Loading...
HomeMy WebLinkAbout17-00 RESOLUTIONMICROFILMED RESOLUTION NO. 17_nn A RESOLUTION APPROVING AN AGREEMENT FOR ENGINEERING SERVICES TO RJN GROUP, INC., IN THE AMOUNT OF $638,267 FOR FAYETTEVILLE WASTEWATER IMPROVEMENTS PROJECT, SEWER COLLECTION SYSTEM IMPROVEMENTS, WEST SIDE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That The City Council hereby approves an Agreement for Engineering Services to RJN Group, Inc., in the amount of $638,267 for Fayetteville Wastewater Improvements Project, sewer collection system improvements, west side; and authorizes the Mayor and City Clerk to execute said agreement. A copy of the agreement is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 1" day of February , 2000. APPROVED: By: ATTEST: /f By: ./(/- G' Heather Woodruff, City Cler Fred Hanna, Mayor s NAME OF FILE: KF. /70K�./ 11-DeeEE,eta S&2V10E5 O AX/1 £DaA Zvc; CROSS REFERENCE: tem; A-3 //7, -Df Date Contents of File Initials k I/ -OD As. /% D 0 g-XNzBI i "AisC/`lizieGAInE,t) Ti 2-0%no 444-ti11A L(1)i/A57" I. i I /9-44 0 41 a 7 AL--77-6-in/s. err/ (a//,iezi. f -,e6 An A 'lief! A) %f1A21t CA/A, eLE,5 dEAMRLE 3-01-06 yn o o 7n (h » LA// tee ik—A• Mizr,e 21)o -it Pit • 40 • Ex/ Mk( CITY OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES STATE OF ARKANSAS COUNTY OF WASHINGTON This Agreement entered into and executed this day of Faq, 2000, by and between the City of Fayetteville acting by and through its Mayor her wafter called the "OWNER" and RJN Group, INC. with offices located in Dallas, Texas hereinafter called the "ENGINEER". WITNESSETH: Whereas, the "OWNER" is planning to construct sanitary sewer improvements to direct wastewater flows to the proposed West Side Wastewater Treatment Plant; and Whereas the "OWNER'S" forces are fully employed on other urgent work that prevents their early assignment to the aforementioned work; 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 The City of Fayetteville has elected to construct a new wastewater treatment facility on the west side of the city and divert flow originating in the Illinois River Watershed to the proposed plant. This Project will include the Phase I engineering including development of design flows and conceptual engineering necessary to implement the sewer improvements. Phase II services will include the final engineering design, bidding assistance, and construction administration services for the proposed sewer improvements in the Illinois River Watershed. City of Fayetteville, AR January 27, 2000 West Side Wastewater Collection System Improvements liege 1 m x 2 • SECTION HI - INFORMATION & SERVICES The "OWNER" will furnish any specifications, standards and other information which may relate to the project including GPS survey data and water usage information, free of charge, to the "ENGINEER" on magnetic media. SECTION IV - SERVICES TO BE FURNISHED BY THE "ENGINEER" Services to be furnished by the "ENGINEER" during Phase I - Preliminary Design generally include the development of design flows for the East Side and West Side Wastewater Treatment Plants and collection system improvements; and conceptual design for the sewer improvements in the Illinois River Watershed necessary to divert wastewater flow from the East Side Plant to the West Side Plant. A detailed scope of services to be provided by the "ENGINEER" is included in Appendix "A" attached hereto and made part of this agreement. The Phase I work will result in a Preliminary Design Report along with any technical memorandums that may have been developed during the progress of the work. The City shall be furnished ten (10) copies of the Preliminary Design Report. A Preliminary Scope of Services to be provided by the "ENGINEER" during Phase II is included in Appendix "A-1" attached hereto and made part of this Agreement. Services to be furnished by "ENGINEER" during Phase II are generally described in Section IV thru Section IX as follows. If any items described in Section IV thru Section IX conflict with items in Appendix "A-1 ", then "A-1" will govern. A final Phase II Scope of Services will be negotiated after completion of the Phase I - "Preliminary Design". The project will be designed and constructed to meet sewer standards in accordance with the "OWNER'S" Water and Sewer, and other related Standards. Construction specifications shall be based on "Standard Specifications for Highway Construction Edition 1996 of the AHTD" and latest special provisions, Engineer's Technical Specifications, and City of Fayetteville Specifications relating to the design of this project. The preliminary design report shall be submitted by the "ENGINEER" and approved by the "OWNER" prior to beginning final design work. During the final "design" phase of the project, the "ENGINEER" shall conduct final designs to prepare construction plans and specifications including final construction details and quantities, special provisions, cost estimates, make final field inspection with "OWNER", make any needed plan changes as a result of the final field inspection and all other work required to advertise and receive bids. Prior to the start of construction, the "ENGINEER" shall establish benchmark for elevation control and tie layout work to Fayetteville's GPS. City of Fayetteville, AR West Side Wastewater Collection System Improvements January 27, 2000 Page 2 • • SECTION V - COORDINATION WITH "OWNER" The "ENGINEER" shall hold conferences throughout the design of the project with representatives of the "OWNER" and other consultants involved in the project to the end that the design, as perfected, shall have full benefit of the "OWNER'S" knowledge and be consistent with the current policies and construction practices of the "OWNER". The "OWNER" reserves the right to accept or reject any or all plans for errors or omissions, but this stipulation will not relieve the "ENGINEER" of responsibility for the design of the project. 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" City Engineer's office. SECTION VII - PRELIMINARY AND FINAL SUBMISSION The "ENGINEER" shall submit two (2) sets of preliminary plans and three (3) sets of the final plans for field inspections. SECTION VIII - FINAL SUBMISSION The final submission for the construction contract shall consist of the following: A. One (1) copy of all design calculations. B. Three (3) sets of final plans, contract documents and specifications. The originals of all drawings, specifications and contract documents. All design drawings on magnetic media shall be submitted on disks compatible with AutoCAD® Release 14 software. The estimated cost of construction and a detailed estimate of time in calendar days required for completion of the contract. SECTION IX - ENGINEER RESPONSIBILITY DURING "BIDDING" AND "CONSTRUCTION" PHASES During the "Bidding" phase of the project, the "ENGINEER" shall provide all engineering and administrative services needed to obtain bids for the construction project, evaluate the bids, and consult with and advise the "OWNER' as to the acceptability of the best bidder. During the "Construction" phase of work, the "ENGINEER" shall provide administrative and engineering services including resident construction observation and inspection services to City or Fayetteville, AR West Side Wastewater Collection System Improvements January 27, 2000 Page 3 • determine whether the Contractor has met the requirements of the design plans and specifications. The "ENGINEER" shall review the Contractors progress payment requests based on the actual quantities of contract items completed and accepted, and shall make a recommendation to the "OWNER" regarding payment. SECTION X - SUBCONTRACTING Subcontracting by the "ENGINEER" of any of the services provided herein shall require prior approval by the "OWNER". SECTION XI - 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 Phase I - Preliminary Design within 300 calendar days. Phase II - Final Design schedule will be determined by the "OWNER" and "ENGINEER" after completion of the Phase I - Preliminary Design. SECTION XII - FEES AND PAYMENTS A. Phase I - Preliminary Design Services 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, plus payroll additives and general overhead costs of 180 % of direct labor costs, plus direct reimbursable expenses associated with the project, plus a fixed fee which are payable as follows: 1) "Preliminary Design" phase services, not to exceed: $ 587,513.00 2) Fixed fee for "Preliminary Design " services $ 50,754.00 3) Engineering contract amount for "Preliminary Design" phase services not to exceed $ 638,267.00 The basis of this upper limit and justification for the fee is contained in Appendix "B" 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. City or Fayetteville, AR West Side Wastewater Collection System Improvements January 27, 2000 Page 4 • Appendix "C" covers the classification of personnel and the salary rate for all personnel to be assigned to this project by the "ENGINEER". The breakdown of costs between the various tasks as given in Appendix C is a convenience and is not intended to set a maximum cost for any of the work tasks. Costs may be transferred from one work task to another so long as the maximum cost as given above is not exceeded. Invoices shall be submitted to the City on a monthly basis. The City will make every effort to pay such invoices within 30 days of date the invoice is approved. However, payment within 30 days is not guaranteed and the City will not be held liable for interest or late fees due to delayed or late payment. Final payment for Preliminary Design services shall be made upon the "OWNER'S" approval and acceptance with the satisfactory completion of the "Preliminary Design" phase for the project. "Final Design" Services The fee and payment schedule for "Final Design" Services will be negotiated between the "OWNER" and "ENGINEER" after completion of the Phase I - "Preliminary Design". "Bidding" Phase Services: The fee and payment schedule for "Bidding" Phase Services will be negotiated between the "OWNER" and "ENGINEER" after completion of the Phase I - "Preliminary Design". "Construction" Phase Services: The fee and payment schedule for "Construction" Phase Services will be negotiated between the "OWNER" and "ENGINEER" after completion of the Phase I - "Preliminary Design". E "Geotechnical Investigation" Services: The extent of geotechnical investigative services associated with final design will be negotiated after completion of the Phase I - "Preliminary Design". F. "Special" Services: The extent of "Special" services, such as preparation of detailed easements and/or construction staking, will be negotiated after completion of the Phase I - "Preliminary Design". City of Fayetteville, Ni West Side Wastewater Collection System Improvements January 27 2000 Page 5 • SECTION XIII - 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 City Council in advance of the change in scope, price, or fees. Any claim by the "ENGINEER" for adjustment under this clause must be asserted with 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 XVII MISCELLANEOUS PROVISIONS, (1) Dispute Resolutions. However, nothing in this clause shall excuse the "ENGINEER" from proceeding with the contract as changed. SECTION XIV - OWNERSHIP OF DOCUMENTS All documents, including original drawings, disks of CADD drawings and/or cross sections, estimates, specification field notes, and data are and remain the property of the "OWNER" The "ENGINEER" may retain reproduced copies of drawings and copies of other documents. SECTION XV - 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" in writing, 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. 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, charts, survey notes, figures, drawings and other records or information collected or produced hereunder whether partial or complete. Upon such termination of the City of Fayetteville, AR West Side Wastewater Collection System Improvements January 27, 2000 Page 6 • "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 XVI - MISCELLANEOUS PROVISIONS A. Any disputes resulting from claims shall be subject to mediation through the Mayor of Fayetteville, and all efforts shall be made by both parties to settle the dispute prior to any legal action by either party. Responsibility for Claims and Liability - The "ENGINEER" shall save harmless the "OWNER" from and against damages, injuries, claims, property damage, arising out of or resulting from the performance of work caused by negligent acts or omissions of the "ENGINEER", or those of its subcontractors, its agents, or its employees rendering of services under this contract. 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. D. Engineers Endorsement - The "ENGINEER" shall endorse and recommend all plans, specifications, engineer's opinion of construction costs, and engineering data finished by it. All design shall be checked in accordance with accepted engineering practices. All plan quantities shall be checked and verified. SECTION XVII - 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 XVIII - 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. City of Fayetteville, AR West Side Wastewater Collection System Improvements January 27, 2000 Page 7 • • IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be duly executed as of the date and year first herein written. CITY OF FAYETTEV LE RJN GROUP, INC. By: ,/ ti By: in aio Mayor Aut ATTEST: By: f z^ �� 4A4l City Clerk Attachments: Appendix "A" Appendix "A-1" Appendix "B" Appendix "C" ATTEST: By: rized Representative 4« - Phase I Scope of Services - Phase II Scope of Services - Professional Services Cost - Labor Rates City of Fayetteville, AR. West Side Wastewater Collection System Improvements January 27 2000 Page 8 APPENDIX 'C' LABOR RATES ENGINEERING LABOR RATES CLASSIFICATION • RANGE OF HOURLY RATE Project Director Project Manager Senior Engineer Civil Engineer Resident Engineer CADD Technician Office/Clerical Engineering Direct Labor Overhead Expenses $35.05 - $45.50/hr 34.62 - 36.75/hr 24.04 - 32.00/hr 19.25 - 25 50/hr 21.10 - 24.05/hr 19.48 - 23.50/hr 10.00 - 17.80/hr 180% 1/ McClelland Consulting Engineering services will be at cost with no markup. City of Fayetteville, AR West Side Wastewater Collection System Improvements C-1 January 27, 2000 Appendix C r • • APPENDIX A PHASE I SCOPE OF SERVICES CITY OF FAYETTEVILLE WASTEWATER IMPROVEMENT PROJECT The following is a summary of the tasks that the ENGINEER will perform under this agreement. The CITY desires to phase in the recommendations of the Facility Plan prepared by CH2MHiII and RJN Group, Inc. for Year 2000 to Year 2020 to accommodate future development and rerouting of a portion of the collection system to the proposed Wastewater Treatment Plant in the Illinois River Watershed (Westside Wastewater Treatment Plant). This will basically include rerouting the existing system that flows to the Gregg Street, North Street, Poplar Street, Porter Road, Hamestring Creek, and Farmington Lift Stations to the proposed West Side Plant site. It may also include rerouting of the flow from the area tributary to the Old Wire Road Lift Station. Preparation of a final design flow report will also be required. A summary of tasks associated with each of these items is included in the following sections. Upon receipt of Notice to Proceed the ENGINEER will perform the following tasks: PART A - PRELIMINARY ENGINEERING 1. Project Administration a. Perform Project Initiation activities. b. Perform general administration and project management activities. c. Finalize agreements with subconsultants. d. Perform ENGINEER's internal project control including budgeting, scheduling, and quality control activities. 2. Coordination Meetings a. Attend project kickoff meeting with City staff and other consultants involved in project. b. Attend monthly meetings with City staff and other design consultants. Provide written documentation of each meeting. A total of six (6) meetings are included. c. Meet with City of Farmington early in project to discuss their plans for recently annexed area Janumy 27, 2000 A (1) d. Meetings will also be held with Arkansas DEQ, AHTD, and DOH as necessary. e. Attend two meetings with City's Water and Sewer Committee. 3. Coordination with Other Consultants The ENGINEER will coordinate its services with other consultants that the City may employ for design of other portions of the project. This will include coordination with treatment plant design firms for design flows and coordination of locations and connections to various portions of the interceptor sewers. It is anticipated that a total of eight (8) meetings with other consultants will be required. 4. Public Relations In conjunction with McGoodwin, Williams, and Yates Consulting Engineers, the ENGINEER will assist in planning and conducting three public meetings One meeting will be conducted at the beginning of the preliminary design phase, the second meeting will be at the completion of the preliminary design. The third meeting will be as necessary. 5. Design Flow Report This task will include updating and finalizing existing and projected design wastewater flows and required capacities of proposed interceptor sewers. This consists of analyzing existing flows (where available from the City's permanent metering network) tributary to the Gregg Street, Hamestring Creek, North Street, Old Wire Road, Porter Road, and Poplar Street lift stations and updating the hydraulic model developed during the Master Plan Study. The ENGINEER, based in part on information provided by Black & Veatch for the Nolan Wastewater Treatment Plant, will provide design flows for the proposed Illinois River Wastewater Treatment Plant and the Nolan Wastewater Treatment Plant. Specific tasks include: a. Review flow data provided by City for areas tributary to lift stations listed above. b. Review previous SSES reports as necessary. c. Update Year 2000 flow projections by basin. Projections will include water usage, customer count, and population projection based on water usage data by customer provided to ENGINEER by OWNER. d. Update Year 2020 flow projections by basin and watershed. e. Update hydraulic model geometry to reflect new plant location. January 27, 2000 A (2) • f. Utilizing updated flows and updated model, perform hydraulic capacity analysis to finalize required interceptor capacities. g. Evaluate sizing of interceptors for "ultimate buildout" versus 2020. h. Utilizing the previously developed flow projections and hydraulic model develop design flow loadings for the Nolan Wastewater Treatment Plant and proposed Westside Wastewater Treatment Plant including: 1) Average dry -weather flows and hydrographs 2) Five to seven-day extended wet -weather flow 3) Maximum daily and 30 -day flow 4) Peak flow rates for design storm (Will be based on projections for a 5-year/24-hour storm with a concurrent 5-year/60-minute storm event.). Obtain and review Master Plan flow projection database with CH2MHil1. Review final flow projections with CH2MHi11. PART B - CONCEPTUAL DESIGN 1. Conceptual Design The ENGINEER will evaluate alternatives for the rerouting of the existmg Illinois River Watershed Wastewater Collection System to the proposed West Side Wastewater Treatment Plant. The conceptual design will include the following: • Alignment Study • Conversion of Existing Force Mains to Gravity Sewers • Evaluation of Existing Lift Stations • Construction Methods/Materials • Utility Coordination • Survey Work (as required) • Geotechnical Investigations • Odor Control Evaluation • Wetlands Identification • Preliminary Design Report For the purpose of developing the Scope of Services, the conceptual design phase is presented for each of the areas that may be rerouted. January 27, 2000 A (3) • • Old Wire Road Lift Station. Based on the evaluation of the Nolan Wastewater Treatment Plant by Black & Veatch, a minimum design flow for the plant will be established. This evaluation should determine if the Old Wire Road Lift Station will continue to pump to the Nolan Wastewater Treatment plant for the near future. As the White River Watershed develops and more flow is transported to the Nolan Wastewater Treatment Plant, then flows to the Old Wire Road Lift Station may be diverted to the Westside Wastewater Treatment Plant The conceptual design phase would include the following for this station. a. Obtain and review as -built records and existing easements for the existing force main from Gregg Street to Old Wire Road. b. Obtain and review as -built records and shop drawings for the existing Old Wire Road Lift Station. c. Perform drawdown -return test to determine actual capacity of lift station. d. Based on flow projections developed under previous tasks, evaluate alternative of converting existing force main from Gregg Street Lift Station to a gravity sewer. e. Evaluate alternative of keeping Old Wire Road Lift Station in operation to pump peak wet -weather flow to the existing Nolan Wastewater Treatment Plant. f. Should task "e" above determine that the existing force main cannot be converted to a gravity sewer, perform an alignment study to determine location of new gravity sewer from Old Wire Road to Gregg Street. This task will include an evaluation of construction methods through the Paradise Valley Golf Course. g. Conduct preliminary geotechnical investigations as necessary. h. Perform preliminary utility investigation. North Street Lift Station The North Street Lift Station currently pumps to the White River Watershed via Mini System 18B/C. Flow tributary to the lift station would be diverted to the proposed plant by construction of a new interceptor from North Street to the vicinity of the Poplar Street Lift Station. The conceptual design would include the following. a. Obtain and review existing easement documents for the Poplar Street Lift Station Force Main. b. Complete an alignment study for the proposed interceptor sewer. January 27, 2000 A (4) • c. Conduct preliminary geotechnical investigation as necessary. d. Perform preliminary utility investigation. e. Evaluate option of leaving North Street Lift Station in operation to pump excess wet -weather flow to the White River Wastewater Treatment Plant, thereby reducing the size of the interceptor to Poplar Street. f. Develop construction cost estimates. Poplar Street Lift Station, The wastewater flow from the areas tributary to the North Street Lift Station and Poplar Street Lift Station will be rerouted to the proposed Westside Plant by gravity This will be through a new interceptor along Skull Creek to the vicinity of the Gregg Street Lift Station or along Poplar Street and the U of A property west to the vicinity of the Porter Road Lift Station. Specific tasks include: a. Obtain and review City's planometric maps. b. Perform alignment study of each alternative. c. Perform preliminary geotechnical investigation as necessary. d. Perform field survey as necessary. e. Perform preliminary utility investigation. f. Develop construction cost for each alternative evaluated. g. Perform property ownership research. Grege Street Lift Station Wastewater flow from Gregg Street can be rerouted to the proposed plant site whether by construction of a gravity sewer or by upgrading the pumping capacity of the station and pumping flow to the headwaters of Clabber Creek. The pumping alternative would result in the construction of a significant shallower interceptor sewer from along Clabber Creek to Hamestring Creek. Either option will require a thorough review of the Public Law 1366 requirements. Specific tasks include: a. Review legal opinion by City Attorney on requirements of Public Law 1366. b. Identify potential routing alternatives and perform alignment study of each January 27, 2000 A (5) alternative. c. Perform property ownership research. d. Perform drawdown -return test to determine actual pumping capacity of Gregg Street Lift Station. e. Develop cost estimates for leaving lift station in operation alternative. f. Develop cost estimates for construction of gravity sewer alternative. g. Evaluate construction methods and materials. h. Perform preliminary geotechnical investigations as necessary. i. Perform preliminary utility investigation. j. Perform surveys as necessary. Porter Road Lift Station The Porter Road Lift Station will be abandoned and flow rerouted to the proposed Wastewater Treatment Plant through an interceptor along Hamestring Creek. The following conceptual design tasks will be performed: a. Obtain and review existing easement documents for the Hamestring Creek Lift Station force main. b. Obtain and review as -built records for Hamestring Creek Lift Station force main. c. Obtain and review as -built records for Crystal Springs Lift Station. d. Perform alignment study for proposed interceptor sewer. e. Perform property ownership research. f. Perform preliminary geotechnical investigation as necessary. g. Perform survey as required. h. Perform preliminary utility investigation. i. Develop construction cost estimates. January 27, 2000 A (6) • • Hamestring Creek Lift Station to Proposed Wastewater Treatment Plant Site Wastewater flow from the Gregg Street, Porter Road, and Hamestring Creek Lift Stations will be rerouted to the new plant site. The conceptual design will include the evaluation of alternatives to 1) construct a new lift station near the existing Hamstring Creek Lift Station and pumping the flow to the new plant site or 2) construct a deep gravity sewer from the Hamestring Creek Lift Station to the new Wastewater Treatment Plant site and then construct a lift station at the headworks of the plant. Specific tasks will include: a. Perform property ownership research b. Based on previous tasks, finalize peak flows to proposed Wastewater Treatment Plant. c. Perform preliminary geotechnical investigations as necessary. d. Perform surveys as necessary. e. Perform preliminary utility investigation. f. Develop preliminary routing alternative. Evaluate construction methods and materials. h. Develop construction cost estimates for each alternative. i. Determine present worth or life cycle cost for each alternative. g. Based on flow projections and hydraulic modeling tasks, evaluate flow equalization basin at the proposed Wastewater Treatment Plant. Owl Creek and City of Farmington Lift Stations There are several alternatives that will be evaluated for rerouting of wastewater flow from these stations. One alternative is to leave the existing Owl Creek Lift Station and force main in place. A second alternative would be to reroute the Owl Creek and City of Farmington force mains to the new Wastewater Treatment Plant site. A third alternative would be to abandon both lift stations and construct a new lift station near the confluence of Owl Creek and Goose Creek and construct a force main to the proposed plant site. This alternative would allow the City of Fayetteville and Farmington to serve the areas that are developing to the west and north of Farmington. Specific tasks include: a. Perform drawdown -return test to determine actual pumping capacity of each lift station. January 27, 2000 A (7) • b. Complete property ownership research. c. Perform preliminary alignment studies of each alternative. d. Develop construction cost estimates for each alternative described above. e. Conduct meetings with Cities of Fayetteville and Farmington staff to discuss alternatives. Two (2) meetings are anticipated. f. Perform geotechnical investigations as necessary. g. Perform survey as necessary. h. Perform preliminary utility investigation. 2. Wetlands Determination/Endangered Species Determination During the conceptual design phase, the ENGINEER will perform the following tasks: a. Conduct review of existing source documents including USGS Maps, Washington County Soil Surveys, National Wetlands Inventory Maps, and aerial photography for any features that may indicate likelihood of wetlands. Compare the proposed routes of sewer/lift station construction with the existing source document data review, including any alternative routes evaluated in the preliminary design. c. Prepare preliminary exhibit of any locations with potential for wetlands in vicinity of proposed sewers/lift stations. d. Review preliminary exhibit with City staff. Conduct field investigation "walk through" of any locations with potential for wetlands in vicinity of proposed sewers/lift station accompanied by qualified wetlands ecologist. Document approximate boundaries of any wetlands determined in walk through, and photograph/video tape findings as appropriate. f. Update preliminary exhibit of locations with wetlands impact in vicinity of proposed sewers/lift stations. g. Contact regulatory agencies in outlining jurisdictional parameters and wetland permitting requirements, if applicable. h. Prepare preliminary design subreport for wetlands summarizing results of data January 27, 2000 A (8) • analysis/walk through and provide preliminary recommendations/cost impacts related to sewer line/lift station construction in wetlands vicinity. i. Conduct review of existing data for identification of endangered species in vicinity of proposed sewers/lift station(s) construction. Contact relevant regulatory agencies after preliminary review of data. 3. Odor Control Evaluation In order to identify and mitigate potential odor problems, the ENGINEER will perform the following tasks during the conceptual design phase: a. Sewer Lines/Force Mains January 27,2000 1) Modify hydraulic model developed during Wastewater Collection System Masterplan as required. 2) Conduct predictive computer modeling of proposed sewer system (15 inches and larger in diameter) utilizing Pomeroy/Parkhurst Model to predict sulfide buildup and identify "hot spots" for sewer line/force main odor control. Conduct sampling of existing sewer system for sulfide content to calibrate model, where required. 3) Conduct odor control cost/benefit analysis of alternatives for existing known odor problem areas and potential odor generation locations identified in predictive computer modeling. Alternatives will include, but will not be limited to, active controls, chemical addition, oxidant addition, minimization of turbulence in new design and opportunities for solids deposition, biofilters, and minimum velocity design. 4) Review cost/benefit analysis with City staff, including recommended solution(s). 5) Prepare preliminary design report for sewer line/force main odor control summarizing cost/benefit analysis and recommended plan (with exhibits as appropriate). A (9) b. Lift Station(s) 1) Conduct odor control cost/benefit analysis of alternatives for existing lift stations (that will remain in service) and proposed Lift Station No. 1. Alternatives will include, but not be limited to, active controls, chemical addition, and oxidant addition. 2) Review cost/benefit analysis with City staff including recommended solution(s). 3) Prepare preliminary design report for lift station(s) odor control summarizing cost/benefit analysis and recommended plan with schematic preliminary design diagrams and exhibits where required. 4. Conceptual Design Report Based on the completion of the above tasks, the ENGINEER will prepare and submit a detailed report of each alternative evaluated along with the recommended alternatives. The report will include detailed cost estimates and exhibits for the evaluated alternatives. Specific tasks are as follows: a. Prepare Exhibits of recommended alternatives. b. Prepare draft report. c. Submit ten (10) copies of draft report for City review. d. Incorporate City's comments and submit ten (10) copies of final report. Personnel from an office of the ENGINEER that was not involved in the project will perform value engineering of the conceptual design. January3,2= A (10) APPENDIX A-1 PHASE II SCOPE OF SERVICES CITY OF FAYETTEVILLE WASTEWATER IMPROVEMENT PROJECT The following is a Preliminary Scope of Services for Phase II - Final Engineering Design, Bidding, and Construction Administration Services. A final Scope of Services will be developed after completion of the Phase I - Preliminary Design. Generally, the project will include the final design of sewer improvements including interceptor sewers and pump stations necessary to reroute the areas tributary to the Old Wire Road, Gregg Street, North Street, Poplar Street, Porter Road, Hamestring Creek, Owl Creek, and City of Farmington Lift Stations. After completion and approval of the Phase I - Preliminary Design, the ENGINEER will proceed with these services: PART A - PROJECT ADMINISTRATION AND MANAGEMENT 1. Project Administration a. Perform Project Initiation activities. b. Perform general administration and project management activities. c. Finalize agreements with subconsultants. d. Perform ENGINEER's internal project control including budgeting, scheduling, and quality control activities. 2. Coordination Meetings a. Attend project kickoff meeting with City staff and other consultant involved in project. b. Attend monthly meetings with City staff and other design consultants to coordinate design activities. c. Meet with Arkansas DEQ, AHTD, and DOH as necessary to obtain permits for construction of project. January 16, 2000 A-1 (1) 3. Public Relations a. In conjunction with OWNER and other design consultant, conduct public meetings as necessary. PART B - FINAL ENGINEERING DESIGN 1. Perform design survey for sewer and lift station improvements. 2. Provide the OWNER with the technical information for location of easements required for construction of the project. Information to include width and general location of the easements, and distances from the property lines. Property line information shall be obtained from existing maps provided by the OWNER to the ENGINEER. 3. Perform final geotechnical investigations as necessary for design of the project. 4. Prepare contract design drawings for sewer and lift station improvements. Drawings shall indicate permanent and temporary easements for construction based on information supplied by OWNER. Drawings shall include but not be limited to: (1) Title Sheet/Drawing Index, (2) Location Maps, (3) Plan and Profile of Sewer Improvements, (4) Special Details, and (5) General Details. 5. Using OWNER's and "ENGINEER"'S basic specifications, prepare project specifications which shall include but not be limited to: (1) bidding documents, (2) contractual documents, (3) conditions of the contract, (4) standard project forms, and (5) technical specifications. 6. Assist the OWNER in obtaining permit approval from regulatory agencies. 7. The ENGINEER will consult with the OWNER, public utilities, private utilities, and AHTD to determine the approximate location of above and underground utilities and other facilities that have an impact or influence on the project. 8. The ENGINEER shall deliver three (3) sets of the draft construction plans and specifications to the OWNER for review. 9. Meet with OWNER throughout the project and after submittal of the draft plans to receive input from OWNER's staff. 10. Perform final changes to contract documents. Submit final project drawings and contract specifications to the OWNER for review. January 16, 2000 A-1 (2) CI 11. Prepare Engineer's Opinion of Probable Construction Cost by major items. PART C - BIDDING ASSISTANCE The following bidding assistance services are included: 1. Assist the OWNER in advertising, obtaining, and evaluating Bid Proposals for the construction contract and awarding thereof. Provide assistance to the OWNER in responding to bidder inquiries during advertisement of the construction contract, and participate in project pre -bid conference. Provide and distribute bidding documents and addendum. 2. Assist the OWNER in reviewing the bids for completeness and accuracy. Develop bid tabulations and submit a written recommendation of contract award to the OWNER along with three (3) copies of the bid tabulations. Consult with and advise the OWNER on the responsibility and responsiveness of contractors, the acceptability of subcontractors, substitute materials, and equipment proposed by the project bidders. PART D - CONSTRUCTION RESIDENT ENGINEERING The ENGINEER will provide resident engineering services for the construction project(s). 1. Assist the OWNER in conducting a pre -construction conference with the Contractors by notifying utilities, governmental agencies, and other interested parties, and answer questions at the conference 2. Resident Engineering a. Provide the successful bidder(s) with three (3) sets of the contract specifications for execution and the insertion of the required insurance certificates. Provide the successful bidder(s) with five (5) sets of the contract documents for construction purposes. b. Review shop drawings, scheduling, test results, and other submittals which the Contractor is required to submit. c. Consult with OWNER and act as the OWNER's engineering representative in dealings with the Contractor. Issue instructions of OWNER to Contractor and issue necessary interpretations and clarification of the contract specifications. January 16, 20W A-1 (3) d. Provide engineering survey(s) for construction to establish horizontal and vertical reference points which are necessary for the Contractor to construct the work. Coordinate the taking of preconstruction photos and surface video taping with the Contractor as necessary. e. Provide resident observation for sewer and lift station construction for general conformance to the contract drawings and contract specifications. Also provide resident observation of acceptance testing and restoration work by the Contractor. f. Perform permit follow-up coordination and construction observation to ensure compliance with conditions of Section 4.0 Wetlands permit. g. Review and respond to complaints received by OWNER and report any differences of opinion between the Contractor, ENGINEER and complaining party. h. Review applications for partial payment with the Contractor for compliance with contract specifications and submit to the OWNER a recommendation for payment. i. Issue field orders to Contractor after consultation with the OWNER. Review any change orders proposed by the Contractor and provide recommendations to the OWNER. j. Conduct an on -site review to determine if the projects are substantially complete and submit to the Contractor a list of observed items requiring completion or correction. k. Conduct a final on -site review, in the company of the OWNER and Contractor, to verify the projects are fully complete. Submit a recommendation for final acceptance of the projects to the OWNER. 1. Provide the OWNER with one (1) set of record drawings on reproducible double matt (4 mil) mylar and two (2) sets of black line prints of the record drawings. m. ENGINEER is not responsible for the means or sequences of the construction work or the implementation program for safety of the construction contractor and subcontractors and it will be stipulated as such in the contract documents. A-1 (4) January 16, 2000 PART E - ADDITIONAL ENGINEERING SERVICES 1. Wetland Delineation and Permitting a. Perform detailed field investigation to delineate wetlands boundaries in any case where the final recommended sewer line routing from the preliminary design is within the immediate vicinity of a wetlands. Detailed field investigation will include, but may not be limited to, soils analysis, hydrology and vegetation. Detailed field investigation/delineation to be performed by a qualified wetlands ecologist. b. Develop wetlands plan (if required) including cost/benefit analysis of the following options. 1) Avoidance 2) Minimization 3) Mitigation c. Conduct preapplication meeting with Corps of Engineers (if required). d. Prepare Section 4.0 Wetlands Permit (if required) 2. Odor Control a. Sewer lines/force main 1) Prepare plans and specifications for final recommended plan for odor control for sewer lines/force mains in the project area. 2) Prepare Engineer's estimate of probable construction cost for sewer line/force main odor control facilities/features. b. Lift Station(s) 1) Prepare plans and specifications for final recommended plan for odor control at existing and proposed lift station(s). 2) Prepare Engineer's estimate of probable construction cost for lift station odor control facilities. January L6, 2000 A-1 (5) N m N (V o M N C] C n f0 N M O M m tO O W n O m m CO t0 m o( (O O N O O b N W O V m CD (V O M U) U) W f0 O m n o m M O t0 OC (flN N_ n o n w N W m m N V m N n w O V V LM C6 a nM N(9 O& c — N '9w H m N (H e9 fA L6 ( N di W N N V N N 8 E 444 w w w w w w (0<0 00 00 000<0 SO O 11) 10 00 0 0 N n V V a0 W m m 00 10 O W n m w W nM (� o« m '-I- N VI r c'1 '9" '.4444 N m n Nry m (') N M n CO C) M m W n M m m m or o n (O W N V OO m M U) OO o o m M w m N W O o m m N .- On <00 M (NV N W n or .- V M m W (!) n (O N 00 m N m N n (O f0 0) M V n C) (O n N O V N m CO 4444 f9 N 44 43 W M r f9 M 49 N f9 W W Vi f9 W M yy n N '9 W N Oc rg NO N N o pp J �t nmV V N N4JO C7VC)NrmNN �N O 0= W rQ Q L 0 m V O O V N 0 O N N 0 0 0 0 0 0 0 0 0 O h K m m o 0 } J m w U Coca r L m 0 0 O r 0 0 0 101 O O O O O N N N^ 0 N N n f 1-4w O Zw N N0 S Imo N (IjL O 0 r<O m o O r r o O V'tS (npm U Q ) n r YOf W K U_ Q 4 5 W= O W O O lh n m N O x ON n M n UJ o m 0 m O a0 V V W J 'L a L (p .- r 0) M ao y w 0 y ≥ W W W N= 1 a L (V)5.4.4.00 o S V W N R pp V N N r r N m pO N Q m N N V O V 100 Q IVY] N � Q 40 f LL O a y U Q w a m a C, U 0 0 0. m Z P V N (9 O c c E Z J C a W N W m mad ~~ w U c a s r2S >; z S` w x at cc S ≤ 0 o UO 2 U 0_ 0 3 ('4,- w U yL r W 'O Z c A y m m Q z v m m O o w o o v c a; v 00 Z c 0 0 a c d E o c W 0) 1 O E8 C0c'--' U 0 L C) 0 O O N c C r_ C m C Q IkII (Cp Z≤ m c U = E tu y N 0 N V01 m C « 3 3 E« a c c 14 Q 7 a u u o 0 0. « w c o « o 0 0 a) c 00m m m m o 0 o a m o$ o m 0« o m o« a u« m m m 0 ? m 'S 0 0 w Q ^) .a) aa y ' a a a J K« 0 0 0 0 0 Q O O m 0 p 0 J 0 J c or m a m> m m J 0 J m $a`m(0amW aU)m nor U) Wa'a'»7awOa'mm W �]2�U��mN m 0 Q m O M U U al 3) U -d ai U O. O al L ll V ai O) .— r a1 a V 0: J Qa N I+i V n to m m a �mamvm mvmz -m m.0 Qm00 0a N N a o v a v a O m N N o m m o o o r N N n a O a m m a 0 0 O 9 C C m 00 m 0 m Q C C m< m 0 0 QNC C O m O 0<< m Q Q .0 3 t,, a0-0 7,J a,m m aS'i Ci m ^O O o a o 0 0 0 r� .. O 0 C 0 a .-. a O^ 0 a O C C O C z 0O0 0 0 0 g m c 9 m o o m c m m>> r m O O 6' 3 y 3' m n 0o'm Z f¢ n. �,2Qm oG)E m woo N m N ✓Di N 0 ymna. maw ync�m�¢ m =m O.�T�vv L) 'a °" m z m ...,D m� T� d ....mr m m Z) N 3 c s 3 3^.m 3= O m O 0 x N Q O m 3 3 m d J 0 J N G% .mi 'pm O u C (D O m r T 9 m< N 0 0 3 1 ≤' N 0 J t m m m z m m N n 0O Dmm m D y N O N O O N O a -+ N O O O N N O O A A N 0 0 0 :j- -'0 N m Q D = N D m m r m N m m ≤ m 0 NN�A�V� V N(oO�A� AO-+'OWV�NN 3 mz'rp X m < m 9Dm V O J N O N N A P Hw N N N N Cl N A A m N o J ? m m z O 3 N N m y N O 0 0 0 0 0 0 0 0"0000 V J O o t0 Qp w O O O ? m m O o 0 0 o O 'W N a o J o o 'w o 0 0 o m J 0 0 0 -'0 a p yy m m o n c 0 -+ 0 0 0 0 0 N O N O O O O N N O O O A N O N N CO N p D Q m r U a M t.EA W a> afA W W bi ' fA d1 fA N ONE EA fA � r W M W f» W+ N W Off) f0 Nt0 ip H m m N m O) N N J tJ) 000m-mmm m NAB W V 0)_NJO)s n O «R tq d 4, N � ^ m 00 W O N N A A 00 00 m 4.a w to ffi�F� m Oi 0 m J W c) m 0 N 0 n (O m a) mn m r m m m (O m n N 0 N(� M M r r m O) m m [O 0 n O m m n0 0 0 < O n N r m n m N m V m Q n CO n 1l1 {7 N r r O N N N N N t0 N O O r N r (O n N V m M m N tM N w N N V7 N N N N Ed, N «a N N N N N r Y� m N '95 '9.- N r N (H N N r l W 0 0 N00 N 0 0 cow flit, m WN cCp m W 5 N N o N N O •50 n ao O O e O �- m (O n fl r r r O 0 Cfl ) CO C') O O N r M O O O O n n a) ow n m m ^ m m m N r m m O (O n 0 O O n < n< O n N V< m u7 Ca )n r r r m N N N N N t`9 N m r N r n n N Q J D: N C cs N N C "'9"" N N <0 N N r N rN N N N (A h r g .`c ON O O N N O O O O 0 0 0 0 0 0 0 0 0 O O O O O O N N N r 0 n o ? w g O O O O O OE O O O O O O 0000000O Jm OW U L 00 CIO T 0 0 0 0 O h 0 0 0 0 0 0 0 0 0 0 0 o 0 0 (j H '-4w O 0 y t O N 0 N N N N N O Z; c)aa N x L O N r O O r r n ^ N N N O N r r N N N m N N r N N O W J_ w a z �?ura N x a Q w K a L N O O N N 0 0 0 m 0 O m O N w 0 N O N O n m R N N N NO) 0 0 (+N) N LL r LL O O� C y w a r r Q m J J A U m > .n m m Q Z m a a m L^�co o U O c E m o aci E 9 o N rn a w a a tLi m 'm" C rn 2 U rn m y Q E) v N O �- N d N m E CO d od a N 2 m U w w U m O NN O U m O> M d '-0 ° M> 'A O r > F P m E '4(U m N N N m 5 m N - a m C m (E a a> °2P d . 00 m E C m pO T m m C m oU ow .N m E C x m m E o a` w u m =.N QmN m aLuu= W w a c m^ aF m .� c ^ C L mow fj U m C.C m 0 a r r L m «a y G m C a > d m C O LIl O` A d O L O C T A �- ,, O= A a O a a m E d m« m A a m U m o m C E c d C C N v cc o0 m () J O C m d w a o m o m o m m (sg X m o m v d o m d o m o J aU ' °aaa m as U c c caaam c m u9 ,,,J�n'aD000aam A m m m E E E E am o E E E E OOLE E 00 c E c o o c€ N o m o m me mtt O m d o 0 O U M O S9ttttt O O O O O d U M-0=000 A't d m U > > ((pp t`t 't as O:S >aa't C m>>> > m m d 3= a a a d m m m d m m 3 Y) d m m d m> m aw nma00 m0 ` OOO0. aaa a0yN aiiaa aOw00 W WON W aaa w 0 0 (O 0 r (O W h0 N O) m r m (O N O 10 )o N n n N (O O N (O N V (O I!1 N �D m o m n 0) N (O m p m r o p N m r o In N w N N fV 0 w w m M O w w N w w N) (O 0'- O) N V Q) .f,-(1 w t0 O Oi w w w w 0 r r M r w N r w « q w w w w r a0 r r w w w w w O E w w w w w W 001 n n O) N N N (ow Nd O O y w^ ❑V w ww (O r N N (O r (O me' N N (O N N m (0 10 l0 �- 0 N r O il) N W (O (O M O O) m O) do O Y') W N O n m m m w w N N w r w or r w N w w r N O O W N C W O J D: Y r (V w n w w w w r (') r w (V r w CO w w w w V w w w w w w O07 Y 0 O O N N N O O O (D M 0 0 0 0 0 0 0 0 0 0 OOOOM 00 CD U t W q F QQ O L 000O000 m 0 0 0 0 O O N O O r 0 0 0 h Coco 00 p: J E o W U L O O O) o) 0 0 0 0 ttm 0 0 0 0 0 0 0 0 0 O S 0 1- Q W 0 N 5 N L O O O) 0 0 0 V O V N < VQ≥ N N O N V N n V r W K K 0<0. m ≥ Y! = n r O N O N r N r T a O O r O O r 0 0 0 N O V O O ry ? O W J rC W a W J W V) S a L N 0 0 0 M' r O 0 N O O N m N N N N V< N? NQ O O W m y LL LL LL LL Q O 0 yOy o F U Q n 1n c L' S v O m 0 E m m m d q C .ALL E O NO « c °) Q z d V A o m S c 0 y m p>> o U K U Ap 0) j 0. V 'S C d y d .N d y .m.. Ny q W m y .0 07 w m a$ d O ) N N E 9 a U g U c 0 N « & C t' 1 c « V C y E« C N N Ol C C d W C y C d F q .ice N d a C m d .C ° E mF m p U= a 'a rn U m m o a C W W Q LL O 0 U U r N y C O a V a m a q C U O g U O) tUU q q rG d y g C q H C m O_ C V C C c C C C_ C q_ fl_ U 7 V 7 3 m J �i « LL U coFF mF aFF «'� m c�UUK0. oUK maFFU�[F7 _R __ mo_aLLao:a d c N — 1. a q }9 U �+ C 0 N r rN d 0 E O 't m a O 't't 000 't a �' a y a m S c ' c y o a a a o 3 d > c a o d O m m O m m m m J J c C o O o O d 0� O C o J 00 U 0. U 0. U 0. a 0. N N N q U U 0. K() D U 0. W m (0 a m « a d o�Daovwmt 3�aci-6mwot_ oC6 a N d M O a O N M N O r CD V O N W r U) N W N N. « N r l7 U1 w m Ul a7 M N S369 4969 a E w w w w U N v F W 00 00 N. N [0 N N N ONO 00 00 V N f` O] O) V N N N (O UI U1 O U) W 00 aO O M mm r (D r U) 0 0 O m N fl O N ... N N W (O w N 0 w w w N N M M 69 w �- w w w N N N M N M ` w 6944w w N ww�'w �'w U .. N O (V r V M r• In N N Yai r n V O 60w — wwww n In w w w Om w 0 O U C h o try J C U o2.- 3 t U W mm m O d m (0 O N U O N Cl) Q~ U) M W N t a R' Q t N N 0 0 r r «> m V K« d o HO iit--C N A N T SW U t N W O) O N N o0 H r N F Q W 0 Z LIiIr U q j U7 L N N N O V m I — W 0 K U Q a C O N A O x W J r2 W W a L N CD O ≥ W N W W = Q N N Q� uj N LL H O O y U Q 3 NC C Z Z 0 d W a w�IC c W c o.) Y i Y a� 0 W °w 00 W Uz N O F Z o_ w a 0 v CC U Ct f= Q 0= 0 .C = m m v d O 0 (' J o m 3= O a a ro y g n 7 E '� v x a c o v L° 0 `m o o a 4 m U U 0 a`0a N m U m 0 U ne'anaa m a Na c E8 c .. 1=1 d p d N p r 7 J 0 0 N O O 'v U Q (n r °II°-L.I III uo awam« co Z Una w f « O CI I I I I I I i-iO c (.i N L dl 9 co (e a W 'I -I (i aiI-1I III IlIIlIIII loll a o 0IoIiIIIiI'°IIhI CITY OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES STATE OF ARKANSAS COUNTY OF WASHINGTON This Agreement entered into and executed this _ day of 2000, by and between the City of Fayetteville acting by and through its Mayor hereinafter called the "OWNER" and RJN Group, INC. with offices located in Dallas, Texas hereinafter called the "ENGINEER". WITNESSETH: Whereas, the "OWNER" is planning to construct sanitary sewer improvements to direct wastewater flows to the proposed West Side Wastewater Treatment Plant; and Whereas the "OWNER'S" forces are fully employed on other urgent work that prevents their early assignment to the aforementioned work; 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 The City of Fayetteville has elected to construct a new wastewater treatment facility on the west side of the city and divert flow originating in the Illinois River Watershed to the proposed plant. This Project will include the Phase I engineering including development of design flows and conceptual engineering necessary to implement the sewer improvements. Phase II services will include the final engineering design, bidding assistance, and construction administration services for the proposed sewer improvements in the Illinois River Watershed. City of Fayetteville, AR January 16.2000 Well Side Wastewater Collection System Improvements Page I SECTION III - INFORMATION & SERVICES The "OWNER" will furnish any specifications, standards and other information which may relate to the project including GPS survey data and water usage information, free of charge, to the "ENGINEER" on magnetic media. SECTION IV - SERVICES TO BE FURNISHED BY THE "ENGINEER" Services to be furnished by the "ENGINEER" during Phase I - Preliminary Design generally include the development of design flows for the East Side and West Side Wastewater Treatment Plants and collection system improvements; and conceptual design for the sewer improvements in the Illinois River Watershed necessary to divert wastewater flow from the East Side Plant to the West Side Plant. A detailed scope of services to be provided by the "ENGINEER" is included in Appendix "A" attached hereto and made part of this agreement. A Preliminary Scope of Services to be provided by the "ENGINEER" during Phase II is included in Appendix "A-1" attached hereto and made part of this Agreement. Services to be furnished by "ENGINEER" during Phase II are generally described in Section IV thru Section IX as follows. If any items described in Section IV thru Section IX conflict with items in Appendix "A-1", then "A -I" will govern. A final Phase II Scope of Services will be negotiated after completion of the Phase I - "Preliminary Design". The project will be designed and constructed to meet sewer standards in accordance with the "OWNER'S" Water and Sewer, and other related Standards. Construction specifications shall be based on "Standard Specifications for Highway Construction Edition 1993 of the AHTD" and latest special provisions, Engineer's Technical Specifications, and City of Fayetteville Specifications relating to the design of this project. The preliminary design report shall be submitted by the "ENGINEER" and approved by the "OWNER" prior to beginning final design work. During the final "design" phase of the project, the "ENGINEER" shall conduct final designs to prepare construction plans and specifications including final construction details and quantities, special provisions, cost estimates, make final field inspection with "OWNER", make any needed plan changes as a result of the final field inspection and all other work required to advertise and receive bids. Prior to the start of construction, the "ENGINEER" shall establish benchmark for elevation control and tie layout work to Fayetteville's GPS. SECTION V - COORDINATION WITH "OWNER" The "ENGINEER" shall hold conferences throughout the design of the project with representatives of the "OWNER" and other consultants involved in the project to the end that the design, as perfected, shall have full benefit of the "OWNER'S" knowledge and be consistent with the current policies and construction practices of the "OWNER". The "OWNER" reserves the right to accept or reject any or all plans for errors or omissions, but this stipulation will not relieve the "ENGINEER" of responsibility for the design of the project. 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" City Engineer's office. SECTION VII- PRELIMINARY AND FINAL SUBMISSION The "ENGINEER" shall submit two (2) sets of preliminary plans and three (3) sets of the final plans for field inspections. SECTION VIII- FINAL SUBMISSION The final submission for the construction contract shall consist of the following: A. One (1) copy of all design calculations. B. Three (3) sets of final plans, contract documents and specifications. C. The originals of all drawings, specifications and contract documents. All design drawings on magnetic media shall be submitted on disks compatible with AutoCAD® Release 12 software. D. The estimated cost of construction and a detailed estimate of time in calendar days required for completion of the contract. SECTION Ix - ENGINEER RESPONSIBILITY DURING "BIDDING" AND "CONSTRUCTION" PHASES During the "Bidding" phase of the project, the "ENGINEER" shall provide all engineering and administrative services needed to obtain bids for the construction project, evaluate the bids, and consult with and advise the "OWNER" as to the acceptability of the best bidder. During the "Construction" phase of work, the "ENGINEER" shall provide administrative and engineering services including resident construction observation services to determine whether the Contractor has met the requirements of the design plans and specifications. The "ENGINEER" shall review the Contractors progress payment requests based on the actual quantities of contract items completed and accepted, and shall make a recommendation to the "OWNER" regarding payment. 2000 M SECTION X - SUBCONTRACTING Subcontracting by the "ENGINEER" of any of the services provided herein shall require prior approval by the "OWNER". SECTION XI - 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 Phase I - Preliminary Design within 300 calendar days. Phase II - Final Design schedule will be determined by the "OWNER" and "ENGINEER" after completion of the Phase I - Preliminary Design. SECTION XII - FEES AND PAYMENTS A. Phase I - Preliminary Design Services 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, plus payroll additives and general overhead costs of 180 % of direct labor costs, plus direct reimbursable expenses associated with the project, plus a fixed fee which are payable as follows: 1) "Preliminary Design" phase services, not to exceed: ............ $ 587,513.00 2) Fixed fee for "Preliminary Design " services: .................. $ 50,754.00 3) Engineering contract amount for "Preliminary Design" phase services not to exceed :.................................. $ 638,267.00 The basis of this upper limit and justification for the fee is contained in Appendix "B" 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 "C" covers the classification of personnel and the salary rate for all personnel to be assigned to this project by the "ENGINEER". Final payment for Preliminary Design services shall be made upon the "OWNER'S" approval and acceptance with the satisfactory completion of the "Preliminary Design" phase for the project. City of Fayettevilic, AR January 16, 2000 West Side W astewatcr Collection System Improvements Page 4 B. "Final Design" Services The fee and payment schedule for "Final Design" Services will be negotiated between the "OWNER" and "ENGINEER" after completion of the Phase I - "Preliminary Design". C. "Bidding" Phase Services: The fee and payment schedule for "Bidding" Phase Services will be negotiated between the "OWNER" and "ENGINEER" after completion of the Phase I - "Preliminary Design". D. "Construction" Phase Services: The fee and payment schedule for "Construction" Phase Services will be negotiated between the "OWNER" and "ENGINEER" after completion of the Phase I - "Preliminary Design". E. "Geotechnical Investigation" Services: The extent of geotechnical investigative services associated with final design will be negotiated after completion of the Phase I - "Preliminary Design". F. "Special" Services: The extent of "Special" services, such as preparation of detailed easements and/or construction staking, will be negotiated after completion of the Phase I - "Preliminary Design". SECTION XM - 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 with 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 XVII MISCELLANEOUS City of Fayetteville, AR January 16, 2000 West Side Wastewater Collection System Improvements Page 5 0 PROVISIONS, (1) Dispute Resolutions. However, nothing in this clause shall excuse the "ENGINEER" from proceeding with the contract as changed. SECTION XIV - OWNERSHIP OF DOCUMENTS All documents, including original drawings, disks of CADD drawings and/or cross sections, estimates, specification field notes, and data are and remain the property of the "OWNER". The "ENGINEER" may retain reproduced copies of drawings and copies of other documents. SECTION XV - 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" in writing, 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, charts, survey notes, figures, drawings and other records 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 XVI - MISCELLANEOUS PROVISIONS A. Any disputes resulting from claims shall be subject to mediation through the Mayor of Fayetteville, and all efforts shall be made by both parties to settle the dispute prior to any legal action by either party. B. Responsibility for Claims and Liability - The "ENGINEER" shall save harmless the "OWNER" from and against damages, injuries, claims, property damage, arising out of or resulting from the performance of work caused by negligent acts or omissions of the "ENGINEER", or those of its subcontractors, its agents, or its employees rendering of services under this contract. City of Factteville AR January 16, 2000 West Side Wastewater Collection System Improvements Page 6 .• C. 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. D. Engineers Endorsement - The "ENGINEER" shall endorse and recommend all plans, specifications, engineer's opinion of construction costs, and engineering data finished by it. All design shall be checked in accordance with accepted engineering practices. All plan quantities shall be checked and verified. SECTION XVII - 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 XVIII - 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. City of Fayetteville, AR January16, 2000 West Side Wastewater Cottection system improvements Page 7 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be duly executed as of the date and year first herein written. CITY OF FAYETTEVILLE By: ATTEST: By: Mayor City Clerk Attachments: Appendix "A" Appendix "A -I" Appendix "B" Appendix "C" RJN GROUP, INC. By: M >UGJ Auti rized Representative ATTEST: l� By: City of Fayetteville, AR Januaiy 16, 2000 West Side Wastewater Collection System Impravcments Page 8 W APPENDIX A PHASE I SCOPE OF SERVICES CITY OF FAYETTEVILLE WASTEWATER IMPROVEMENT PROJECT The following is a summary of the tasks that the ENGINEER will perform under this agreement. The CITY desires to phase in the recommendations of the Facility Plan prepared by CH2MHill and RJN Group, Inc. for Year 2000 to Year 2020 to accommodate future development and rerouting of a portion of the collection system to the proposed Wastewater Treatment Plant in the Illinois River Watershed (Westside Wastewater Treatment Plant). This will basically include rerouting the existing system that flows to the Gregg Street, North Street, Poplar Street, Porter Road, Hamstring Creek, and Farmington Lift Stations to the proposed West Side Plant site. It may also include rerouting of the flow from the area tributary to the Old Wire Road Lift Station. Preparation of a final design flow report will also be required. A summary of tasks associated with each of these items is included in the following sections. Upon receipt of Notice to Proceed the ENGINEER will perform the following tasks: PART A - PRELIMINARY ENGINEERING 1. Project Administration a. Perform Project Initiation activities. b. Perform general administration and project management activities. c. Finalize agreements with subconsultants. d. Perform ENGINEER's internal project control including budgeting, scheduling, and quality control activities. 2. Coordination Meetings a. Attend project kickoff meeting with City staff and other consultants involved in project. b. Attend monthly meetings with City staff and other design consultants. Provide written documentation of each meeting. A total of six (6) meetings are included. c. Meet with City of Farmington early in project to discuss their plans for recently annexed area. January 15, 2000 A (1) 0 a d. Meetings will also be held with Arkansas DEQ, AHTD, and DOH as necessary. e. Attend two meetings with City's Water and Sewer Committee. 3. Coordination with Other Consultants The ENGINEER will coordinate its services with other consultants that the City may employ for design of other portions of the project. This will include coordination with treatment plant design firms for design flows and coordination of locations and connections to various portions of the interceptor sewers. It is anticipated that a total of eight (8) meetings with other consultants will be required. 4. Public Relations In conjunction with McGoodwin, Williams, and Yates Consulting Engineers, the ENGINEER will assist in planning and conducting three public meetings. One meeting will be conducted at the beginning of the preliminary design phase, the second meeting will be at the completion of the preliminary design. The third meeting will be as necessary. 5: Design Flow Report This task will include updating and finalizing existing and projected design wastewater flows and required capacities of proposed interceptor sewers. This consists of analyzing existing flows (where available from the City's permanent metering network) tributary to the Gregg Street, Hamstring Creek, North Street, Old Wire Road, Porter Road, and Poplar Street lift stations and updating the hydraulic model developed during the Master Plan Study. The ENGINEER, based in part on information provided by Black & Veatch for the Nolan Wastewater Treatment Plant, will provide design flows for the proposed Illinois River Wastewater Treatment Plant and the Nolan Wastewater Treatment Plant. Specific tasks include: a. Review flow data provided by City for areas tributary to lift stations listed above. b. Review previous SSES reports as necessary. c. Update Year 2000 flow projections by basin. Projections will include water usage, customer count, and population projection based on water usage data by customer provided to ENGINEER by OWNER. d. Update Year 2020 flow projections by basin and watershed. e. Update hydraulic model geometry to reflect new plant location. JN,uziy 15. 2000 A-2 f. Utilizing updated flows and updated model, perform hydraulic capacity analysis to finalize required interceptor capacities. g. Evaluate sizing of interceptors for "ultimate buildout" versus 2020. h. Utilizing the previously developed flow projections and hydraulic model develop design flow loadings for the Nolan Wastewater Treatment Plant and proposed Westside Wastewater Treatment Plant including: 1) Average dry -weather flows and hydrographs 2) Five to seven-day extended wet -weather flow 3) Maximum daily and 30 -day flow 4) Peak flow rates for design. storm (Will be based on projections for a 5-year/24-hour storm with a concurrent 5-year/60-minute storm event.). i. Obtain and review Master Plan flow projection database with CH2MHi11. Review final flow projections with CH2MHill. PART B - CONCEPTUAL DESIGN 1. Conceptual Design The ENGINEER will evaluate alternatives for the rerouting of the existing Illinois River Watershed Wastewater Collection System to the proposed West Side Wastewater Treatment Plant. The conceptual design will include the following: • Alignment Study • Conversion of Existing Force Mains to Gravity Sewers • Evaluation of Existing Lift Stations • Construction Methods/Materials • Utility Coordination • Survey Work (as required) • Geotechnical Investigations • Odor Control Evaluation • Wetlands Identification • Preliminary Design Report For the purpose of developing the Scope of Services, the conceptual design phase is presented for each of the areas that may be rerouted. January 15, 2000 A-3 0 l' Based on the evaluation of the Nolan Wastewater Treatment Plant by Black & Veatch, a minimum design flow for the plant will be established. This evaluation should determine if the Old Wire Road Lift Station will continue to pump to the Nolan Wastewater Treatment plant for the near future. As the White River Watershed develops and more flow is transported to the Nolan Wastewater Treatment Plant, then flows to the Old Wire Road Lift Station may be diverted to the Westside Wastewater Treatment Plant. The conceptual design phase would include the following for this station. a. Obtain and review as -built records and existing easements for the existing force main from Gregg Street to Old Wire Road. b. Obtain and review as -built records and shop drawings for the existing Old Wire Road Lift Station. c. Perform drawdown-return test to determine actual capacity of lift station. d. Based on flow projections developed under previous tasks, evaluate alternative of converting existing force main from Gregg Street Lift Station to a gravity sewer. e. Evaluate alternative of keeping Old Wire Road Lift Station in operation to pump peak wet -weather flow to the existing Nolan Wastewater Treatment Plant. f. Should task "e" above determine that the existing force main cannot be converted to a gravity sewer, perform an alignment study to determine location of new gravity sewer from Old Wire Road to Gregg Street. This task will include an evaluation of construction methods through the Paradise Valley Golf Course. g. Conduct preliminary geotechnical investigations as necessary. h. Perform preliminary utility investigation. The North Street Lift Station currently pumps to the White River Watershed via Mini System 18B/C. Flow tributary to the lift station would be diverted to the proposed plant by construction of a new interceptor from North Street to the vicinity of the Poplar Street Lift Station. The conceptual design would include the following: a. Obtain and review existing easement documents for the Poplar Street Lift Station Force Main. January I5, 2000 A-4 .1s b. Complete an alignment study for the proposed interceptor sewer. c. Conduct preliminary geotechnical investigation as necessary. Perform preliminary utility investigation. e. Evaluate option of leaving North Street Lift Station in operation to pump excess wet -weather flow to the White River Wastewater Treatment Plant, thereby reducing the size of the interceptor to Poplar Street. Develop construction cost estimates. The wastewater flow from the areas tributary to the North Street Lift Station and Poplar Street Lift Station will be rerouted to the proposed Westside Plant by gravity. This will be through a new interceptor along Skull Creek to the vicinity of the Gregg Street Lift Station or along Poplar Street and the U of A property west to the vicinity of the Porter Road Lift Station. Specific tasks include: a. Obtain and review City's planometric maps. b. Perform alignment study of each alternative. c. Perform preliminary geotechnical investigation as necessary. d. Perform field survey as necessary. e. Perform preliminary utility investigation. f. Develop construction cost for each alternative evaluated. g. Perform property ownership research. Wastewater flow from Gregg Street can be rerouted to the proposed plant site whether by construction of a gravity sewer or by upgrading the pumping capacity of the station and pumping flow to the headwaters of Clabber Creek. The pumping alternative would result in the construction of a significant shallower interceptor sewer from along Clabber Creek to Hamstring Creek. Either option will require a thorough review of the Public Law 1366 requirements. Specific tasks include: hnusiy is. 2000 A-5 If a. Review legal opinion by City Attorney on requirements of Public Law 1366. b. Identify potential routing alternatives and perform alignment study of each alternative. c. Perform property ownership research. d. Perform drawdown-return test to determine actual pumping capacity of Gregg Street Lift Station. e. Develop cost estimates for leaving lift station in operation alternative. f. Develop cost estimates for construction of gravity sewer alternative. g. Evaluate construction methods and materials. h. Perform preliminary geotechnical investigations as necessary. I. Perform preliminary utility investigation. j. Perform surveys as necessary. 'ux :f:!-' !' The Porter Road Lift Station will be abandoned and flow rerouted to the proposed Wastewater Treatment Plant through an interceptor along Hamstring Creek. The following conceptual design tasks will be performed: a. Obtain and review existing easement documents for the Hamstring Creek Lift Station force main. b. Obtain and review as -built records for Hamstring Creek Lift Station force main. c. Obtain and review as -built records for Crystal Springs Lift Station. d. Perform alignment study for proposed interceptor sewer. e. Perform property ownership research. f. Perform preliminary geotechnical investigation as necessary. g. Perform survey as required. JAnuA2y 15.2000 A-6 h. Perform preliminary utility investigation. i. Develop construction cost estimates. Wastewater flow from the Gregg Street, Porter Road, and Hamestring Creek Lift Stations will be rerouted to the new plant site. The conceptual design will include the evaluation of alternatives to 1) construct a new lift station near the existing Hamstring Creek Lift Station and pumping the flow to the new plant site or 2) construct a deep gravity sewer from the Hamestring Creek Lift Station to the new Wastewater Treatment Plant site and then construct a lift station at the headworks of the plant. Specific tasks will include: a. Perform property ownership research. b. Based on previous tasks, finalize peak flows to proposed Wastewater Treatment Plant. c. Perform preliminary geotechnical investigations as necessary. d. Perform surveys as necessary. e. Perform preliminary utility investigation. f. Develop preliminary routing alternative. g. Evaluate construction methods and materials. h. Develop construction cost estimates for each alternative. i. Determine present worth or life cycle cost for each alternative. j. Based on flow projections and hydraulic modeling tasks, evaluate flow equalization basin at the proposed Wastewater Treatment Plant. There are several alternatives that will be evaluated for rerouting of wastewater flow from these stations. One alternative is to leave the existing Owl Creek Lift Station and force main in place. A second alternative would be to reroute the Owl Creek and City of Farmington force mains to the new Wastewater Treatment Plant site. A third alternative would be to abandon both lift stations and construct a new lift station near the confluence of Owl Creek and Goose Creek and construct a force main to the proposed plant site. This January is, 2000 A-7 alternative would allow the City of Fayetteville and Farmington to serve the areas that are developing to the west and north of Farmington. Specific tasks include: a. Perform drawdown-return test to determine actual pumping capacity of each lift station. b. Complete property ownership research. c. Perform preliminary alignment studies of each alternative. d. Develop construction cost estimates for each alternative described above. e. Conduct meetings with Cities of Fayetteville and Farmington staff to discuss alternatives. Two (2) meetings are anticipated. f. Perform geotechnical investigations as necessary. g. Perform survey as necessary. h. Perform preliminary utility investigation. 2. Wetlands Determination/Endangered Species Determination During the conceptual design phase, the ENGINEER will perform the following tasks: a. Conduct review of existing source documents including USGS Maps, Washington County Soil Surveys, National Wetlands Inventory Maps, and aerial photography for any features that may indicate likelihood of wetlands. b. Compare the proposed routes of sewer/lift station construction with the existing source document data review, including any alternative routes evaluated in the preliminary design. c. Prepare preliminary exhibit of any locations with potential for wetlands in vicinity of proposed sewers/lift stations. d. Review preliminary exhibit with City staff. e. Conduct field investigation "walk through" of any locations with potential for wetlands in vicinity of proposed sewers/lift station accompanied by qualified wetlands ecologist. Document approximate boundaries of any wetlands determined in walk through, and photograph/video tape findings as appropriate. Janua,y I5, 2000 A-8 0 f. Update preliminary exhibit of locations with wetlands impact in vicinity of proposed sewers/lift stations. g. Contact regulatory agencies in outlining jurisdictional parameters and wetland permitting requirements, if applicable. h. Prepare preliminary design subreport for wetlands summarizing results of data analysis/walk through and provide preliminary recommendations/cost impacts related to sewer line/lift station construction in wetlands vicinity. i. Conduct review of existing data for identification of endangered species in vicinity of proposed sewers/lift station(s) construction. Contact relevant regulatory agencies after preliminary review of data. 3. Odor Control Evaluation In order to identify and mitigate potential odor problems, the ENGINEER will perform the following tasks during the conceptual design phase: a. Sewer Lines/Force Mains 1) Modify hydraulic model developed during Wastewater Collection System Masterplan as required. 2) Conduct predictive computer modeling of proposed sewer system (15 inches and larger in diameter) utilizing Pomeroy/Parkhurst Model to predict sulfide buildup and identify "hot spots" for sewer line/force main odor control. Conduct sampling of existing sewer system for sulfide content to calibrate model, where required. 3) Conduct odor control cost/benefit analysis of alternatives for existing known odor problem areas and potential odor generation locations identified in predictive computer modeling. Alternatives will include, but will not be limited to, active controls, chemical addition, oxidant addition, minimization of turbulence in new design and opportunities for solids deposition, biofilters, and minimum velocity design. 4) Review cost/benefit analysis with City staff, including recommended solution(s). 5) Prepare preliminary design report for sewer line/force main odor control summarizing cost/benefit analysis and recommended plan (with exhibits as appropriate). Jarnsaiy 15, 2000 A-9 b. Lift Station(s) 1) Conduct odor control cost/benefit analysis of alternatives for existing lift stations (that will remain in service) and proposed Lift Station No. 1. Alternatives will include, but not be limited to, active controls, chemical addition, and oxidant addition. 2) Review cost/benefit analysis with City staff including recommended solution(s). 3) Prepare preliminary design report for lift station(s) odor control summarizing cost/benefit analysis and recommended plan with schematic preliminary design diagrams and exhibits where required. 4. Conceptual Design Report Based on the completion of the above tasks, the ENGINEER will prepare and submit a detailed report of each alternative evaluated along with the recommended alternatives. The report will include detailed cost estimates and exhibits for the evaluated alternatives. Specific tasks are -as follows: a. Prepare Exhibits of recommended alternatives. b. Prepare draft report. c. Submit ten (10) copies of draft report for City review. d. Incorporate City's comments and submit ten (10) copies of final report. Personnel from an office of the ENGINEER that was not involved in the project will perform value engineering of the conceptual design. Jmuvy 3,2000 A-10 APPENDIX A-1 PHASE II SCOPE OF SERVICES CITY OF FAYETTEVILLE WASTEWATER IMPROVEMENT PROJECT The following is a Preliminary Scope of Services for Phase II - Final Engineering Design, Bidding, and Construction Administration Services. A final Scope of Services will be developed after completion of the Phase I - Preliminary Design. Generally, the project will include the final design of sewer improvements including interceptor sewers and pump stations necessary to reroute the areas tributary to the Old Wire Road, Gregg Street, North Street, Poplar Street, Porter Road, Hamestring Creek, Owl Creek, and City of Farmington Lift Stations. After completion and approval of the Phase I - Preliminary Design, the ENGINEER will proceed with these services: PART A - PROJECT ADMINISTRATION AND MANAGEMENT 1. Project Administration a. Perform Project Initiation activities. b. Perform general administration and project management activities. c. Finalize agreements with subconsultants. d. Perform ENGINEER's internal project control including budgeting, scheduling, and quality control activities. 2. Coordination Meetings a. Attend project kickoff meeting with City staff and other consultant involved in project. b. Attend monthly meetings with City staff and other design consultants to coordinate design activities. c. Meet with Arkansas DEQ, AHTD, and DOH as necessary to obtain permits for construction of project. January 16, 2DDD A-1 (1) i 3. Public Relations a. In conjunction with OWNER and other design consultant, conduct public meetings as necessary. PART B - FINAL ENGINEERING DESIGN 1. Perform design survey for sewer and lift station improvements. 2. Provide the OWNER with the technical information for location of easements required for construction of the project. Information to include width and general location of the easements, and distances from the property lines. Property line information shall be obtained from existing maps provided by the OWNER to the ENGINEER. 3. Perform final geotechnical investigations as necessary for design of the project. 4. Prepare contract design drawings for sewer and lift station improvements. Drawings shall indicate permanent and temporary easements for construction based on information supplied by OWNER. Drawings shall include but not be limited to: (1) Title Sheet/Drawing Index, (2) Location Maps, (3) Plan and Profile of Sewer Improvements, (4) Special Details, and (5) General Details. 5. Using OWNER's and "ENGINEER"S basic specifications, prepare project specifications which shall include but not be limited to: (1) bidding documents, (2) contractual documents, (3) conditions of the contract, (4) standard project forms, and (5) technical specifications. 6. Assist the OWNER in obtaining permit approval from regulatory agencies. 7. The ENGINEER will consult with the OWNER, public utilities, private utilities, and AHTD to determine the approximate location of above and underground utilities and other facilities that have an impact or influence on the project. 8. The ENGINEER shall deliver three (3) sets of the draft construction plans and specifications to the OWNER for review. 9. Meet with OWNER throughout the project and after submittal of the draft plans to receive input from OWNER's staff. 10. Perform final changes to contract documents. Submit final project drawings and contract specifications to the OWNER for review. January 16,= A-1 (2) 11. Prepare Engineer's Opinion of Probable Construction Cost by major items. PART C - BIDDING ASSISTANCE The following bidding assistance services are included: 1. Assist the OWNER in advertising, obtaining, and evaluating Bid Proposals for the construction contract and awarding thereof. Provide assistance to the OWNER in responding to bidder inquiries during advertisement of the construction contract, and participate in project pre -bid conference. Provide and distribute bidding documents and addendum. 2. Assist the OWNER in reviewing the bids for completeness and accuracy. Develop bid tabulations and submit a written recommendation of contract award to the OWNER along with three (3) copies of the bid tabulations. Consult with and advise the OWNER on the responsibility and responsiveness of contractors, the acceptability of subcontractors, substitute materials, and equipment proposed by the project bidders. PART D - CONSTRUCTION RESIDENT The ENGINEER will provide resident engineering services for the construction project(s). 1. Assist the OWNER in conducting a pre -construction conference with the Contractors by notifying utilities, governmental agencies, and other interested parties, and answer questions at the conference 2. Resident Engineering a. Provide the successful bidder(s) with three (3) sets of the contract specifications for execution and the insertion of the required insurance certificates. Provide the successful bidder(s) with five (5) sets of the contract documents for construction purposes. b. Review shop drawings, scheduling, test results, and other submittals which the Contractor is required to submit. c. Consult with OWNER and act as the OWNER's engineering representative in dealings with the Contractor. Issue instructions of OWNER to Contractor and issue necessary interpretations and clarification of the contract specifications. J.nuuy 16, moo A-1 (3) d. Provide engineering survey(s) for construction to establish horizontal and vertical reference points which are necessary for the Contractor to construct the work. Coordinate the taking of preconstruction photos and surface video taping with the Contractor as necessary. e. Provide resident observation for sewer and lift station construction for general conformance to the contract drawings and contract specifications. Also provide resident observation of acceptance testing and restoration work by the Contractor. f. Perform permit follow-up coordination and construction observation to ensure compliance with conditions of Section 4.0 Wetlands permit. g. Review and respond to complaints received by OWNER and report any differences of opinion between the Contractor, ENGINEER and complaining party. h. Review applications for partial payment with the Contractor for compliance with contract specifications and submit to the OWNER a recommendation for payment. Issue field orders to Contractor after consultation with the OWNER. Review any change orders proposed by the Contractor and provide recommendations to the OWNER. j. Conduct an on -site review to determine if the projects are substantially complete and submit to the Contractor a list of observed items requiring completion or correction. k. Conduct a final on -site review, in the company of the OWNER and Contractor, to verify the projects are fully complete. Submit a recommendation for final acceptance of the projects to the OWNER. 1. Provide the OWNER with one (1) set of record drawings on reproducible double matt (4 mil) mylar and two (2) sets of black line prints of the record drawings. m. ENGINEER is not responsible for the means or sequences of the construction work or the implementation program for safety of the construction contractor and subcontractors and it will be stipulated as such in the contract documents. Jay 16, 2000 A-1 (4) C1 PART E - ADDITIONAL ENGINEERING SERVICES 1. Wetland Delineation and Permitting a. Perform detailed field investigation to delineate wetlands boundaries in any case where the final recommended sewer line routing from the preliminary design is within the immediate vicinity of a wetlands. Detailed field investigation will include, but may not be limited to, soils analysis, hydrology and vegetation. Detailed field investigation/delineation to be performed by a qualified wetlands ecologist. b. Develop wetlands plan (if required) including cost/benefit analysis of the following options. 1) Avoidance 2) Minimization 3) Mitigation c. Conduct preapplication meeting with Corps of Engineers (if required). d. Prepare Section 4.0 Wetlands Permit (if required) 2. Odor Control a. Sewer lines/force main 1) Prepare plans and specifications for final recommended plan for odor control for sewer lines/force mains in the project area. 2) Prepare Engineer's estimate of probable construction cost for sewer line/force main odor control facilities/features. b. Lift Station(s) 1) Prepare plans and specifications for final recommended plan for odor control at existing and proposed lift station(s). 2) Prepare Engineer's estimate of probable construction cost for lift station odor control facilities. January 16, woo A-1 (5) CN A W N D -' >• ro m a o v m O 9 0 m p O' m o FL° o' m 9 i o a c e 3> m( r C C C m m< m o T m m J Cc C C 4 cc C 6 m m T N V V y a a a ≤ D O 7 J f m C O w»» N N T ^ 3 W o o^ 00-1 0 0 0 S N N a r O J d o j o J -w S O O m Cn '� M n C C T fli m= 2{{ 'O T£ J y H Z J m e D .. 0 o J ?. o J m= J g J m C Q J 0 C C 0 0 C O O J m .. O O O W 0 3° m p m K $N o o= 030J� ID 3 sm r N O 2 J� D p m m cn m (J iJ N 0 3 m N n a' 3 m m_ a o m o m m e m' D m m 0 O 3 Z N O A .< m F CD ≤. y y :� m 2 m D " 2 2 U N' G V ;a J J, J j j S m 7C a a �. 6 N O 0 a J m D m o C0OO 0 m v PG 2 m 2 0 o TC0 o" n pO O x G) < N N m m x m << v Q m m v mom Co C J r m m z 3-,00J C) L) m o m m 0 O m 9 JO Z O 0 m 2. m N co --n O m OAe OA0 O O V m A A m0 0) — A N m 0 S O O{ O >1 D imr m: mm≤m z: ON Aw V V Am Wom o o m m rWa o(+Dom� c �rmam ?� m3rA x 3 m < m N ONO (mJ O V (Os) > A N O O V v O m 0 OVI V N m 0 00 M m z 0 3 m m 2 y N + 4 m O m 0 0 0 O O O 0 V 0000 0 0 -m mo p 0 0 0 0 0 0 0 0 0 0 O O A O O A tD O O O N ? O a r O m i J m 0 N r N N V N A N m O O N N N O N O O N b V A b + b b b b b b b b b b + 64 b b b b b 6464 0 0 9'P' A O N V m (J m b A w fJ m m N ++ y(V + V + y(A N A r w d _V N W A_ N N o N m N N N CO W A 0 -' 00 V CO W 0+ N m m V 0 CD m (mD m W V CD (m0 W (mil 0 N.a m0 N W w N N m N n O M b E/1 4'49 b b b J+ ^ m 001 W J J A O m 00 Ob0 m m m A 0 0 0 0 0 0 0 0 0 m m 0 0 N b 3 0 p (R N 4. 3 M N N+ b b+ b b b b b b 4,6464 b b + b fn b b b N b+ b b b `� » w E; O W m o A O N a m CJ N b A A+ CJ V o m O N S Cmli N A W 001 0 0 T SCM 0)) W (m1C (100 r V W O p+p�� -J000(fl W A C CD�0 m m A Oo N O O m V O m m (p m W V b O (0 00w W N m V+ W N W W 0 N m CO N 0 + 'a A O O' m Z y N V O v v v A O d N N o m T n n o� y N O T n v m m T O O 9 c c m m m m m 0 °-' C c m< m o 0 0' C c O CD O m< < m 0 0 m n 0 7, N -, O 0 0 w O 0 0 o o g m - c 'o S m o o m c v oci ° ar- m o m a[ 0 O D Li o J m m to A m J 'O m m 6i' m m m m A A E C . N 3. 3≤ N 3. 3, < fA .. umi 3. 3 3 3 3 n S ≤ o m m J d ° o m 50 F m ° m. f 2 ° c ^� °' f o 000 m C m N m U in — O O A J$ ,� g.-< m J N o a J o m o 3 c c z T. ru m 5 m u m m m m m O n x O N m O < 0 < S 0 3 3i J c 0 J C " y o 0 A 0< r T J J N m O N £ Z N n � � V m A OT V. O N O+ O N O a N O O+ O N N O O a a N O O O -'O A: n Z m r m N m ≤ y ZO p'p NN�A+J-� N00+a+ w a0+'O�V�NN 3 m -_r; X 3 m < m O A W O V N 0 N N a o A N N N 0 N m N a p p m N 0 V - m m z pn 00 m D ti Z y N O p 0 0 0 O O O O 0 0 0 0 V co j- CD X m 0 a a A v r 0 0 0 0 O m N N O V O O '0 O O O O m V 0 0 0 " 6 A d m � m n c O + O+ 0 0 0 0 0 N O N 0 0 0 0 N N O O O A N O N N ? O t1l � a) Q b fA b to N 69 fA 49 m M M ' fR W M' M 0 09 H N N' N M A r W fA W fA + (A W o N N o m fA m 4' N 0 m— m (T y W W 0 V V 0 y 0 m 0 O W 0 m 0 N (b N m O OD 0+ W m OD m N a+ m V O) + W 0 N V O) n� A A N N ^ 2 O D A CC) 0 W N N 00 A AA 00 00 m e 0 o + M 4.44 4' + (A fA fA b) N --MM (0 N 6l W M+ fA W+ T A N DD fA M dD M O) o) + N J H W W N V 0 m 0 O) 0 N N W 0 O) 0 N 0 N o O O) 0 O) N o m y N 0 V -• t° a A o O m O) -� W OI W O) O N A� W V m + O �-. _. s(0 �m n 0 d = _. s(a M m no 0•d np �. -,sro r^ 0 no PP C) .v d 0 ymoomoov V rmm a+you vt-v 0000mm yy-ovvmoovv EAR C<0 0< 0 m m 05 0 N C C m m m m m m v o- v CC 0 0 0 9 m 0 mo m 0 0 Q °< N C m 0 00=0— 0 o O N O 0 0 0 0 0 0 0000c O O O C m m 0 0 0 O d O d 0 N J a O O p J J J d 0 0 0 3 3 V V m e hi m 3 d d d n Si u a a N O — y D J J J O o V _ c m m 0 n V V 0 V 0 V c_ O V V V 6 n 6 a O d -, - m �) ° m p -� m O fp x 5{ p m m O°° d O m C m) 0 9° J N m Z m x O H V A A m J J w n$ 9 C d ri J �< N v m J J m m≤ y .. 0 0 3 3 m 3 T m r .. 3 m 3 0 3 Amy 4.. C J ..c J J 0 r f .� m J O 2 d d m d 3 an d d J d d p J J O uj (p C ^ d y d m C J m J 3 J d O O vY. Jm m m n m o° m cn. m< a 0 J S..— D m m o ° J -a.. m 3 m o o m m (1 0 m e D T. 5 3 0 m 9 3 C. d m 0 03 ?. d d co n d f0 O'. m, Zw a J y d 00 m d N °•-' n 0 m Nn d o. o N c. < m .J. E O d N O� m fa' n f0 n r c l0 ] D d O V 9 d m r m D D S m J S) m J Jo N W O y Z 0 3 n m (00 - 0 r m 4r ) (n --v m K 0 O D m m -D0n O w O O W 0 0 0 N O O N O) W 0 0 COJ N N A W V O N O N O a N o y m L 2 m r m' z N m ≤ y O) OJ N OJ 3 r fl A X N N N N y N N A N A N N N N V -,m 3 m < y V O y O N O A A A NA O N N N 0 0 ? m m A z N 2 (a I y 0 0 0 0 0 0 0 0 0 0 0 0 0 » 0 0 0 o ro w o O m 0 ? m 0 0 o o 0 lo m 3 A m ? d m I n c O 0 0 0 0 0 0 0 0 0 0 0 O N N O O -40 = O N 0 -a N N N 0 O o 0 o O 0 (A 4' fA b + M tl) N H W O> M IR W (A fH H tq N M t, (fl IA M fA C 4, H' 69 71 r N (O to (4 N H N (n (A t0 .+ iA W fn W V V M t W W (O N m A A N (O V (O A V A V (O T (O V O) (O (O (O — N (O (O (O (o W V O) V V (O (0 (O O) W N O O W O) W m O W W V O) O) — (O W O) O y V n O 49 w 0 ° W W A O 0 O 0 N 0 p o 00 m c o o =, i M -.4, (A fA b d ' t0 M M fA p934, N W M 0 O) M (A M od N V V y N U) H) W N(o N (M (A 0 U) V d) W O y O) A A W N v V) A A O V O) O (O 0 (O U) 0 (° W N N W (O O) J J V (0 W V) y W� N 0 O O O W W W O) O 0 (O (0 - -` � (�( O V O) 0) - U) W W D7 0 O O 0 O pa p0 - -^ m a n v d >• �o m n o Q d p a m o r WN W m o n c n m v n n d CO WG O t t 0 C t 0 T 0 co m n CC J '' D O m O O J c c c m m m O m m O m , c u+ m 0 0 0 a m_ O O o 6i �..— -. y .� ...r m x O o m '° o m m>> m n m '° m, m m_ v m . n ff c m m o m-0@ y m 3 m0 m c m 3 £ • c v a QOW m % N w o d << d o O o O n a C w .� m a° o O -Co = D C d J> m m O 3w-' 3 m == n n 9 05 m 3 n c 3 7AC J v o a m a < o J m 3 d lito m o v J ?' O N N N .Ji N C N oil,m y a' < y '' w m .Y' m N QJ m m m) ry m C O m m d V) Co a7 m m m .Z D m m U tr .m-''. A° u: N Q° n y m n> D O G C j d vP a 0,0 .7 m a 0 iID N a c m '°8 3 m R N c J m m 3 W0 2 0 m o a C •0 J -a O OT > m m > w N N W N O O N O O wq O O O N W UJ 0 0 N i A A N A A N N G N 0 y m v < a m O DH�mr m Cn T ≤ W Z o m g r m r X - ,9 3 m �p vyn 0 A 9sp N A O W O O A p N A N O 0 N N m mao A N A W O V O O w d A? co N m n 2 Co N O 000000000 d O O O O uJ UJ 0 0 r O) O v Do O V N A an T T O m c a r r V O O O O cD 0 0 N 00 N 0000 W 000-00N)00 S m C) °c 0 0 0 0 O 0 0 0 0 0 0 0 0 0 m D+ O O O N N N O O V ? Cp (il 0 0 65 y) y) y) 4 64 u at' 494949 O D 40 a tD A N U) -' O O N N 69 (N N EA b) m —o b1bl S N N EA fA N W O W W N CM Oo Ut A W O] J W m O A [D (] (0 W O) O) 0 W N O �O W N N J O N u cn O O) N N O) u N N N— Ot Ol O) W N N o2 N H H N A 00 -& O w u m u m o u W V A c 0 N 0 0 O S m C 0 O t M — - fp FA (A 49 H1 + —s N J M H 69t, -S d O 8+ W N N N N J O N V N O 8 m Y (W)) W O Off) ( l CO 0 0 A O .'[7 C in n O y si O cP 0 in a cP E C O m i C c 3 w m Eo . N >> 0 J CCo o 9 n O d d y 4 P (� w O Si OOm 'p c_ Co c C 0 _ o 0 D m O m N N C i C1 O N FFu m a ?• r C N N o3 3 o r A m a� "� A 0 ~ O O A D N m 0 0 0 A a n N N z A CO N 0 CO O i m 0 z O a m D CO S m 'a Co z 2 W J N Nn � 1 9 r� <O > m V W Q° N A O n N tV.t -c r 9 Z '9 xtnm� m Z N T < N 'o Ma mm N m °° Nza N g m< y pa m D n O x y N a <>0 m m m a 2 Co Co N O N dD )O T ;• m ma )O N V m O O O -R0' S' 0 + _ to + N W O O+ �- J O G A w m m 0 m pa in W a 3� Co iii O m m C a V N A O N 0 CD 0 A + rr v to to to -'0> A Nt� +Ut + w V A Np O N 4,+ N (n EA N fA b H M W N W N V N P.34' 4'44-'0 W W N 0 m N W O++ a+ y) W N N N 9,9) in N N + N O to V m O W W W W O O O tT W N a to N to A tp tO V J a cc 0 a V A (n W A O N O O N O O V 00 O m O o 4. M 6' 3 E N W.f 4O49 w .� (O N tail y) m V th N N (IC N m + O N W O) CJ A W V O A N O N APPENDIX `C' LABOR RATES RANGE OF HOURLY CLASSIFICATION RATE Project Director ................................. $35.05 - $42.07/hr Project Manager ................................ 34.62 - 36.75/hr Senior Engineer ................................. 24.04 - 32.00/hr Civil Engineer .................................. 19.25 - 25.50/hr Resident Engineer ............................... 21.10- 24.05/hr CADD Technician ............................... 19.48 - 23.50/hr Office/Clerical.................................. 10.00 - 17.80/hr Engineering Direct Labor Overhead Expenses .............. 180% Direct Costs ................................... Invoice+ 10%1' 1/ McClelland Consulting Engineering services will be at cost with no markup. City of Fayetteville, AR January 16, 2000 West Side Wastewater Collection System Improvements C-1 Appendix C I AGENDA REQUEST FORM Council Meeting of February 1,2000 FROM Don Bunn Public Works Admin Public Works Name Division Department ACTION REQUIRED A resolution approving the contract with RJN for engineering services in connection with sewer system improvements in the amount of $638,267.00. COST TO CITY $ 638,267.00 Cost of this Request 5400-5700-5314-00 Account Number 98047-10 Project Number BUDGET/CONTRACT REVIEW g t Coordinator Purchasing Officer $ 1,926,111 Category/Project Budget 59,604 Funds Used to Date $ 1,866,507 Funds Remaining Wastewater Collection System Engineering Category/Project Name Sewer Mains Program Name Water and Sewer Fund Category XX Budgeted Item Budget Adj. Attached � 2/ loon Dat Admin Services Director Date l / -j/-od Date DA Coordinator Date Z - o /-a/-OD Date In ernal Auditor Date (-4 -do Date STAFF RECOMMENDATION It is the recommendation of the Staff that the Council approve the contract with RJN for engineering services in connection with sewer system improvements in the amount of $638,267.00. 01/19/00 Date Cross Reference /—e4-oa Date New Item: Yes No Prey Ord/Res # D to Orig. Contract # oat Orig. Contract Date FAYETTEV&LE DEPARTMENTAL CORRESPONDENCE From: Don Bunn, Assistant Public Works Director J2 _ -z i Thru: Charles Venable, Public Works Director Subject: Contract for Preliminary Engineering Sewage Collection System Improvements, RJN and Associates The City began the procedure of engineer selection in May of 1 memorandum outlines the selection process from May forward. Attached for your review and approval is the proposed engineering contract between the City and RJN and Associates from Dallas, Texas. The proposed contract provides for three separate work elements, the Preliminary Design Report, the preparation of detailed plans and specifications, and observation/management services during construction. You will not( that a detailed scope of work and pricing are given only for the Preliminary Design Report phase. The cost and scope of work for the other two elements will be negotiated after completion of the Preliminary Design Report. Scope of Work: Generally the scope of work involves the development of design flows (ft both the new plant and the existing plant), routing and sizing of new sewer lines in the Illinois River Basin, and the construction and renovation of sewage pump stations on the east side. An outline of the scope of work is given below. A detailed scope of work is given in the proposed contract. Project Administration 2. Coordination Meetings - This includes regular meetings with the City Staff, meetings with the regulatory authorities, and City Council and/or Water and Sewer Committee Meetings. 3. Coordination with Other Consultants 4. Public Relations - This involves preparation for and attendance of public information meetings held by the City. 0 5. Design Flow Report - Includes the updating of existing wastewater flows and the projection of final design flows for both the Illinois River Watershed and the White River Watershed. 6. Conceptual Design - Includes the evaluation of alternatives for the rerouting flows from the east side to the west side and the analysis of eight (8) sewage pump stations. 7. Wetlands and Endangered Species Determination 8. Odor Control Evaluation 9. Report Preparation Cost of Services: The proposed contract price $ 638,267.00. This price is broken down as follows: 1. Salary Expense $ 151,053.00 2. Overhead Costs (180%) 271,895.00 3. Fixed Fee, 12% 50,754.00 0.12(Salary + Overhead) 4. Expenses (includes subcontracts) 164.565.00 5. Total Cost (Not -to -Exceed) $ 638,267.00 The total cost is a maximum and will not be exceeded without a change order being approved which also amends the scope of work. Any additional costs (for this part of the work) will be computed on the same basis as the prices given above. A detailed breakdown of the costs as it relates to the various items of work is given in the contract. It should be pointed out that the costs given for each of the items of work is an estimate only and that funds can be shifted from one work element to another as long as the total price given above is not exceeded. Staff Recommendation: The Staff believes the proposed contract price is reasonable and represents fair compensation in exchange for the work to be furnished. Therefore, it is the recommendation of the Staff that the Council approve the proposed contract with RJN in the amount of $ 638,267.00. Additional Contracts: Engineering contracts with McGoodwin, Williams, and Yates, Black and Veatch, and with Garver Engineers will be presented to the Council for approval either at the second meeting in February or early March, 2000. Fayetteville Wastewater Improvements Project Consultant Selection Procedure and Contract Negotiation Last May the City Council authorized the City Staff to purchase about 316.5 acres of land west of Fayetteville for the purpose of constructing a new wastewater treatment plant. As a result of that action by the Council, the City Staff began the process of hiring consultants in connection with our wastewater improvements project. In late May 1999 a Wastewater Engineering Selection Committee was formed. The Committee members were: Charles Venable, Public Works Director Don Bailey, Personnel Director Trent Trumbo, Council Member Jim Beavers, City Engineer Sid Norbash, Staff Engineer David Jurgens, W/S Maintenance Don Bunn, Assistant Public Works Director On June 13, 1999, advertisements appeared the Northwest Arkansas Times, the Morning News of Northwest Arkansas, and the Arkansas Democrat -Gazette requesting Statements Qualifications from consulting firms interested in providing wastewater engineering services to the City. An advertisement also appeared in the June 14 issue of the Engineering News - Record requesting Statements of Qualifications. Statements of Qualifications were received by the City on July 16, 1999. The Selection Committee met in late July and in early August to review the Qualification Statements and to decide which engineering firms should be asked to submit detailed proposals. After careful review, the Committee sent a Request for Proposals (due September 17, 1999) to eleven engineering firms. They were: Black and Veatch, Kansas City RJN, Dallas, Texas CDM, Dallas, Texas CH2M Hill, Tulsa, Okla. Garver Engineers, Fayetteville McClelland, Fayetteville McGoodwin, Fayetteville Carter -Burgess, Little Rock Burns and McDonnell, Kansas City Grafton and Tull, Rogers, Arkansas CTE, Tulsa, Okla. The Request for Proposals notified the engineering firms that it would be the intent of the City to award a maximum of four (4) engineering contracts. There would be one engineering contract awarded in connection with the work at the existing Noland Wastewater Treatment Facility, one engineering contract awarded in connection with the new treatment facility on the west side of Fayetteville, and two engineering contracts awarded for work in connection with the collection system. As a result of our Request for Proposals, the City received nine detailed proposals. CDM did not submit a detailed proposal and McClelland submitted in conjunction with RJN of Dallas. The Selection Committee met in late September and decided to interview all of the firms submitting proposals. The interview dates were set for Wednesday, October 6 and Thursday, October 7. After the last interview on Thursday, October 7, the Committee met and made these selections: a) McGoodwin. Williams, and Yates of Fayetteville - Design services related to the new treatment plant on the west side of Fayetteville. b) Black and Veatch of Kansas City. Missouri - Design services related to the improvements at the existing Noland Treatment Plant on the east side. c) RJN and Associates of Dallas, Texas and McClelland Engineers of Fayetteville - Design services related to the sewage collection system. d) Garver Engineers of Fayetteville - Design services related to the sewage collection system. Over the past three (3) months the Staff has been working with the selected consultants, both individually and jointly, to development an appropriate scope of work and contract price for each of them. Generally, the form of the contract will be in accordance with the City's standard engineering contract. The contract will contain a detailed scope of work and detailed price for a Preliminary Design Report. The contract will contain a provision for the preparation of plans and specifications, bidding services, and observation/management services. A detailed scope of work and prices for those services will be negotiated after completion of the Preliminary Design Report: • 0 COMMENT SHEET Project: Wastewater Engineering, West Side Collection System Engineer: RJN Group, Inc. Notes to Reviewers: The following comments have been made by the Public Works Staff, however, they have not yet been incorporated into the contract: 1. Page 4, Fees and Payments The following language shall be added: "Invoices shall be submitted to the City for on a monthly basis. The City will make every effort to pay such invoices within 30 days of date the invoice is approved. However, payment within 30 days is not guaranteed and the City will not be held liable for interest or late fees due to delayed or late payment." 2. Page 4, Section XII Please add this language (or something similar) to the paragraph beginning "Appendix C ......" (the next to last paragraph). "The breakdown of costs between the various work tasks as given in Appendix C is a convenience and is not intended to set a maximum cost for any of the work tasks. Costs may be transferred from one work task to another so long as the maximum cost as given above is not exceeded." 3. Page 2, Section IV Please place this (or language similar thereto) immediately following the first paragraph under Section IV: "The Phase I work will result in a Preliminary Design Report along with any technical memorandums that may have been developed during the progress of the work. The City shall be furnished ten (10) copies of the Preliminary Design Report." 4. We have requested copies of all sub -contracts. FAYETTEV?LLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Don Bunn, Assistant Public Works Director From: Heather Woodruff, City Clerk Date: March 1, 2000 Attached is a copy of the resolution approving an agreement with RJN Group for engineering services for sewer collection system improvements. The original will be microfilmed and filed with the City Clerk. Your purchase requisition has been forwarded to the City Clerk's office. cc: Yolanda Fields, Internal Auditor RESOLUTION NO. 17-00 A RESOLUTION APPROVING AN AGREEMENT FOR ENGINEERING SERVICES TO RJN GROUP, INC., IN THE AMOUNT OF $638,267 FOR FAYETTEVILLE WASTEWATER IMPROVEMENTS PROJECT, SEWER COLLECTION SYSTEM IMPROVEMENTS, WEST SIDE. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby approves an Agreement for Engineering Services to RJN Group, Inc., in the amount of $638,267 for Fayetteville Wastewater Improvements Project, sewer collection system improvements, west side; and authorizes the Mayor and City Clerk to execute said agreement. A copy of the agreement is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 1" day of February , 2000. APPROVEDn/� By: Fred Hanna, Mayor ATTEST:� � By: !�t�r�i Heather Woodruff, City Cler