall be construed as creating any possible
personal liability on the part of any officer or agent of any public body which may be party
hereto.
SECTION XV — COVENANT AGAINST CONTINGENT FEES
The "ENGINEER" warrants that it has not employed or retained by company or person, other
than a bonafide employee working solely for the "ENGINEER," to solicit or secure this contract,
and that it has not paid or agreed to pay any company or person, other than a bonafide employee
working solely for the "ENGINEER," any fee, commission, percentage, brokerage fee, gifts, or
any other consideration, contingent upon or resulting from the award or making of this contract.
For breach or violation of this warranty, the "OWNER" shall have the right to annul this contract
without liability.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be duly executed as
of the date and year herein written.
CITY OF FAYETTEVILLE
By:
FPY,ttit
_,, <
i44/
J;1 �l4JG
City Clerk
ENGINEER
Mayor B rns &'McDonnell Engineering
Company, Inc.
By:
Page 6 of 6
TTEST
Vice President
AGENDA REQUEST FORM
XX AGENDA REQUEST COUNCIL MEETING OF August 3, '99
FROM: Don Bunn
Name
Public Works Admin Public Works
Division Department
ACTION REQUIRED: Resolution authorizing the Mayor and City Clerk to execute
a contract with Burns and McDonnell for a Plant Capacity Study for a not to
exceed figure of $32,472.00.
COST TO CITY:
$ 32,472.00 $ 1,000,000.00
Cost -This Request
Water and Sewer Imp.
Category/Project Budget Category/Project Name
5400 5700 5314 00 $
Account Number Funds
98047–ID
Wastewater Plant Engr
Used To Date Program Name
$ 1,000,000.00
Project Number Funds Remaining
BUDGET/CONTRACT REVIEW:
Budget Coordinator
AccoingvMan 'Hg
X Budgeted I
Date
%;0-9q
Date
City Attorney - Date
Purchasing Officer
1-a(-99
Date
m
Water and Sewer
Fund Category
f) Budget Adj. Attached
2uuL.9q
Administrative Services Director Date
ADA Coordina r Date
.10M614( UO 2O-- ?)
Internal Auditor Date
STAFF RECOMMENDATION: Staff recommends approval of the contract with Burns
and McDonnell for Plant Capacity Study in the amount of a not -to -exceed
fig — of $32,472.00
7-19-99
Date
Date
2 JUIN)
a2/W M
Date
Cross Reference
New Item: Yes No
Prev Ord/Res #:
Orig Contract Date:
RECEIVED
JUL 21 1999
CITY OF FnrET i uv
OITY CLERK'S Cr°
COMMENT SHEET
Engineering Contract
Plant Capacity Study
Burns and McDonnell
!—
7;!
1
„;!@F.!l=,==�■,!
-- —. —_ ..a.
}}s.se.,eeeeel
7•
•°!
mi
1
1
am cs ,!
,em.
-1 ,,,,,,,,,,,,,
bet
2f
._
1
7a"co
n52! _ -
a
tk;R,......
......
1
.
,
143
-- ,,_,-
1
;;■■!!!!!!!!!!!!!
1
-
,
la.2!°°-..!!.!!°-n!!
e
1
,.. .............
-
1
!!! 2 ! /k
| ` I ` 3w." E
ala %IA' „ _g. !
7! 2ƒ243]«2!t# 1 §
1 �. !{/i\g` 1 •
1/1 441 i} ��!- §
1-1,1;-111111;•411 !}- - !
�..® 4l._ B
§ 1111111112,11111i-§ § c 2
e §^ §
f
„a
£
IOAXS { I%OOMXELL OOMSIOfXML
•
CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENT OF PUBLIC WORKS
EVALUATION OF PAUL R. NOLAND WASTEWATER TREATMENT PLANT CAPACITY
APPENDIX B
PERSONNEL CIASSIFICATION AND SALARY RATE
The following personnel are anticipated to be assigned to the project:
NAME
PROJECT
POSITION
POSITION CLASSIFICATION
CLASSIFICATION LEVEL
HOURLY SALARY
Jerry Sonderegger, P.E.
Project
Manager
Associate
14
531.73
David Hauser, P.E.
Project
Engineer 1
Senior
13
28.02
Kent Monter,
P.E.
Project
Engineer II
Senior
13
28.74
Staff,TBN
Technician/Stenographic
Technician*
6
1121
Staf,TBN
Reproduction
General Office*
5
10.16
I. Position classifications listed above refer to the firm's internal classification system for employee compensation. For example, "Associate",
"Senior", etc., refers to such positions as "Associate Engineer", "Senior Architect", etc.
2. The hourly salary rates shown above are effective for services through December 31, 1999, and are subject to revision thereafter.
3. For the nonexempt personnel in positions marked with an asterisk, overtime will be billed at 1.5 times the average hourly salary rates shown.
BUAKI 6 MCDONNELL CONFIDENTIAL Page I of 1 07/07/99
Horns
McDonnell
100
1898.1998
RECEIVED
JUL 13 1999
CITY OF FAYETTEVILLE
MAYOR'S OFFICE
July 7, 1999
Mr. Charles Venable, P.E., P.L.S.
Public Works Director
The City of Fayetteville
113 West Mountain Street
Fayetteville, Arkansas 72701
Agreement for the Review of Data Relating to Fayetteville's Existing Wastewater Treatment
Plant Capacity
Dear Mr. Venable:
As requested in your June 28th letter, Burns & McDonnell is pleased to submit two signed copies
of this agreement.
As suggested by your staff, we have re -typed the agreement to reflect the City changes noted in
the original. We are returning the original to you for comparison. We have also included an
additional specimen of the re -typed agreement which has been highlighted to indicate insertions
and modifications requested by Burns & McDonnell.
Included as part of the Contract Agreement as directed are Appendix A, Project Budget
Justification, and Appendix B, Personnel Classification and Salary Rate for the project team
members. In accordance with a telephone call with you on July 6t°, we have based our estimated
contract value on our actual direct salary times a labor multiplier plus direct expenses. The
estimated contract amount is $32,472.00.
After approval of the agreement, please return one executed copy for our records
Sincerely,
Joel A. erwick E.
Vice President
enclosures
ENGINEERS • MORTICES • CONSULTANTS
9400 Ward Parkway
Kansas City, Missouri 64114-3319
Tel: 816 333-9400
Fax: 816 333-3690
http://www. burnsmcd. ram
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
July 19, 1999
To: Fayetteville City Council
From: Don Bunn, Assistant Public Works Directo0-7. "//c
Thru: Charles Venable, Public Works Director
Fred Hanna, Mayor
Subject: Engineering Contract
Burns and McDonnell
Plant Capacity Study
Attached for your review and approval is a proposed contract with Burns and McDonnell for
the Capacity Study of the Noland Wastewater Plant. The cost of the study is a not -to -
exceed amount of $32,472.00. The services to be rendered by the engineer is contained in
Section IV of the proposed contract, pages 2 and 3.
It is the recommendation of the Staff that the contract be approved. Funding for the project
will come from the wastewater engineering budget.
Fixed
Asset# -
dotal:
um purchasing oaks up-- --..
Department Director: Purchasing Manager:
audnat Cnnrdinatnr Data Processina Mar:
P.O. Number. Expected Delivery Date:
d
A
o
z
2
c a
1>
c
Requisition No.: I
0
z
0'0
z
0
0
16.
Project/SubProject
Number.
l`
**,
O
a
co
N
}
X N
H Y
D
Vendor Name:
kAAddress: FOB Point:
9400 l,JA2 n An kwA r
Ship To Code:
Requesters Employee#:
i Account Number:
Q
r
41
1
r
NI
to
a
vs"
w
-L
K
State: Zip:
r -r N0 6¢14
NA)
CITY OF FI
Purchase Requisit
(not a pi
7 0
0
Q
2`
Description:
STI
1�1
z
2
J
7
O
C
d£
VI
sr
Q
Z
E.
a
U
o
2`
U
E
c
3
2.)
REQUEST FOR VENDOR FILE MAINTENANCE
(CHECK ALL AVAILABLE RESOURCES. VENDOR UST, ACCESS
SYSTEM PRIOR TO SUBMISSION OF THIS REQUEST)
DATE OF REQUEST: '7- 20 ` ?? REQUESTED BY: (Da ,cJ ,ijv#i kl
DEPT/DIVISION: PUBLIC L. 1Pt-c 9D1M/4 EFFECTIVE DATE:
TELEPHONE EXTENSION: 330
NEW VENDOR: V VENDOR CHANGE: VENDOR RE—ENTRY:
VENDOR #: VENDOR #:
VENDOR NAME: 8U.P.cJ S t ,W - Dat-t/ea,
STREET OR P.O. BOX ��o ���� ,9,ex �/ft<Y
CITY: J49,JJ5A5 (C.,/ Ti /%r% STATE: MG ZIP CODE: G¢//4
ATTN: PHONE:9/4 677- 3 j3'Z
REMITTANCE ADDRESS IF DIFFERENCE FROM ABOVE:
NAME:
ADDRESS:
CITY, ST, ZIP:
TYPE OF ORGANIZATION
CORPORATION (100):
FEDERAL ID NUMBER: PARTNERSHIP (200):
OR INDIVIDUAL (300):
SOCIAL SECURITY NUMBER: EMPLOYEE (400):
PENSION (500):
RECIPIENT (600):
NON—PROFIT (700):
efYefeYeeefeTleeeteete+eeMw-e*t**-reil fM+:fH.eewttf»fie**** +fetsMffr*►.ffeNwe+erfellrir !►N1aMM'!►fMre»*w*M1111+e1f.f
PURCHASING OFFICE USE ONLY
NEW VENDOR: ENTERED BY:
VENDOR CHANGES: DATE:
VENDOR RE—ENTRY: G. L FILE:
W-9 FORM MAILED: INVENTORY FILE:
•
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Don Bunn, Assistant Public Works Director
From: Theresa Johnson, Deputy City Clerk
Date: August 5, 1999
Re: Burns & McDonnell, Res. 100-99
Attached please find a copy of the resolution and its back-up material. I have also attached the
one original contract for distribution to Burns and McDonnell, and the original purchase
requisition and vendor maintenance form. The original purchase req will need to go to Yolanda
Fields for a contract number before being forwarded to Peggy Vice. The vendor form will need
to go to Peggy Vice.
cc: Yolanda Fields, Internall Auditor \
£Jkaves VLVL4.bL, CI..iDt; . Oorks tireckzY'
•
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Charles Venable, Public Works Director
From: Theresa Johnson, Deputy City Clerk
Date: August 5, 1999
Re: Wastewater Treatment Plant Study
Attached please find a copy of Res. 100-99 and the supporting materials. Also attached is one
original agreement for engineering services for you to distribute to Burns & McDonnell. The
other original will be microfilmed and filed with the City Clerk's office.
cc: Yolanda Fields, Internal Auditor
Rssslx.�+ Il-,IoIc . b304ksireJtr