HomeMy WebLinkAbout38-00 RESOLUTIONRESOLUTION NO. 38-00
MICROFTIaMED
A RESOLUTION APPROVING AN AGREEMENT WITH
GARVER ENGINEERS IN THE AMOUNT OF $391,532, FOR
ENGINEERING SERVICES IN CONNECTION WITH SEWER
COLLECTION SYSTEM IMPROVEMENTS WITHIN THE
WHITE RIVER BASIN.
IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby approves an agreement with Garver Engineers
in the amount of $391,532, for engineering services in connection with sewer collection system
improvements within the White River Basin. A copy of the agreement is attached hereto marked
Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 21st day of March , 2000.
APPROVED.
By: /
Fed Hanna, Mayor
ATTEST:
By:
Gam . �t/Gsevd
Heathery Woodruff, City Cleft
�r
NAME OF FILE:
/LES. 3g- OCA/SARI/E,2 �,J�scic-�Rs�s&&O&e GO/,.SECT rt1
/Gv#ITE 4'%V&C 8.I,1/
•
CROSS REFERENCE:
sysre2r, XflRdde2), ,o-:
Date
Contents of File
Initials
3--2/-no
Pas • 3S'- t9a
8IT ,
LX//2 A
CRAc r
4Th
44Th:6)
7
2 -ii -do
Y/7 iv til ('1 6f.//deri, %,Pawn 32,J feud,,/
/A/Ril. C //fl,ar s
VtA1A&E si, Vii9//4 NA,1/,i/,¢
3-2/-oo
,ieg6,rhnA A(Qi[its y M9 42,7
3-.2%Uo
ith,FUfir_
›k -7J -m) n J)o i/ 14/ _ ma i ' .
•
City of Fayetteville
EX/Ye
CoAn-
Wastewater Improvements
Engineering Services Contract
GARNER (ENGINEERS
3810 FRONT ST., SUITE 10, FAYETTEVILLE, ARK., 72703
(601)627-9100; FAX# (601)627-9101
• •
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
1
STATE OF ARKANSAS
COUNTY OF WASHINGTON
1 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 with Garver Engineers, with offices located at 3810 Front Street, Suite #10, Fayetteville,
hereinafter called the "ENGINEER".
1 WITNESSETH:
Whereas, the "OWNER" is planning to design wastewater improvements throughout the City of
1 Fayetteville; 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
1 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 project generally refers to the planning, design, and construction support services for
improvements to designated wastewater lines and pump stations that will convey wastewater to the
renovated Paul Noland Treatment Plant. The Preliminary Report Phase of the project will be limited
to the lines and pump stations designated by the City in the east (White River) drainage basin. These
improvements are generally located in the southeast half of Fayetteville and are identified in attached
Exhibit A. The City may add additional lines and pump stations from the west drainage basin to this
contract for the Design, Bidding, and Construction Phases.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
•
SECTION III - INFORMATION & SERVICES
The "OWNER" will furnish any specifications, standards and other information which may relate
to the project including GPS survey data. Aerial mapping data will be provided, free of charge, to
the "ENGINEER" on magnetic media.
SECTION IV -A - SERVICES TO BE FURNISHED BY THE "ENGINEER" DURING
"PRELIMINARY REPORT" PHASE
The scope of work to be performed during the Preliminary Report Phase is described in
Appendix 1-A.
SECTION IV -B - SERVICES TO BE FURNISHED BY THE "ENGINEER" DURING "DESIGN"
PHASE
The Engineer will furnish services under this section, which will be amended upon completion
of the Preliminary Report Phase. The scope of work and cost for this phase have not yet been
developed.
The project will be designed and constructed to meet water and sewer standards m 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 and City of Fayetteville Specifications relating to the design of this project.
The design concept with regard to water and sewer relocations, geometric, detours, right-of-way,
utility easements, and other related items shall be submitted by the "ENGINEER" (in the form of
a Preliminary Engineering Assessment) and approved by the "OWNER" prior to beginning design
work.
The "ENGINEER" shall provide all field survey data from field work for designing the project and
this shall be tied to the "OWNER'S" GPS control network.
The "ENGINEER" shall be responsible for obtaining, interpreting and evaluating geotechnical or
any other form of data necessary for the design of this project.
The "ENGINEER" shall conduct
The "ENGINEER" shall provide surveying, mapping, and related services as required to prepare
Right-of-Way/Easement documents for the "OWNER'S" use in acquisition activities.
The "ENGINEER" shall furnish plans to all utility companies affected by the project and, if
necessary, shall conduct a coordination meeting among all affected utility companies to enable them
to coordinate efforts for the necessary utility relocations. This coordination meeting will take place
at the City Engineer's office.
During the final "Design" phase of the project, the "ENGINEER" shall conduct final designs to
2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
• •
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 will furnish services under this section, which will be amended upon completion
of the Preliminary Report Phase. The scope of work and cost for this phase have not yet been
developed.
The "ENGINEER" shall hold conferences throughout the design of the project with representatives
of the " OWNER" 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, 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 Engineers office.
SECTION VII - CONCEPT AND PRELIMINARY SUBMISSION
The Engineer will furnish services under this section, which will be amended upon completion
of the Preliminary Report Phase. The scope of work and cost for this phase have not yet been
developed.
The "ENGINEER" shall submit two (2) sets of concept plans, two (2) sets of preliminary plans and
three (3) sets of the final plans for field inspections.
SECTION VIII - FINAL SUBMISSION
The Engineer will furnish services under this section, which will be amended upon completion
of the Preliminary Report Phase. The scope of work and cost for this phase have not yet been
developed.
The final submission for the construction contract shall consist of the following:
A. One (1) copy of all design calculations
3
1 ` •
B. Three 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.
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
The Engineer will furnish services under this section, which will be amended upon completion
' of the Preliminary Report Phase. The scope of work and cost for this phase have not yet been
developed.
' 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.
Dunng the "Construction" phase of work, the "ENGINEER" shall provide administrative and
' engineering services including resident construction inspection and observation services to determine
whether the Contractor has met the requirements of the design plans and specifications. The
"ENGINEER" shall review the Contractor's progress payment requests based on the actual quantities
' of contract items completed and accepted, and shall make a recommendation to the "OWNER"
regarding payment.
1 SECTION X - SUBCONTRACTING
Subcontracting by the "ENGINEER" of any of the services provided herein shall require prior
approval by the "OWNER". The Engineer may add a five percent fee to subcontract costs to cover
the Engineer's administrative costs. For the Preliminary Report Phase, the Engineer has entered
made agreements with Grubbs, Hoskyn, Barton, & Wyatt for geotechnical investigation and with
'
McV, Inc. for video services.
' SECTION XI - TIME OF BEGINNING AND COMPLETION
For the Preliminary Report Phase, the Engineer shall begin work under this Agreement within
' ten days of Notice to Proceed and complete the Preliminary Report Phase within 250 calendar
days.
' The "ENGINEER" shall begin work under this Agreement within ten (10) days of notice to proceed
and shall complete the plans for the construction contract within calendar days.
4
1
• •
1 The above completion time is predicated upon the fact that the "OWNER" will cause to be processed
approvals of interim work in an expeditious manner 15 days per submittal.
SECTION XII - FEES AND PAYMENTS
A.1 "Preliminary Report" Phase Services:
I 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
150 % of direct labor costs, plus direct reimbursable expenses associated with the project, plus a
fixed fee which are payable as follows:
1 1. "Preliminary Report" Phase services. $299,375.00
2. Fixed fee for "Preliminary Report" Phase services: $44,907.00
' 3. Expenses: $47,250.00
' 4. Engineering contract amount for "Preliminary Report" Phase
services not to exceed: $391,532.00
1
1
1
1
The basis of this upper limit and justification for the fee is contained in Appendix "1-B"
attached hereto Subject to the City Council's 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. The breakdown of costs between the various work tasks as given in Appendix
"1-B" is shown for 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 as long as the maximum
cost as given above is not exceeded.
Appendix "1-C" covers the classification of personnel and a salary rate range for all
personnel to be assigned to this project by the "Engineer" during the Preliminary Report
' Phase.
Invoices shall be submitted to the City for payment on a monthly basis. The City will make
every effort to pay such invoices within 30 days of the 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 Report
Phase services shall be made upon the "OWNER'S" approval and acceptance with the
satisfactory completion of the "Preliminary Report" Phase for the project.
1
5
1
' • •
A.2 "Design" Phase Services:
' The Engineer will furnish services under this section, which will be amended upon completion
of the Preliminary Report Phase. The scope of work and cost for this phase have not yet been
developed.
For, and in consideration of, the services to be rendered by the "ENGINEER", the
1 "OWNER" shalt 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 _% of direct labor costs, plus direct reimbursable expenses associated
' with the project, plus a fixed fee which are payable as follows:
1. "Design" phase services, "surveying services"
and preparation of the Ownership Map/Utility Easements
Plan Costs not to exceed:
1
2. Fixed fee for "Design" services:
' 3. Engineering contract amount for "Design" phase
services not to exceed.
1
1
1
The basis of this upper limit and justification for the fee is contained in Appendix "A"
attached hereto. Subject to the City Council's 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.
1 Appendix "B" covers the classification of personnel and the salary rate for all personnel to
be assigned to this project by the "Engineer."
' Final payment for Design services shall be made upon the "OWNER'S" approval and
' acceptance with the satisfactory completion of the "Design" phase for the project.
B. "Bidding" Phase Services:
' The Engineer will furnish services under this section, which will be amended upon completion
of the Preliminary Report Phase. The scope of work and cost for this phase have not yet been
developed.
For "Bidding" phase services rendered by the "Engineer," the owner shall pay
the "ENGINEER" on the basis of salary costs for work -time directly connected with
the project, plus payroll additives and general overhead costs of % of direct labor
costs (plus direct reimbursable expenses associated with the project), plus a fixed
6
1
1
fee which are as follows:
1 1. "Bidding" phase services costs not to exceed:
2. Fixed fee for "Bidding" services:
t3. Engineering contract amount for "Bidding"
phase services not to exceed
Final payment for "Bidding" phase services shall be made upon the "OWNER'S" approval
1 and acceptance with the satisfactory completion of the "Bidding" phase of the project.
Final payment for "Bidding" phase services shall be made upon the "Owner's" approval and
1 acceptance with satisfactory completion of the "Bidding" phase of the project.
C. "Construction" Phase Services:
tThe Engineer will furnish services under this section, which will be amended upon completion
of the Preliminary Report Phase. The scope of work and cost for this phase have not yet been
developed.
For "Construction" phase services rendered by the "ENGINEER," the "OWNER" shall pay
tthe "ENGINEER" on the basis of salary costs for work -time directly connected with the
project, plus payroll additives and general overhead costs of % of direct labor costs
(plus direct reimbursable expenses associated with the project), plus a fixed fee which are
as follows:
' 1. "Construction" phase services costs not to exceed:
2. Fixed fee for "Construction" phase services:
t3. Engineering contract amount for "Construction"
phase services not to exceed:
(based upon an assumed construction period not to exceed days.)
The basis for this estimate is appendix C. The "ENGINEER" shall invoice the "OWNER"
monthly for construction phase services, and the final payment for "Construction" phase
' services shall be made upon the "OWNER'S" approval and acceptance with the satisfactory
completion of the "Construction" phase of the project.
' D. "Geotechnical Investigation" Services:
This section will be amended upon completion of the Preliminary Report Phase. A not to
7
1
• •
exceed amount for geotechnical investigative services has been included in the Preliminary
Report Phase of this contract.
' For geotechnical investigative services associated with design, the "OWNER" shall pay the
' "ENGINEER" on the basis of hourly rates and unit prices set forth in Appendix a fee, not to
exceed $ . The basis of this upper limit and justification for the fee is contained
in Appendix _attached hereto.
' E "Special" Services:
This section will be amended upon completion of the Preliminary Report Phase.
For "Special" services, such as preparation of detailed easements and/or construction
1 staking, the "OWNER" shall pay the "ENGINEER" as follows:
1. For "Easement" preparation services, the "OWNER" shall pay the "ENGINEER" an
' estimated fee of $ with the final negotiated fee for easement preparation
to be determined after the completion of an Ownership Map and Preliminary
Engineering.
' 2. For "Construction Staking" services, if authorized in writing separately from this
Agreement, the "ENGINEER" shall
' 'This construction staking is to be performed by the "ENGINEER" one time only, with
additional staking to be the responsibility of the Contractor. For this work, the "OWNER"
shall pay the "ENGINEER" on the basis of actual salary cost for work time directly
connected with construction staking, plus payroll additives and general overhead costs of
% of direct labor costs, plus direct reimbursable expenses, plus a fixed fee payable
1
as follows:
a) "Construction Staking" costs not to exceed:
b) Fixed fee for "Construction Staking":
c) Engineering contract amount for "Construction
Staking" services not to exceed:
1
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
8
1
1
1
SECTION XIV - OWNERSHIP OF DOCUMENTS
• •
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, pnce, or fees to this contract shall not be allowed
without a formal contract amendment approved by the Mayor and 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.
All documents, including original drawings, disks of CADD drawings and cross sections, estimates,
specifications, 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
1 It is understood that the "OWNER" will have the right to suspend or cancel the work at any time.
' A. Postponement - Should the "OWNER," for any reason whatsoever, decide to postpone the
work at any time, the "OWNER" will notify the "ENGINEER," who will immediately
suspend work. Should the "OWNER" decide during such suspension not to resume the work,
1 or should such suspension not be terminated within a year, the work shall be cancelled as
hereinafter provided.
1 B
1
1
1
1
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.
9
1
1 • •
SECTION XVII - MISCELLANEOUS PROVISIONS
1 1. Dispute resolution - Any dispute concerning a question of fact in connection with
the work and having a financial value of $10,000, or less, shall be referred for
' determination to the Mayor of the City of Fayetteville, whose decisions m the matter
shall be final and conclusive. Disputes resulting from claims greater than $10,000
shall be subject to mediation.
1 2. Responsibility for Claims and Liability - The "ENGINEER" shall save harmless the
"OWNER" from all claim and liability due to its (the "ENGINEER'S") activities, or
' those subcontractors, its agents, or its employees during the time this contract is in
force.
' 3. General Compliance with Laws - The "ENGINEER" shall comply with all federal,
state and local laws and ordinances applicable to the work. The "Engineer" shall be
a professional engineer, licensed in the State of Arkansas.
Engineers Endorsement - The "ENGINEER" shall endorse and recommend all plans,
specifications, estimates 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.
1 SECTION XVIII - SUCCESSORS AND ASSIGNS
1 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.
1 SECTION XIX - COVENANT AGAINST CONTINGENT FEES
The "ENGINEER" warrants that it has not employed or retained by company or person, other than
1
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
1 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.
1
1
10
1
•
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 ENGINEER
By:
Mayor
GARVER ENGINEERS
By: I in
�99 Authorized • epresentative
ATTEST: -~011- c�
City Cler �ST
11
•
APPENDIX 1-A
Garver Engineers
1 Fayetteville Wastewater Improvements
Preliminary Report Phase
I. Development of Scope Work
1 The pump stations included in the Preliminary Report Phase of the project are Nos. 13, 14, 15,
16, 17, 18, 19, and 21. The wastewater lines included in the Preliminary Report Phase of the
project are shown on Exhibit A. The Preliminary Report Phase services also include time spent
and expenses incurred by the Engineer prior to execution of this contract related to scope of work
development and contract preparation for this project.
' 2. Preliminary Design and Property Surveys
' Garver will accomplish preliminary surveys to ascertain those areas of questionable grade, to
confirm grades for new mains, and to confirm important elevations. Selected pipeline routes will
be examined for the easements needed and the properties affected. Preliminary easement
' information will be provided. Special attention will be required for the new alignment of
wastewater line proposed for the Cato Springs Road area.
' 3. Evaluation of Existing Lines and Pump Stations and Future Demands on the System
Pump Station Evaluations
1 Garver will examine condition, capacity, and service characteristics of the pump stations. The
odor control needs will be examined and research accomplished for recommendation of odor
' control provisions. Information will be gathered from the City and OMI. Garver will make every
effort to avoid duplicating the efforts of gathering and/or developing information that has already
been accomplished by others.
1 Pump Station No. 13
' Pump Station No. 13 is located at 878 South Stonebridge Road near the intersection of Highway
16 and Highway 265 and pumps flow from the Crossover Road area into the 36 -inch force main
to the Paul Noland Treatment Plant. This station is the "can" type, operating at 480 volts, and
' experiences problems due to inflow and infiltration during wet weather. Tasks include:
1. Obtain existing information from City concerning design drawings, survey data, easement
1 data, pump data, electrical and other utility data, etc.
2. Perform a field inspection of pump station and appurtenances.
3. Examine site and station adequacy to handle predicted flows from data provided by RJN.
1 i
' • •
4. Using obtained data and projected flows, perform a cost analysis for rehabilitating pump
station versus new station concept.
5. Examine any existing and potential pump station odors by testing of pump station vent gases
and flow into the stations.
Pump Station No. 14
' Pump Station No. 14 is located at 1820 South Armstrong just south of the Happy Hollow Pump
Station (No. 21) and pumps flow from the industrial park area to Pump Station No. 21. This
station is the "building" type, operating at 230 volts, and currently has no major problems. Tasks
include:
1. Obtain existing information from City concerning design drawings, survey data, pump data,
electrical and other utility data, etc.
2. Perform a field inspection of pump station and appurtenances.
3. Examine site and station adequacy to handle predicted flows from data provided by RJN.
4. Using obtained data and projected flows, perform a cost analysis for rehabilitating pump
station versus new station concept. Evaluate the feasibility of an equalization basin.
5. Examine any existing and potential pump station odors by testing of pump station vent gases
and flow into the stations.
' 6. As part of evaluation for an equalization basin, determine wetlands designated areas from
USGS maps, Soil Surveys, Nationals Wetlands maps, and local contact with Corps of
Engineers. Examine any wetlands permitting requirements and cost impacts of construction
needs in delineated wetlands areas.
Pump Station No. 15
Pump Station No. 15 is located at 203 East 29th Circle on South Mountain. This station is the
' "building" type and operates at 240 volts. This station experiences major problems due to old,
inadequate pumps.
' 1. Obtain existing information from City concerning design drawings, survey data, easement
data, pump data, electrical and other utility data, etc.
2. Perform a field inspection of pump station and appurtenances.
3. Examine site and station adequacy to handle predicted flows from data provided by RJN.
1 4. Using obtained data and projected flows, perform a cost analysis for rehabilitating pump
station versus new station concept.
1 2
• •
1
5. Examine any existing and potential pump station odors by testing of pump station vent gases
and flow into the stations.
Pump Station No. 16
1 Pump Station No. 16 is located at 3917 South McCollum Road near the north end of Drake
Field.
1 This station is the "building" type, operating at 240 volts, and has no major problems.
1. Obtain existing information from City concerning design drawings, survey data, easement
data, pump data, electrical and other utility data, etc.
2. Perform a field inspection of pump station and appurtenances.
1 3. Examine site and station adequacy to handle predicted flows from data provided by R.N.
1 4. Using obtained data and projected flows, perform a cost analysis for rehabilitating pump
station versus new station concept.
1 5. Examine any existing and potential pump station odors by testing of pump station vent gases
and flow into the stations.
Pump Station No. 18
' Pump Station No. 18 is located at 202 North Sandy (Greenland) near the south end of Drake
Field and pumps flow from the Greenland area to a gravity line which flows to Pump Station No.
16. This station is the "can" type, operating at 240 volts, and has no major problems. Tasks
1 include:
1. Obtain existing information from City concerning design drawings, survey data, pump data,
' electncal and other utility data, etc.
2. Perform a field inspection of the pump station and appurtenances.
1 3. Examine site and station adequacy to handle predicted flows from data provided by RJN.
' 4. Using obtained data and projected flows, perform a cost analysis for rehabilitating pump
station versus new station concept.
' 5. Examine any existing and potential pump station odors by testing of pump station vent gases
and flow into the stations.
1
1
1 3
' • •
1
Pump Station No. 19
1 Pump Station No. 19 is located at 933 South Mallywagnon Road and pumps flow from the
Highway 16/Lake Sequoyah Drive area to the 36 -inch force main to the Paul Noland Treatment
Plant. This station is a "can" type, operating at 240 volts, and has no major problems. Tasks
include:
' 1. Obtain existing information from City concerning design drawings, survey data, pump data,
electrical and other utility data, etc.
1 2. Perform a field inspection of the pump station and appurtenances.
3. Examine site and station adequacy to handle predicted flows from data provided by RJN.
4. Using obtained data and projected flows, perform a cost analysis for rehabilitating pump
station versus new station concept.
1 5. Examine any existing and potential pump station odors by testing of pump station vent gases
and flow into the stations.
1 Pump Station No. 21 (Happy Hollow Pump Station)
1 Pump Station No. 21 is located at 1687 Happy Hollow Road. The pump station currently has
submersible centrifugal pumps in a wet -pit configuration but can also utilize gravity flow during
low flow conditions. This pump station serves the industrial park area as well as the remaining
pump stations and sewers in the White River drainage basin area and pumps flow in a 36 -inch
line to the Paul Noland Treatment Plant. This station operates at 480 volts and experiences
overflow problems. Tasks include:
' 1. Obtain existing information from City concerning design drawings, survey data, pump data,
electrical and other utility data, etc.
2. Perform a field inspection of the pump station and appurtenances.
1 3. Examine site and station adequacy to handle predicted flows from data provided by RJN.
4. Using obtained data and projected flows, perform a cost analysis for rehabilitating pump
station versus new station concept. Evaluate the feasibility of providing an equalization
basin.
5. Examine any existing and potential pump station odors by testing of pump station vent gases
and flow into the stations.
1 6. As part of evaluation for an equalization basin, determine wetlands designated areas from
USGS maps, Soil Surveys, Nationals Wetlands maps, and local contact with Corps of
1
1
4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
•
• •
Engineers. Examine any wetlands permitting requirements and cost impacts of construction
needs in delineated wetlands areas.
Sewer Line Examinations
Existing sewer lines will be examined for capacity and existing condition. Information will be
gathered from the City and OMI Industrial Park and West Fork flows will be evaluated.
Proposed improvements will be evaluated based on 20 to 50 -year projections, and
recommendations will be based on economics/constructability. Sewer line capacities will be
based on flow information provided by RJN. Garver will make every effort to avoid duplicating
the efforts of gathering and/or developing information that has already been accomplished by
others.
Highway 16/Lake Sequovah Drive Area Sewer Service Line (Line 1)
This sewer line flows to Pump Station No. 19 and will be evaluated for replacement. Tasks
include:
1. Obtain information from City concerning design drawings, line profiles, etc.
2. Examination of line route including determination of existing utilities, easements, service
line locations, and accessibility for construction.
3. Examination of line constructability including geotechnical survey of related soils and
terrain.
4. Determine line size based on information from RJN for 20 and 50 -year projections.
5. Examine any existing and potential odors by testing manhole and air release valve locations
and from flow analysis.
6. Determine wetlands designated areas from USGS maps, Soil Surveys, Nationals Wetlands
maps, and local contact with Corps of Engineers. Examine any wetlands permitting
requirements and cost impacts of construction needs in delineated wetlands areas.
Crossover Road Area Sewer Service Line (Line 2)
This sewer line flows to Pump Station No. 13 and will be evaluated for replacement. Tasks
include:
1. Obtain information from City concerning design drawings, line profiles, etc.
2. Examination of line route including determination of existing utilities, easements, service
line locations, and accessibility for construction.
3. Examination of line constructability including geotechnical survey of related soils and
5
1 • •
1 terrain.
4. Determine line size based on information from RJN for 20 and 50 -year projections.
5. Examine any existing and potential odors by testing manhole and air release valve locations
1 and from flow analysis.
6. Determine wetlands designated areas from USGS maps, Soil Surveys, Nationals Wetlands
' maps, and local contact with Corps of Engineers. Examine any wetlands permitting
requirements and cost impacts of construction needs in delineated wetlands areas.
Happy Hollow Road Sewer Service Line (Line 3)
This sewer line flows to Pump Station No. 21 and will be evaluated for replacement. Tasks
include:
1. Obtain information from City concerning design drawings, line profiles, etc.
' 2. Examination of line route including determination of existing utilities, easements, service
line locations, and accessibility for construction.
1 3. Examination of line constructability including geotechnical survey of related soils and
' terrain.
4. Determine line size based on information from RJN for 20 and 50 -year projections.
1 5. Examine any existing and potential odors by testing manhole and air release valve locations
and from flow analysis
6. Determine wetlands designated areas from USGS maps, Soil Surveys, Nationals Wetlands
maps, and local contact with Corps of Engineers. Examine any wetlands permitting
1 requirements and cost impacts of construction needs in delineated wetlands areas.
21 -Inch and 30 -Inch Parallel Infrastructure Sewer Service Line (Line 4)
1 These sewer lines flow to Pump Station No. 21 and will be evaluated for replacement. Tasks
include:
1 1. Obtain information from City concerning design drawings, line profiles, etc.
' 2. Examination of line route including determination of existing utilities, easements, service
line locations, and accessibility for construction.
' 3. Examination of line constructability including geotechnical survey of related soils and
terrain.
1
1 6
1 4. Determine line size based on information from RJN for 20 and 50 -year projections.
I
5. Examine any existing and potential odors by testing manhole and air release valve locations
and from flow analysis.
6. Determine wetlands designated areas from USGS maps, Soil Surveys, Nationals Wetlands
maps, and local contact with Corps of Engineers. Examine any wetlands permitting
requirements and cost impacts of construction needs in delineated wetlands areas.
' Infrastructure Sewer Service Line North Through Walker Park up to Dickson Street (Line 51
This sewer line flows from the downtown area south through Walker Park and will be evaluated
for rehabilitation and/or replacement. Tasks include:
' 1. Obtain information from City concerning design drawings, line profiles, etc.
2. Evaluate options for replacing and/or rehabilitating the line or portions of the line.
3. Examination of line route including determination of existing utilities, easements, service
line locations, and accessibility for construction. A significant amount of flow will be taken
'
out of this line when the flow from the North Street Pump Station (No.8) is diverted to the
Illinois River Basin. A new alignment will be considered for portions of this line. Some
' portions of this line may be abandoned.
4. Examination of line constructability including geotechnical survey of related soils and
' terrain.
5. Determine line size based on information from RJN for 20 and 50 -year projections.
' 6. Examine any existing and potential odors by testing manhole and air release valve locations
and from flow analysis.
I7. Determine wetlands designated areas from USGS maps, Soil Surveys, Nationals Wetlands
maps, and local contact with Corps of Engineers. Examine any wetlands permitting
requirements and cost impacts of construction needs in delineated wetlands areas.
Cato Springs Road Sewer Service Line (Line 6)
' This is a new sewer service line to serve the Cato Springs Road area. Tasks include:
1. Obtain information from City concerning service area.
2. Examination of line route alternatives including property acquisition requirements,
' methods/locations for crossing I-540 and the railroad, determination of existing utilities,
easements, service line locations, and accessibility for construction.
1 7
3. Examination of line constructability including geotechnical survey of related soils and
terrain.
4. Determine line size based on information from RJN for 20 and 50 -year projections.
I
5. Examine any existing and potential odors by testing manhole and air release valve locations
and from flow analysis.
' 6. Determine wetlands designated areas from USGS maps, Soil Surveys, Nationals Wetlands
maps, and local contact with Corps of Engineers. Examine any wetlands permitting
requirements and cost impacts of construction needs in delineated wetlands areas.
Force Main from Pump Station 21 to the Noland Plant (Line 7)
' This is an existing 36 -inch force main that transports wastewater from the White River Basin
(from Pump Station No. 21) to the Noland Plant. Tasks include:
' 1. Obtain information from City concerning design drawings, line profiles, etc.
2. Evaluate options for replacing and/or supplementing and rehabilitating the line. The City has
determined that the condition of this line is not acceptable if it continues to carry pumped
flow. If this line can be a gravity line after flows are diverted to the West Plant, it may be
' permitted to remain in place for a specified time period. If the line needs to carry pumped
flow, one viable option will be to construct a new line parallel to the existing 36 -inch line and
then rehabilitate or replace the existing line after flows can be diverted. The timing of the
improvements will also be evaluated. It may be more cost effective to wait until some of the
flow is diverted to the new West Plant before implementing the improvements to this line.
' 3. Examination of line route including determination of existing utilities, easements, service
line locations, and accessibility for construction.
' 4. Examination of line constructability including geotechnical survey of related soils and
terrain.
' 5. Determine line size based on information from RJN for 20 and 50 -year projections.
6. Examine any existing and potential odors by testing manhole and air release valve locations
' and from flow analysis. The City has reported odor control problems from this line.
7. Determine wetlands designated areas from USGS maps, Soil Surveys, Nationals Wetlands
' maps, and local contact with Corps of Engineers. Examine any wetlands permitting
requirements and cost impacts of construction needs in delineated wetlands areas.
I
1 8
4. Report with Recommendations and Cost Estimates
Garver will prepare a report that will detail the results of the evaluations of the pump stations and
sewer lines and give recommendations for improvements. An extensive effort will be made to
provide reasonable construction cost estimates for the recommended improvements. Technical
memorandums that are developed during the Preliminary Report Phase will be included in the
report.
• Prepare draft report and exhibits of recommended alternatives.
I. Submit for City review.
• Prepare and submit 10 copies of Preliminary Design Report.
' 5. Coordination with RJN, Black & Veatch, and MWY
Garver will work with the other consultants to insure recommendations in the report will
integrate with the other consultants' recommendations.
' • Two meetings with RJN concerning updated flow model of area requirements.
• Two meetings with Black & Veatch concerning pumped flows expected to plant and influent
infrastructure needs at plant.
• Two meetings with MWY concerning sludge transport possibility through existing/upgraded
sewers and any other design requirements.
6. Value Engineerine Study
A design team within the Garver organization but not directly associated with this project will
conduct a value engineering study of the recommendations for design. The conclusions of this
' study will be presented in our preliminary report.
• Assign review team.
' • Accomplish review - prepare report detailing review results.
• Discuss results with City staff for decision to include/exclude recommendations.
• Present conclusions in report.
I
I
1 9
7. Coordination Meetings and Presentations
Garver will prepare for and participate in periodic and special meetings.
• Three public meetings.
• One Water and Sewer Committee meeting.
• City staff meetings as required.
• Meetings with ADH and AHTD as required
8. Coordination with West Fork
Garver will coordinate with West Fork for an appropriate tie-in location to the Fayetteville
system. West Fork will be responsible for hiring a consultant to study/design a transmission
system from West Fork. Garver will coordinate with West Fork for the tie-in location, evaluate
the design flows submitted by West Fork, and participate in a coordination meeting with the City
of Fayetteville.
I
I
TI
I
I
TI
I
I
I
' 10
a
Li
E.
I
I
I
I
I
I
I
L
ri
I
I
L
I
I
S.
O
O
N
N^
o
N
p
O
S•
S
pp
o
p
ppop
q
YI
O
N
N
N
N
,
N
YI
N
O
N
N�pp
N
O
N
N
N
O
N
J
w
N
^
N
-
r
N
O
ry
N
Npg
O
OV
OV
n
Np
OO
ONN
na
n
ifl
O
cN
1(1
mN
RN
NA
n
N
M
N
VO
M
N N
N
N
pO
N
101
N
M M
M
p
pO
M
N N
N
iiMVV
N
N
N
N
N
pN
N
yO
N
x
N
M
N
N
N
M
N
F
yO
t
O
g
0
0
0
0
0
0
0
0 0
0
0
00000
00000
00000
00000
0
N
a
C
YEj L•M
N
000
O
N
O
W
0n000
O
O
O
COOOO
O O
O
O
O N
O
O
O
O
N
O
O
O
O
N O
O
O
O
N
000
0
l W
O
000
0000
O^
0 0
0
0
O^
O
O
O
O.
-COO
0000
0^
0
0
0
N f
Cp N
O
000
0000*
O
O
O
O
N
O O
O
O
d
0000*
0000*
0000
T Ew
E
C
t
O
000
ry
d
o
O
o
ry
v
o
o
O
ry
ry
a
O
O
O
N
a
o
O
c
N
v
O
O
o
ry
a
o
0 0
d
a
O
j
y
s J
K t
N
O u`�
S
�
cog
O
0
m
ry
O
d
O
m
N
N
O
0
m
ry
N
d
0
m
H
O
d
m
m
C
O
O
W
m
H
b
G
p
N
UW
w&
y
p
0
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
N
d
EEi$t
Z Q ? f
SK
W yj w
W_
F 6
V N
n
OOOW
N
0
0
0
N
N
d
IU
N
N
N
N
O
10
0
ry
N
N
0
N
N
d
N
N
N
N
O
N
O
N
pC C
w
a
a Q
Z w i
0 p JW J
hh
a
Q L
O
N
O
N
^
N
d
N
N
-
N
d
Cl
^^
N
d
r4
ry
d
N
^
Cl
d
N
- 6
V P TD C
O
O
O
N S W
LL
�p+ q C
O
p
O
O
O^
N
N^
O^
N
N^^
O_
Cl
N^
O
ry
N^
O
N
N
E
O^
N
N^
6
M
O
&
C C
O
N
CM*
O^^
N
O^^
N
O^
rv^
O^^
Cl
0-'
N^
O^^
N
0
s
N
0
W
c
E
^V
u
W
6
O
C-,
V
"U
w
m
A
A
W
Cu
. W
O
>
C
or
a
Cp
U
U
Ypp
S
a
N
m
JE
m
J
J
O
41
W€€
6
i
G
5
G
G
$
�2
4
S
S
In
F
a
W
y
0
y
a
f p
b
O
g y
a
a
p
a
W
0
O C
S
m
S
tt
e
5
6
J
qLL
N
JLqq c
L
%q
@
U
p
a
S C
C
C
W
a
E
p
n g
1^
p
a
d
n
C
N
n
W
E
c
S
i
j
=
E
= E
≥
b
S
c
s
5
0
@
t
8
E
A
c
O
E
vi
o
O
O
E h
U
FJ
3
O
E
w
U
O
O-
H
cS
8
O
5
ui
S
O
5 rh
2
C
0
^ (V
!1
O
N
^
ry 10
O Y
-
Cl
n
n
p
I
I
I
II
I
I]
I
I
I
I
L
I
H
I
I
p�Q
N
li
O
N
N
O
N
b,
4
A
10
b
m
O [Np
fgbV
IyN'1
s
8 [W
N
N
ppb��
8O
YI
IpbV�
rp
(q
8
N
N
pO�
qN
10�,
00
yyyOyyy Npy
q8
000
^o
o
G
EN
O
N
N
NNI
N
N
Y{
N
M
O
p
pN
C
V�
1�1
p
NN
N
N
N
p
M
M
N
tq
N
N
M
N
N
M
N
H
N
N
H
N
p
N
N
M
N
N
N
N
M
M
N
N
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0 0
0 0
0
0
0
0
0
0
0
0
0 0
0
0
0
0
0
0
0
O
N
O
r
r
r
r
0
N
O
O
b
O
O
N
O
O
0
O
O
O
e
O
O
N
O
O
O O
d N
0
0
0
O
O
d 0
0
0
O
O
0
0N0000
0
0
0
O
0
fl
0
0
0
0
0
N
0
0
0
O
N
0
0
0
O
0
4
0
0
0
0
00000
0 0
0
0
0
0
0
0.0000
O
r
0
0
0
0
0
1
0
0
0
0
r
0
0
0
O
O.-
0
0
0
0
0 0
N
0
0
0
O
0r10000
0
0
0
0
0
0
0
0
0
d
N
0
0
0
O
N 10111010101
0
0
0
0
N
O
O
O
O
O
N
O
0 0
0
0
0
0
0
0
0
0
0
0
0
N
N
O
Op
O
N
N
b
N
O
O
N
"10101M
0
N
0
0
fl
n0)004
4t'000
Q
m
4
0
0
0
b
b
N
b
N
O
0
0
b
0
4
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
r
N
4
b
b
N
N
r
4
4
N
N
r
4
4
b
N
d
4
N
N
r
b
O
N
1.1
N
0
0
b
4
N
b
0
ry
4
r
-
r
N
d
N
N
-
N
N
0
r
r
r
N
N
O-
N
N
b'
r
r
N
N
0
-
04*
d
O
N
N
N
O
O
N
N
O
O
r
N
N
O
N
N
N
r
0
N
N
N
r
r
N
N
N
r
r
O
N
b
O.
O
N
d
4
O
N
N
O
4
Q
d
N
N
0'
04•_•_
O
No.
O
r
N
N
r
N
N
r
r
O_
04041-
r
O
N
N
d
d
N
N
004*
d
N N
NN
ND
WN
dIG
qN
a
pO
V
&
C
L
NN
C
SI V
�p
C N
V
_pSI
U
q
�nTI
L
l
q,
_L
a
\
W,
W
L
W
R
g
5
t
m
5
A
a
5
£
m
o
E
E
4
n§
m
s fi
n fi
n
S sR
E
W
m
is
_fi
E£
0
u
.PE
WN
S
q>�
SC
SC
�Q
S
S
tl
S.
S
S
V
C
SC
SC
N
m
S W
S.
5
SC
SC S
S
'S5
Cp
33
T
Tf
14
T
O
v m
CCii[[
O
C
4
ttlttl[[[[[[
O p
Y
W
y
Y
m
W
p
9
V
C
W
C C
W
C
E
pp U
O
L
U
q
p p
Y m
FFW
FFC WC y
Y
0
LC m O 1
S
s
xx
0
d
n
m
m
pO
d
3
S
m
m
U
$$
o
a
a
g
q
S
g
o
d
3
Q
W
Y
0
a u
0 3
y
o
m V S
8$ 3
a
0
$$
S
r
o
O
fV
a,
N
c�
O
N
3
b
0
r N
N
0 UI
0
m
�-
0
N [�
4
N
3
b
0
IV
17
d
o
N
b
o
N
1'1
O
YI m
lV
w
17
O V1 0 P
r
N N O
N
U
N
n
ID
N
N
N
g
gN
S
WI
o
0000a
O
n
m
0
0.N0.
ImV
Yf
pNp
N
N
w-
N
`°
00000000000000
0
0
0
0
0
0
0
0
0
0
0
0 0
0
0
m
r
0
0
0
0
0
p
N
d
O
N
p
0
0
0
0
0
0
0
0
O
N
d
d H
0
00.0000;
g
m
O
w$
0000
0
0
0
O
0
O
0
m
0
0 0
o
CI
r
0
0
0
0
m
0
m
0
0
0
0
0
0
0
0
O
N
m
A 0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
00000
0
0
0
0
0 0
m
m
Om
O
d
0
0
0
0
A
0000
0
0
0
0
0
0
0
0
0
0
0
d
N
IdV
N
N
m
m
N
0p
rp
O
m
I1
ImV
N
0
O
N
d
N
0
m
O
R
m
0
O
r
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
00
0
O
m
m
N
A
l7
IdV
a
Irv�l
d
0
d
0m
m
O
O
O
V
m
N
m
N
m
CNI
b
o
pp
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
r
^gi
'^'m
grvoom
Nrvmm0
g.o$$��
O
m
m
m
.-
'
N
p
R
N
V
0
OO
R
p
p
n
1
N
d-
m
0
0$
IrV
i
a,
0
c$
=
C
h
1
a
n
v
m
E
m
Y.
5
b
6
b
2
m
St
z
a
m
gi
b
f
b&
E
S
'E
a
€
D
2
m
>
^�
CA
g
n
v
C
s
O
¢
LL
m
.to
mm
@, 1)
t
-
i
aim
'
E
O
Q
i
5
5
m �C
C
=g
`
N
W
a
N
m m
V
Y
m
�nJ
y
L
N
O
C
Ll
8
y
C_
a
a
m
w
a
nn 00
o m
A m m ry
ara
N r N
N
0 0 0 0 0 0 0
8S83�m
IV r N N N
0
Lm
cc
C
3
o
a
n
N
C
m
u
N
J
LL
W
N
I
W
p�
S
111`333
$
T
ii
m
cRR
EEp
pp yyo
w O
K
N¢
U
F
Appendix 1-C
Garver Engineers
Hourly Rate Schedule Ranges
I
I
I
I
I
H
I
I
I
Ti
Classification
Senior Project Manager
Project Manager
Senior Project Engineer
Project Engineer
Senior Design Engineer
Senior Construction Engineer
Design Engineer/Designer
Environmental Scientist
Geologist
Senior CADD Technician
CADD Technician
Senior Construction Observer
Construction Observer
Project Surveyor
Party Chief
Instrument Man
Rodman
Clerical
February, 2000
Regular
$33.00 - $43.00
$28.00 - $34.00
$24.00 - $34.00
$24.00 - $28.00
$20.50 - $25.00
$19.50 - $22.00
$18.00 - $23.50
$21.00 - $23.00
$20.00 - $22.00
$18.00 - $24.00
$12.00-$17.50
$19.50 - $22.00
$15.00 - $19.00
$20.75 - $22.50
$12.00-$18.00
$10.00-$18.00
$8.00 - $12.00
$10.00-$17.00
iiw ap e
pR 4v)z1c:E
mbo av,,rx `ifr_ Ill ,_,
r I„= ECF
6 k LL
II F ,
vyr
Li
yr
= 9
g s. F /• _—= mow= _:_.
- � 1.
gg 1l11J
u, s
ft y LL
Z Z
I F Z
2 UNF
f � / 11 .y
m K1YA ai 3 • ,:1i lr r-'- 000Q
' -' ` urn 3 w
$ ZWWK
O
Np l IWZZ
n p
� = ww0W0i
t1 �QI WUZn
_ WMO pit2�d-2
`j{y' f Raxm Z 2 2
I:...' I 7 H J
t,tt tlr-L'` ,I v. i M z amm , I Sew
Ir,ti e:. Ij} IJ1i i i>r vIY' A
It S
1 .Y c a I �
((
9 S_F
� �sdl iRcit !� � 1ti`M'F�(�
•
By!®
���M.
I1
El
I
E
I
I
I
H
I
I
I
H
I
I
Ii
I
Si.. Grubbs, Hoskyo
Barton & Wyatt, I NC.
CONSULTING ENGINEERS
February 3, 2000
Proposal No. SPOO-010 (Revised)
Garver Engineers
3810 Front Street
Fayetteville, Arkansas 72701
Attention: Mr. Brock Hoskins
• P.O. Box 1248
Springdale. Arkansas 72765
202 Greg Street 72764
(501) 756-5999
FAX(S01) 756-1749
SUBJECT: PROPOSAL FOR GEOTECHNICAL EXPLORATION
WASTE WATER COLLECTION SYSTEM IMPROVEMENTS
FAYETTEVILLE, ARKANSAS
We are pleased to submit this proposal and cost estimate for performing an
investigation and analysis of the soil conditions for evaluation of proposed waste
water collection system improvements in Fayetteville, Arkansas.
We understand that the proposed waste water collection system
improvements can include renovation of elements of the existing collection system,
new sewer lines, and new pumping stations. The study has the purpose of
evaluating potential work requirements and costs. We understand geotechnical
investigation may or may not be required in this phase of your engineering work.
If required the following geotechnical study would be conducted: (a) drill
sample borings to depths necessary, obtaining undisturbed soil samples and/or
Standard Penetration Values at 2- to 5 -ft intervals or at a change in soil stratum;
(b) perform an adequate laboratory testing program designed after the borings are
completed to determine the physical properties and engineering characteristics of
the soils; and, (c) prepare an engineering report with appropriate geotechnical
criteria for preliminary evaluation of the project.
Charges for the above outlined services will be based on the enclosed
Schedules of Fees. Your attention is called to the General Conditions on Schedule
40.01 (Mar 99). Work performed by GHBW in accordance with this agreement,
will be paid for by Garver to GHBW after Garver has received payment from the
City of Fayetteville for the invoiced amount. Garver will not be penalized for late
payment as stated in the General Conditions until 30 days after Garver receives
payment from the City of Fayetteville. If liability coverage in excess of that shown
in Item 3.3 is desired, please so indicate.
I
Geotechnical and Materials Engineering/Construction Surveillance
I •
' GRUBBS, HOSKYN, BARTON & WYATT, INC. February 3, 2000
Proposal No. SP00-010(Revised) Page 2
We suggest a maximum budget of $20,000 be established for potential
geotechnical work on the project. The cost of renting tractors or other equipment
' required to gain access to sites will be determined in accordance with Item 7.3 of
Schedule 43.04, attached.
' If this proposal is satisfactory to you, please sign one of the enclosed
copies and return it to our office as authorization. We will appreciate the
opportunity to be of service to you on this project.
Very Truly Yours,
Grubbs, Hoskyn, Barton & Wyatt, Inc.
2a4
' )James R. Pennington, P.E.
Manager of Springdale Office
I
' JRP/kdc
Attachments
I
Schedule
40.01
(Mar
99)
Schedule
42.04
(Jan
99)
Schedule
43.04
(Jan
99)
Copies Submitted: Garver Engineers (2)
Attn: Mr. Brock Hoskins
I
2 -Ito -Woo
' Date
I
I
GRUBBS, HOSKYN, BAI'] AND WYAn, INC. • Schedule 40.01 (Jan 1999)
Page 1 of 3
STANDARD FEES AND GENERAL CONDITIONS FOR
' ENGINEERING AND TECHNICAL SERVICES
1. Client
Client, as used herein, is the entity who authorized performance of services by Grubbs,
' Hoskyn, Barton and Wyatt, Inc. and accepts responsibility for payment under the conditions
stated herein.
2. Professional Services and Fees
' 2.1 Analysis, consultation and report preparation. Fees for our professional services
are based on the time of professional, technical and clerical personnel directly.
charged to the project. The fee is computed as 2.4 times salary cost for the
' chargeable time. Salary cost includes base payroll plus 34 percent for employee
benefits, payroll taxes, and payroll insurance. A schedule of hourly rates for
engineering and technical personnel by classification is available upon request.
' 2.2 Reimbursable expenses. Expenses other than salary costs that are directly
attributable to performance of our professional services are billed as follows:
a) for report reproduction by our graphics department, charges equivalent to
commercial rates for similar commercial service; schedule available upon
request
b) for transportation in our company automobiles, $0.32 per mile
' c) for in-house computer use, rates established for individual systems;
information furnished upon request
d) for outside computer service use, direct charges allocated to job times 2.5
' e) for all other expenses, including but not limited to, authorized travel, sample
shipment, subcontracts, consulting fees, long distance communications,
outside reproduction, and mailing expense, cost plus 15 percent
1
3. General Conditions
3.1. On -site Responsibilities and Risks
a) Right -of -Entry. Unless otherwise agreed, Client will furnish right -of -entry
and obtain permits, as required, for us to perform the field work.
1
' GRUBBS, HOSKYN, BAR'IAND WYATT, INC. Schedule 40.01 (Jan 1999)
Page 2 of 3
b) Damage to Property. We will take reasonable precautions to minimize
damage to land and other property caused by our operations, but we have not
included in our fee the cost of repairing such damage. If Client desires us to
' repair and/or pay for damages, we will undertake the repairs and add the cost
to our fee.
I
c) Toxic and Hazardous Materials. Client will provide us with all
information within his possession of knowledge as to the potential
occurrence of toxic or hazardous materials at the site being investigated. If
'
unanticipated toxic or hazardous materials are encountered, we reserve the
right to demobilize our field operations at Client's expense. Remobilization
will proceed following consultation with our safety coordinator and Client's
acceptance of proposed safety measures and fee adjustments.
d) Utilities and Pipelines. While performing our field work, we will take
'reasonable precautions to avoid damage to subterranean and subaqueous
structures, pipelines, and utilities. Client agrees to hold Grubbs, Hoskyn,
Barton and Wyatt, Inc. and its officers, agents, employees, and
subcontractors harmless for any damages to such structures, pipelines, and
utilities which are not called to our attention and correctly shown on the plans
' furnished.
3.2 Warranty
' a) Services performed by Grubbs, Hoskyn, Barton and Wyatt, Inc. will be
conducted in a manner consistent with that level of care and skill ordinarily
exercised by members of the profession currently practicing under similar
' conditions. No other warranty, either expressed or implied, is made or
intended by our proposal, contract, or reports.
' b) Client acknowledges that conditions may vary from those encountered at the•
location where borings, surveys, or explorations are made and that our data,
interpretations and recommendations are based solely on the information
available to us. We will be responsible for our data, interpretations, and
recommendations, but shall not be responsible for the interpretation by others
' of the information developed.
33 Liability
' Our liability to Client for injury or damage to persons or property arising out of work
performed for Client and for which legal liability may be found to rest upon us, other
than for professional errors and omissions, will be limited to our general liability
' coverage. For any damage caused by an error, omission, or other professional
negligence, our liability will be limited to a sum not to exceed $50,000 or our fee less
direct third -party costs, whichever is greater. In the event that Client does not wish
' to limit our professional liability to this sum, we agree to waive this limitation upon
1
II
I
I
I
I
II
I
GRUBBS, HOSKYN, BAR* AND WYATT, INC. • Schedule 40.01 (Jan 1999)
Page 3 of 3
receiving Client's written request, and Client agrees to pay an additional
consideration of 4 percent of our total fee or $500, whichever is greater.
3.4 Invoices and Payment
Invoices will be submitted every four (4) weeks for services rendered. Payment is
due upon presentation of our invoice and is past due thirty (30) day from invoice
date. Client agrees to pay a finance charge of one percent (1%) per month (or the
maximum rate allowable by law, whichever is less), on past due accounts. Any
attorneys' fees or other costs incurred in collecting a delinquent amount shall be paid
by Client.
3.5 Samples
All samples of soil and rock will be discarded thirty (30) days after submission of
our report, unless Client advises us otherwise. Upon request, we will deliver the
samples in accordance with Client's instructions, charges collect, or will store them
for an agreed charge.
3.6 Records
All pertinent records relating to services performed hereunder shall be retained for
two (2) years after completion of the work. Client shall have access to the records at
all reasonable times during said period.
4. Related Services
Additional services that are frequently required for support of our professional activities are
'
normally provided by one of the technical divisions of Grubbs, Hoskyn, Barton and Wyatt,
Inc. Applicable charges are given in one or more schedules of the following series:
4.2 Laboratory Testing Fees
4,3 Field Charges for Foundation Investigations
4.4 Rates for Construction Surveillance and Consultation
I
I
I
a
I
GRUBBS, HOSKYN, BARTON A�WYATT, INC. • Schedule 42.04 (Jan. 1999)
Pagel of 1
' LABORATORY AND FIELD SOIL TESTING FEES (Abbreviated)
Test No. Unit Price
IA. CLASSIFICATION AND INDEX TEST
1. Water content and visual classification...............................................................................$ 4.00
2. Plastic and liquid limits........................................................................................................$ 30.00
' 3. Unit dry weight of sample...................................................................................................$ 15.00
4. Specific gravity....................................................................................................................S 40.00
5. Sieve analysis through No. 200 Sieve.................................................................................5 30.00
6. Percent passing a single sieve..............................................................................................$ 20.00
7. Hydrometer test....................................................................................................................$ 75.00
8. Double hydrometer test ................................................$ 100.00
100.00
9. Permeability of sand............................................................................................................$ 100.00
10. Permeability of silt or clay...................................................................................................$ 150.00
11. Permeability - Flexwall Tests..............................................................................................$ 275.00
' 12. Electrical resistivity and pH.................................................................................................$ 30.00
B. STRENGTH TESTS
1. Triaxial Compression
1.1. Unconfined compression, soil....................................................................................$ 30.00
1.2. Unconfined compression, rock..................................................................................$ 35.00
1.3. Unconsolidated-undrained.........................................................................................$ 35.00
1.4. Consolidated-undrained................................Dn 1.equest
Request
1.5. Consolidated-drained..........................................................................................On Request
' 2. Direct Shear
2.1. Unconsolidated-undrained.......................................................................................$ 100.00
2.2. Consolidated-undrained...........................................................................................$ 125.00
' 2.3. Consolidated -drained .... ...................................... .......... .......................... ................. S 200.00
3. Multi -stage test for triaxial or direct shear..................................................................... Two Times
Test Price
C. VOLUME CHANGE TESTS
1. Consolidation, 7 or less loading increments........................................................................S 200.00
1.1. Additional loading increments, each.......................................................................$ 30.00
2. Swell test, swell pressure and percent swell.......................................................................$ 125.00
D. EARTHWORK TESTS
Ii. Standard Proctor ............................$ 120.00
120.00
2. Modified Proctor .............................$ 1I0.0
140.00
3. California Bearing Ratio (CBR), including compaction curve and 1 specimen ..................$ 170.00
' 4. Field density and water content, any method......................................................................$ 20.00
5. Lime modification optimum(LMO)....................................................................................$ 260.00
6. Sample preparation: soil mixtures and curing.....................................................................$ 30.00
Notes: (1) Visual classification, natural water content, and unit dry weight are included at no charge with
all strength and volume change tests.
' (2) Additional tests not listed can be performed at either a quoted unit price or on an hourly basis. A
comprehensive Laboratory Fee Schedule is available upon request.
GRUBBS, HOSKYN, BARON AND WYATT, INC. Schedule 43.04 (Jan 1999)
Page 1 of 2
1
FIELD CHARGES FOR FOUNDATION INVESTIGATIONS
1
t 1. Mobilization and demobilization of 3 -man drill crew, including
geotechnical technician, and equipment
1.1. Truck rig operation
1.1.1. In -yard mobilization and demobilization ............................................$75.00
1.1.2. Round-trip travel of rig, water truck, crew
1.1.2.1. With pickup...................................................................... $3.00/mi
1.1.2.2. Without pickup................................................................ $2.75/mi
1.2. Marsh buggy operations (GGH buggies)
1.2.1. In -yard mobilization and demobilization ..........................................$345.00
1.2.2. Transporting buggies with our truck, portal to portal .................... $65.00/hr
1.2.3. Transporting buggies w/contract truck .......................................Cost + 15%
1.2.4. Permit charges...................... ..........................Cost 1-. 150i'o
1.2.5. Three-man crew and pickup truck .................................................. $2.00/mi
2. Drilling and Sampling
2.1. Soil borings, with 3 -man crew, including geotechnical
• technician; 3 -in, thin -walled tube sampler in clay and 2 -in.
split -barrel sampler in sand; 0 to 100 -ft depth; sampling at 2 -ft
I
intervals to 10 -ft depth and at 5 -ft intervals below 10 ft
2.1.1. Truck rig........................................................................................... $9.75/ft
2.1.2. Marsh buggy rig. ........................................................................ $12.00/ft
3. Set-up charge per boring..........................................................................................$50.00
4. Travel time associated w/jobs in progress for crew and pickup from
Little Rock equipment yard or place of lodging to site and return ................. $75.00/hr
5. Time spent gaining access to boring locations, moving equipment
between boring locations, and for reasons beyond our control
(except weather)
5.1. Truck rig.................................................................................................. $ 110.00/hr
5.2. Marsh buggy............................................................................................ $130.00/hr
I
' GRUBBS, HOSKYN, BARN AND WYATT, INC. • Schedule 43.04 (Jan. 1999)
Page 2 of 2
6. Special Drilling
6.1. Borings drilled according to specialized specifications or by
' time-consuming methods, including drilling in cobbles and
gravel, grouting or sealing boreholes, installing piezometers,
inclinometers, etc.
' 6.1.1. Truck rig...................................................................................... $130.00/hr
6.1.2. Marsh buggy................................................................................ $140.00/hr
6.2. Drilling using hand portable equipment .................................................. $100.00/hr
6.3. Wash borings, 0-100 ft .................................................................................. $6.00/ft
6.4. Undisturbed samples in wash borings....................................................... $25.00/ea
6.5. Machine auger borings w/disturbed samples 0-20 ft........ ............................ $6.00/ft
'6.6. Rock Drilling and Coring
6.6.1. Setting casing through overburden, as required ................................ $5.50/ft
6.6.2. Continuous coring, 0-100 ft............................................................ $30.00/ft
'
6.6.3. Wash rotary through rock, 0-100 ft ................................................ $17.50/ft
' 7. Other Charges
' 7.1. Per diem expense allowance for exploration crews when
quartered away from base............................................................... $55.00/man-day
7.2. Survey required to establish boring locations and elevations.................Cost + 15%
' 7.3. Rental of dozers, tractors or other equipment, as required to
gainaccess.............................................................................................Cost + 15%
7.4. Drilling mud in excess of 2 bags per boring and grouting
material for sealing borings...................................................................Cost + 15%
7.5. In -situ measuring devices and material, including piezometers,
pore pressure transducers, inclinometers, backfill sand and
' cement, and freight ........ .........................................................................Cost+ 15%
7.6. Replacement of coring bits and casing consumed or
lost while rock coring or drilling............................................................Cost + 15%
' 8. Minimum callout charge for truck, rig and crew ................................................$550.00
' Notes: (1) Rates presented here are typical minimum charges and apply to the use of
a 3 -man drill crew, including a driller, helper, and geotechnical technician.
For work of unusual scope or work performed under unusually difficult
' conditions, appropriate adjustments of these rates will be negotiated in
advance.
(2) Prices will be furnished on request for items not covered above.
(3) For general terms and conditions applicable to all services, and for fees
related to professional services, see Schedule 40.01.
�J
i
McV, Inc.
P.O. Box 480 • ' Alexander, AR 72002
P11(501)455-4051 _ o
Fax(501)455-0722
February 1, 2000
Mr. Brock Hoskins
Garver Engineers
' 3810 Front St., Suite 10
Fayetteville, AR 72703
IRE: Sanitary Sewer Line Cleaning and Video Inspection
Fayetteville, AR
' Dear Mr. Hoskins:
As per our conversation, we are pleased to quote you the following prices for cleaning and video
inspection:
5 To 10 Hours work — Mobilization at $800.00 per trip plus $200.00 per hour for the Vac -Con
jet/vac truck or video truck with a 5 hour minimum.
10 To 20 Hours work — Mobilization at $600.00 per trip plus $200.00 per hour for the Vac -Con
jet/vac truck or video truck.
' 20 Plus hours — Mobilization at $500.00 per trip plus $180.00 per hour for the Vac -Con jet/vac
truck or video truck.
' The above prices include all labor, equipment, video tapes, computer generated reports, root
sawing and removal of debris where accessible by vacuum truck. You can generally figure about
' 100 linear feet per hour production on a normal 8" line that has light roots and no reversals for
both cleaning and video inspection, where you have good access and your disposal site is riot too
far from the line. The city to furnish access, water and disposal area.
' We understand that the amount of work may vary from none to a maximum amount of
$20,000.00 and that all work under this agreement will be directed in writing by Garver
Engineers. Work performed by McV, Inc. in accordance with this agreement will be paid to McV
after Garver has been paid by the City of Fayetteville for the invoiced amount.
If we can be of further assistance in this matter, you can contact me at 501-455-4051.
1 \
Sinccrely�
� Approved by:
I
I
Date: Z I& —
I
City of Fayetteville
Wastewater Improvements
Engineering Services Contract
CARVER IENGINEERS
3810 FRONT ST., SUITE 10, FAYETTEVILLE, ARK., 72703
(501)527-9100; FAX# (501)527-9101
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
I
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 with Garver Engineers, with offices located at 3810 Front Street, Suite #10, Fayetteville,
hereinafter called the "ENGINEER".
tWITNESSETH:
Whereas, the "OWNER" is planning to design wastewater improvements throughout the City of
Fayetteville; 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 project generally refers to the planning, design, and construction support services for
improvements to designated wastewater lines and pump stations that will convey wastewater to the
renovated Paul Noland Treatment Plant. The Preliminary Report Phase of the project will be limited
to the lines and pump stations designated by the City in the east (White River) drainage basin. These
improvements are generally located in the southeast half of Fayetteville and are identified in attached
Exhibit A. The City may add additional lines and pump stations from the west drainage basin to this
contract for the Design, Bidding, and Construction Phases.
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. Aerial mapping data will be provided, free of charge, to
the "ENGINEER" on magnetic media.
SECTION IV -A - SERVICES TO BE FURNISHED BY THE "ENGINEER" DURING
' "PRELIMINARY REPORT" PHASE
The scope of work to be performed during the Preliminary Report Phase is described in
Appendix I -A.
SECTION IV -B - SERVICES TO BE FURNISHED BY THE "ENGINEER" DURING "DESIGN"
' PHASE
The Engineer will furnish services under this section, which will be amended upon completion
of the Preliminary Report Phase. The scope of work and cost for this phase have not yet been
developed.
The project will be designed and constructed to meet water and 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 and City of Fayetteville Specifications relating to the design of this project.
The design concept with regard to water and sewer relocations, geometric, detours, right-of-way,
' utility easements, and other related items shall be submitted by the "ENGINEER" (in the •form of
a Preliminary Engineering Assessment) and approved by the "OWNER" prior to beginning design
work.
The "ENGINEER" shall provide all field survey data from field work for designing the project and
this shall be tied to the "OWNER'S" GPS control network.
' The "ENGINEER" shall be responsible for obtaining, interpreting and evaluating geotechnical or
any otherform of data necessary for the design of this project.
The `
' The "ENGINEER" shall provide surveying, mapping, and related services as required to prepare
Right-of-Way/Easement documents for the "OWNER'S" use in acquisition activities.
' The "ENGINEER" shall furnish plans to all utility companies affected by the project and, if
necessary, shall conduct a coordination meeting among all affected utility companies to enable them
Ito coordinate efforts for the necessary utility relocations. This coordination meeting will take place
at the City Engineer's office.
During the final "Design" phase of the project, the "ENGINEER" shall conduct final designs to
2
11 . ;
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"
I
The Engineer will furnish services under this section, which will be amended upon completion
of the Preliminary Report Phase. The scope of work and cost for this phase have not yet been
developed.
' The "ENGINEER" shall hold conferences throughout the design of the project with representatives
of the" OWNER" 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, 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 Engineers office.
ISECTION VII- CONCEPT AND PRELIMINARY SUBMISSION
The Engineer will furnish services under this section, which will be amended upon completion
of the Preliminary Report Phase. The scope of work and cost for this phase have not yet been
developed.
' The "ENGINEER" shall submit two (2) sets of concept plans, two (2) sets of preliminary plans and
three (3) sets of the final plans for field inspections.
SECTION VIII - FINAL SUBMISSION
' The Engineer will furnish services under this section, which will be amended upon completion
of the Preliminary Report Phase. The scope of work and cost for this phase have not yet been
' developed.
The final submission for the construction contract shall consist of the following:
' A. One (1) copy of all design calculations
IT
L
r • •
B. Three 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 14
' software.
D The estimated cost of construction and a detailed estimate of time in calendar days
trequired for completion of the contract.
SECTION IX - ENGINEER RESPONSIBILITY DURING "BIDDING" AND
"CONSTRUCTION" PHASES
The Engineer will furnish services under this section, which will be amended upon completion
' of the Preliminary Report Phase. The scope of work and cost for this phase have not yet been
developed.
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 inspection and observation services to determine
whether the Contractor has met the requirements of the design plans and specifications. The
"ENGINEER" shall review the Contractor's 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". The Engineer may add a five percent fee to subcontract costs to cover
the Engineer's administrative costs. For the Preliminary Report Phase, the Engineer has entered
made agreements with Grubbs, Hoskyn, Barton, & Wyatt for geotechnical investigation and with
'
McV, Inc. for video services.
' SECTION XI - TIME OF BEGINNING AND COMPLETION
For the Preliminary Report Phase, the Engineer shall begin work under this Agreement within
' ten days of Notice to Proceed and complete the Preliminary Report Phase within 250 calendar
days.
The "ENGINEER"
I
shall begin work
under this Agreement within ten
(10) days of notice to proceed
and shall complete
the plans for the
construction contract within
calendar days.
El
I
I
I
The above
completion time
is predicated upon the
fact that the "OWNER" will cause to be processed
approvals
of interim work
in an expeditious manner
15 days per submittal.
SECTION XII - FEES AND PAYMENTS
IA.1 "Preliminary Report" Phase 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
I
150 % of direct labor costs, plus direct reimbursable expenses associated with the project, plus a
fixed fee which are payable as follows:
1. "Preliminary Report" Phase services: $299,375.00
2. Fixed fee for "Preliminary Report" Phase services: $44,907.00
' 3. Expenses: $47,250.00
4. Engineering contract amount for "Preliminary Report" Phase
services not to exceed: $391,532.00
' The basis of this upper limit and justification for the fee is contained in Appendix "1-B"
attached hereto. Subject to the City Council's 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. The breakdown of costs between the various work tasks as given in Appendix
"1-B" is shown for 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 as long as the maximum
cost as given above is not exceeded.
Appendix "1-C" covers the classification of personnel and a salary rate range for all
personnel to be assigned to this project by the "Engineer" during the Preliminary Report
' Phase.
Invoices shall be submitted to the City for payment on a monthly basis. The City will make
every effort to pay such invoices within 30 days of the 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 Report
' Phase services shall be made upon the "OWNER'S" approval and acceptance with the
satisfactory completion of the "Preliminary Report" Phase for the project.
I
A.2 "Design" Phase Services:
' The Engineer will furnish services under this section, which will be amended upon completion
of the Preliminary Report Phase. The scope of work and cost for this phase have not yet been
developed.
For, and in consideration of, the services to be rendered by the "ENGINEER", the
' "OWNER" shalt 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 % of direct labor costs, plus direct reimbursable expenses associated
with the project, plus a fixed fee which are payable as follows:
1. "Design" phase services, "surveying services"
and preparation of the Ownership Map/Utility Easements
Plan Costs not to exceed:
2. Fixed fee for "Design" services:
3. Engineering contract amount for "Design" phase
services not to exceed:
The basis of this upper limit and justification for the fee is contained in Appendix "A"
' attached hereto. Subject to the City Council's approval, adjustment of the upper limit may
be made should the "ENGINEER" establish and the "OWNER" agree that there has been or
is to be a significant change in scope, complexity or character of the services to be
performed; or if the "OWNER" decides to shorten the duration of work from the time period
specified in the Agreement for completion of work and such modification warrants such
adjustment.
' Appendix "B" covers the classification of personnel and the salary rate for all personnel to
be assigned to this project by the "Engineer."
' Final payment for Design services shall be made upon the "OWNER'S" approval and
tacceptance with the satisfactory completion of the "Design" phase for the project.
B. "Bidding" Phase Services:
' The Engineer will furnish services under this section, which will be amended upon completion
of the Preliminary Report Phase. The scope of work and cost for this phase have not yet been
developed.
For "Bidding" phase services rendered by the "Engineer," the owner shall pay
' the "ENGINEER" on the basis of salary costs for work -time directly connected with
the project, plus payroll additives and general overhead costs of % of direct labor
costs (plus direct reimbursable expenses associated with the project), plus a fixed
I
.' •
•
' fee which are as follows:
1. "Bidding" phase services costs not to exceed:
2. Fixed fee for "Bidding" services:
3. Engineering contract amount for "Bidding"
phase services not to exceed
Final payment for "Bidding" phase services shall be made upon the "OWNER'S" approval
and acceptance with the satisfactory completion of the "Bidding" phase of the project.
Final payment for "Bidding" phase services shall be made upon the "Owner's" approval and
acceptance with satisfactory completion of the "Bidding" phase of the project.
C. "Construction" Phase Services:
The Engineer will furnish services under this section, which will be amended upon completion
of the Preliminary Report Phase. The scope of work and cost for this phase have not yet been
developed.
For "Construction" phase services rendered by the "ENGINEER," the "OWNER" shall pay
' the "ENGINEER" on the basis of salary costs for work -time directly connected with the
project, plus payroll additives and general overhead costs of % of direct labor costs
(plus direct reimbursable expenses associated with the project), plus a fixed fee which are
as follows:
1. "Construction" phase services costs not to exceed:
2. Fixed fee for "Construction" phase services:
' 3. Engineering contract amount for "Construction"
' phase services not to exceed:
(based upon an assumed construction period not to exceed days.)
' The basis for this estimate is appendix C. The "ENGINEER" shall invoice the "OWNER"
monthly for construction phase services, and the final payment for "Construction" phase
services shall be made upon the "OWNER'S" approval and acceptance with the satisfactory
completion of the "Construction" phase of the project.
D. "Geotechnical Investigation" Services:
This section will be amended upon completion of the Preliminary Report Phase. A not to
I
I
I
1J
exceed amount for geotechnical investigative services has been included in the Preliminary
Report Phase of this contract.
For geotechnical investigative services associated with design, the "OWNER" shall pay the
"ENGINEER" on the basis of hourly rates and unit prices set forth in Appendix a fee, not to
exceed $ . The basis of this upper limit and justification for the fee is contained
in Appendix _attached hereto.
IE. "Special" Services:
This section will be amended upon completion of the Preliminary Report Phase.
For "Special" services, such as preparation of detailed easements and/or construction
' staking, the "OWNER" shall pay the "ENGINEER" as follows:
1. For "Easement" preparation services, the "OWNER" shall pay the "ENGINEER" an
' estimated fee of $ with the final negotiated fee for easement preparation
to be determined after the completion of an Ownership Map and Preliminary
Engineering.
2. For "Construction Staking" services, if authorized in writing separately from this
Agreement, the "ENGINEER" shall
' This construction staking is to be performed by the "ENGINEER" one time only, with
additional staking to be the responsibility of the Contractor. For this work, the "OWNER"
shall pay the "ENGINEER" on the basis of actual salary cost for work time directly
connected with construction staking, plus payroll additives and general overhead costs of
of direct labor costs, plus direct reimbursable expenses, plus a fixed fee payable
as follows:
a) "Construction Staking" costs not to exceed:
' b) Fixed fee for "Construction Staking":
' c) Engineering contract amount for "Construction
Staking" services not to exceed:
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
I
i • •
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 and 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 XVH 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 cross sections, estimates,
specifications, 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," 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
t total fee, less prior partial payments, based on the ratio of work done to the total amount of
work to be performed.
U
U
SECTION XVII - MISCELLANEOUS PROVISIONS
Dispute resolution - Any dispute concerning a question of fact in connection with
the work and having a financial value of $10,000, or less, shall be referred for
determination to the Mayor of the City of Fayetteville, whose decisions in the matter
shall be final and conclusive. Disputes resulting from claims greater than $10,000
shall be subject to mediation.
2. Responsibility for Claims and Liability - The "ENGINEER" shall save harmless the
"OWNER" from all claim and liability due to its (the "ENGINEER'S") activities, or
those subcontractors, its agents, or its employees during the time this contract is in
force.
' 3. General Compliance with Laws - The "ENGINEER" shall comply with all federal,
state and local laws and ordinances applicable to the work. The "Engineer" shall be
a professional engineer, licensed in the State of Arkansas.
' 4. Engineers Endorsement - The "ENGINEER" shall endorse and recommend all plans,
specifications, estimates 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.
ISECTION XVIII - 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 XIX - 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.
I
I
10
I
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be duly executed as of
the date and year first herein written.
I
1
1
1
1
1
i
1
1
1
1
1
CITY OF FAYETTEVILLE
ENGINEER
By: GARVER ENGINEERS
Mayor
By:
V Authorized epresentative
ATTEST:
City Clerk A TEST
II
I • •
I
I
APPENDIX 1-A
Garver Engineers
Fayetteville Wastewater Improvements
Preliminary Report Phase
1. Development of Scope Work
The pump stations included in the Preliminary Report Phase of the project are Nos. 13, 14, 15,
16, 17, 18, 19, and 21. The wastewater lines included in the Preliminary Report Phase of the
' project are shown on Exhibit A. The Preliminary Report Phase services also include time spent
and expenses incurred by the Engineer prior to execution of this contract related to scope of work
development and contract preparation for this project.
' 2. Preliminary Design and Property Surveys
I
Garver will accomplish preliminary surveys to ascertain those areas of questionable grade, to
confirm grades for new mains, and to confirm important elevations. Selected pipeline routes will
be examined for the easements needed and the properties affected. Preliminary easement
information will be provided. Special attention will be required for the new alignment of
'
wastewater line proposed for the Cato Springs Road area.
3. Evaluation of Existing Lines and Pump Stations and Future Demands on the System
Pump Station Evaluations
' Garver will examine condition, capacity, and service characteristics of the pump stations. The
odor control needs will be examined and research accomplished for recommendation of odor
' control provisions. Information will be gathered from the City and OMIT. Garver will make every
effort to avoid duplicating the efforts of gathering and/or developing information that has already
been accomplished by others.
Pump Station No. 13
' Pump Station No. 13 is located at 878 South Stonebridge Road near the intersection of Highway
16 and Highway 265 and pumps flow from the Crossover Road area into the 36 -inch force main
to the Paul Noland Treatment Plant. This station is the "can" type, operating at 480 volts, and
experiences problems due to inflow and infiltration during wet weather. Tasks include:
1. Obtain existing information from City concerning design drawings, survey data, easement
' data, pump data, electrical and other utility data, etc.
2. Perform a field inspection of pump station and appurtenances.
' 3. Examine site and station adequacy to handle predicted flows from data provided by RJN.
I
Li
4. Using obtained data and projected flows, perform a cost analysis for rehabilitating pump
station versus new station concept.
' 5. Examine any existing and potential pump station odors by testing of pump station vent gases
and flow into the stations.
' Pump Station No. 14
' Pump Station No. 14 is located at 1820 South Armstrong just south of the Happy Hollow Pump
Station (No. 21) and pumps flow from the industrial park area to Pump Station No. 21. This
station is the "building" type, operating at 230 volts, and currently has no major problems. Tasks
include:
1. Obtain existing information from City concerning design drawings, survey data, pump data,
'electrical and other utility data, etc.
2. Perform a field inspection of pump station and appurtenances.
3. Examine site and station adequacy to handle predicted flows from data provided by RJN.
' 4. Using obtained data and projected flows, perform a cost analysis for rehabilitating pump
station versus new station concept. Evaluate the feasibility of an equalization basin.
' 5. Examine any existing and potential pump station odors by testing of pump station vent gases
and flow into the stations.
6. As part of evaluation for an equalization basin, determine wetlands designated areas from
USGS maps, Soil Surveys, Nationals Wetlands maps, and local contact with Corps of
Engineers. Examine any wetlands permitting requirements and cost impacts of construction
needs in delineated wetlands areas.
Pump Station No. 15
Pump Station No. 15 is located at 203 East 29th Circle on South Mountain. This station is the
' "building" type and operates at 240 volts. This station experiences major problems due to old,
inadequate pumps.
II. Obtain existing information from City concerning design drawings, survey data, easement
data, pump data, electrical and other utility data, etc.
2. Perform a field inspection of pump station and appurtenances.
3. Examine site and station adequacy to handle predicted flows from data provided by KIN.
4. Using obtained data and projected flows, perform a cost analysis for rehabilitating pump
station versus new station concept.
I 2
I
• 0
I
I
I
11
I
I
H
I
I
I
Ti
I
I
LI
5. Examine any existing and potential pump station odors by testing of pump station vent gases
and flow into the stations.
Pump Station No. 16
Pump Station No. 16 is located at 3917 South McCollum Road near the north end of Drake
Field.
This station is the "building" type, operating at 240 volts, and has no major problems.
1. Obtain existing information from City concerning design drawings, survey data, easement
data, pump data, electrical and other utility data, etc.
2. Perform a field inspection of pump station and appurtenances.
3. Examine site and station adequacy to handle predicted flows from data provided by RJN.
4. Using obtained data and projected flows, perform a cost analysis for rehabilitating pump
station versus new station concept.
5. Examine any existing and potential pump station odors by testing of pump station vent gases
and flow into the stations.
Pump Station No. 18
Pump Station No. 18 is located at 202 North Sandy (Greenland) near the south end of Drake
Field and pumps flow from the Greenland area to a gravity line which flows to Pump Station No.
16. This station is the "can" type, operating at 240 volts, and has no major problems. Tasks
include:
1. Obtain existing information from City concerning design drawings, survey data, pump data,
electrical and other utility data, etc.
2. Perform a field inspection of the pump station and appurtenances.
3. Examine site and station adequacy to handle predicted flows from data provided by RJN.
4. Using obtained data and projected flows, perform a cost analysis for rehabilitating pump
station versus new station concept.
I
5. Examine any existing and potential pump station odors by testing of pump station vent gases
and flow into the stations.
I
I
I
OF
•
Pump Station No. 19
IPump Station No. 19 is located at 933 South Mallywagnon Road and pumps flow from the
Highway 16/Lake Sequoyah Drive area to the 36 -inch force main to the Paul Noland Treatment
' Plant. This station is a "can" type, operating at 240 volts, and has no major problems. Tasks
include:
I 1. Obtain existing information from City concerning design drawings, survey data, pump data,
electrical and other utility data, etc.
2. Perform a field inspection of the pump station and appurtenances.
3. Examine site and station adequacy to handle predicted flows from data provided by RJN.
' 4. Using obtained data and projected flows, perform a cost analysis for rehabilitating pump
station versus new station concept.
' 5. Examine any existing and potential pump station odors by testing of pump station vent gases
and flow into the stations.
' Pump Station No. 21 (Happy Hollow Pump Station)
' Pump Station No. 21 is located at 1687 Happy Hollow Road. The pump station currently has
submersible centrifugal pumps in a wet -pit configuration but can also utilize gravity flow during
low flow conditions. This pump station serves the industrial park area as well as the remaining
tpump stations and sewers in the White River drainage basin area and pumps flow in a 36 -inch
line to the Paul Noland Treatment Plant. This station operates at 480 volts and experiences
overflow problems. Tasks include:
1. Obtain existing information from City concerning design drawings, survey data, pump data,
electrical and other utility data, etc.
2. Perform a field inspection of the pump station and appurtenances.
' 3. Examine site and station adequacy to handle predicted flows from data provided by RJN.
4. Using obtained data and projected flows, perform a cost analysis for rehabilitating pump
station versus new station concept. Evaluate the feasibility of providing an equalization
basin.
5. Examine any existing and potential pump station odors by testing of pump station vent gases
and flow into the stations.
6. As part of evaluation for an equalization basin, determine wetlands designated areas from
USGS maps, Soil Surveys, Nationals Wetlands maps, and local contact with Corps of
'
• •
Engineers. Examine any wetlands permitting requirements and cost impacts of construction
needs in delineated wetlands areas.
' Sewer Line Examinations
' Existing sewer lines will be examined for capacity and existing condition. Information will be
gathered from the City and OMI. Industrial Park and West Fork flows will be evaluated.
Proposed improvements will be evaluated based on 20 to 50 -year projections, and
' recommendations will be based on economics/constructability. Sewer line capacities will be
based on flow information provided by RJN. Garver will make every effort to avoid duplicating
the efforts of gathering and/or developing information that has already been accomplished by
others.
' Highway 16/Lake Sequovah Drive Area Sewer Service Line (Line 11
This sewer line flows to Pump Station No. 19 and will be evaluated for replacement. Tasks
include:
I. Obtain information from City concerning design drawings, line profiles, etc.
2. Examination of line route including determination of existing utilities, easements, service
line locations, and accessibility for construction.
3. Examination of line constructability including geotechnical survey of related soils and
terrain.
' 4. Determine line size based on information from RJN for 20 and 50 -year projections.
' 5. Examine any existing and potential odors by testing manhole and air release valve locations
and from flow analysis.
' 6. Determine wetlands designated areas from USGS maps, Soil Surveys, Nationals Wetlands
maps, and local contact with Corps of Engineers. Examine any wetlands permitting
requirements and cost impacts of construction needs in delineated wetlands areas.
Crossover Road Area Sewer Service Line (Line 21
' This sewer line flows to Pump Station No. 13 and will be evaluated for replacement. Tasks
include:
1. Obtain information from City concerning design drawings, line profiles, etc.
2. Examination of line route including determination of existing utilities, easements, service
' line locations, and accessibility for construction.
3. Examination of line constructability including geotechnical survey of related soils and
1
5
terrain.
4. Determine line size based on information from RJN for 20 and 50 -year projections.
5. Examine any existing and potential odors by testing manhole and air release valve locations
and from flow analysis.
6. Determine wetlands designated areas from USGS maps, Soil Surveys, Nationals Wetlands
maps, and local contact with Corps of Engineers. Examine any wetlands permitting
requirements and cost impacts of construction needs in delineated wetlands areas.
Happy Hollow Road Sewer Service Line (Line 3)
This sewer line flows to Pump Station No. 21 and will be evaluated for replacement. Tasks
include:
1. Obtain information from City concerning design drawings, line profiles, etc.
2. Examination of line route including determination of existing utilities, easements, service
line locations, and accessibility for construction.
3. Examination of line constructability including geotechnical survey of related soils and
' terrain.
4. Determine line size based on information from RJN for 20 and 50 -year projections.
5. Examine any existing and potential odors by testing manhole and air release valve locations
and from flow analysis.
6. Determine wetlands designated areas from USGS maps, Soil Surveys, Nationals Wetlands
maps, and local contact with Corps of Engineers. Examine any wetlands permitting
requirements and cost impacts of construction needs in delineated wetlands areas.
21 -Inch and 30 -Inch Parallel Infrastructure Sewer Service Line (Line 4)
These sewer lines flow to Pump Station No. 21 and will be evaluated for replacement. Tasks
include:
1. Obtain information from City concerning design drawings, line profiles, etc.
I
2. Examination of line route including determination of existing utilities, easements, service
line locations, and accessibility for construction.
I
3. Examination of line constructability including geotechnical survey of related soils and
terrain.
I
1 6
S •
I
I
I
I
I
I
I
I
I
I
I
I
n
I
4. Determine line size based on information from RJN for 20 and 50 -year projections.
5. Examine any existing and potential odors by testing manhole and air release valve locations
and from flow analysis.
6. Determine wetlands designated areas from USGS maps, Soil Surveys, Nationals Wetlands
maps, and local contact with Corps of Engineers. Examine any wetlands permitting
requirements and cost impacts of construction needs in delineated wetlands areas.
Infrastructure Sewer Service Line North Through Walker Park up to Dickson Street (Line 5)
This sewer line flows from the downtown area south through Walker Park and will be evaluated
for rehabilitation and/or replacement. Tasks include:
1. Obtain information from City concerning design drawings, line profiles, etc.
2. Evaluate options for replacing and/or rehabilitating the line or portions of the line.
3. Examination of line route including determination of existing utilities, easements, service
line locations, and accessibility for construction. A significant amount of flow will be taken
out of this line when the flow from the North Street Pump Station (No.8) is diverted to the
Illinois River Basin. A new alignment will be considered for portions of this line. Some
portions of this line may be abandoned.
4. Examination of line constructability including geotechnical survey of related soils and
terrain.
5. Determine line size based on information from RJN for 20 and 50 -year projections.
6. Examine any existing and potential odors by testing manhole and air release valve locations
and from flow analysis.
7. Determine wetlands designated areas from USGS maps, Soil Surveys, Nationals Wetlands
maps, and local contact with Corps of Engineers. Examine any wetlands permitting
requirements and cost impacts of construction needs in delineated wetlands areas.
Cato Springs Road Sewer Service Line (Line 6)
This is a new sewer service line to serve the Cato Springs Road area. Tasks include:
II. Obtain information from City concerning service area.
2. Examination of line route alternatives including property acquisition requirements,
t methods/locations for crossing I-540 and the railroad, determination of existing utilities,
easements, service line locations, and accessibility for construction.
I
7
LJ
C
I
I
J
3. Examination of line constructability including geotechnical survey of related soils and
terrain.
4. Determine line size based on information from RJN for 20 and 50 -year projections.
5. Examine any existing and potential odors by testing manhole and air release valve locations
and from flow analysis.
6. Determine wetlands designated areas from USGS maps, Soil Surveys, Nationals Wetlands
maps, and local contact with Corps of Engineers. Examine any wetlands permitting
requirements and cost impacts of construction needs in delineated wetlands areas.
Force Main from Pump Station 21 to the Noland Plant (Line 7)
' This is an existing 36 -inch force main that transports wastewater from the White River Basin
(from Pump Station No. 21) to the Noland Plant. Tasks include:
L!
11
I
H
II
1. Obtain information from City concerning design drawings, line profiles, etc.
2. Evaluate options for replacing and/or supplementing and rehabilitating the line. The City has
determined that the condition of this line is not acceptable if it continues to carry pumped
flow. If this line can be a gravity line after flows are diverted to the West Plant, it may be
permitted to remain in place for a specified time period. If the line needs to carry pumped
flow, one viable option will be to construct a new line parallel to the existing 36 -inch line and
then rehabilitate or replace the existing line after flows can be diverted. The timing of the
improvements will also be evaluated. It may be more cost effective to wait until some of the
flow is diverted to the new West Plant before implementing the improvements to this line.
3. Examination of line route including determination of existing utilities, easements, service
line locations, and accessibility for construction.
4. Examination of line constructability including geotechnical survey of related soils and
terrain.
5. Determine line size based on information from RJN for 20 and 50 -year projections.
6. Examine any existing and potential odors by testing manhole and air release valve locations
and from flow analysis. The City has reported odor control problems from this line.
7. Determine wetlands designated areas from USGS maps, Soil Surveys, Nationals Wetlands
' maps, and local contact with Corps of Engineers. Examine any wetlands permitting
requirements and cost impacts of construction needs in delineated wetlands areas.
I
I
1 8
I
C
I
I
I
H
C
I
Li
I
I
H
I
II
4. Report with Recommendations and Cost Estimates
Garver will prepare a report that will detail the results of the evaluations of the pump stations and
sewer lines and give recommendations for improvements. An extensive effort will be made to
provide reasonable construction cost estimates for the recommended improvements. Technical
memorandums that are developed during the Preliminary Report Phase will be included in the
report.
• Prepare draft report and exhibits of recommended alternatives.
• Submit for City review.
• Prepare and submit 10 copies of Preliminary Design Report.
5. Coordination with RJN, Black & Veatch, and MWY
Garver will work with the other consultants to insure recommendations in the report will
integrate with the other consultants' recommendations.
• Two meetings with RJN concerning updated flow model of area requirements.
• Two meetings with Black & Veatch concerning pumped flows expected to plant and influent
infrastructure needs at plant.
• Two meetings with MWY concerning sludge transport possibility through existing/upgraded
sewers and any other design requirements.
6. Value Eneineering Study
A design team within the Garver organization but not directly associated with this project will
conduct a value engineering study of the recommendations for design. The conclusions of this
study will be presented in our preliminary report.
• Assign review team.
• Accomplish review - prepare report detailing review results.
• Discuss results with City staff for decision to include/exclude recommendations.
• Present conclusions in report.
1 9
7. Coordination Meetings and Presentations
Garver will prepare for and participate in periodic and special meetings.
• Three public meetings.
• One Water and Sewer Committee meeting.
• City staff meetings as required.
• Meetings with ADH and AHTD as required
8. Coordination with West Fork
Garver will coordinate with West Fork for an appropriate tie-in location to the Fayetteville
system. West Fork will be responsible for hiring a consultant to study/design a transmission
system from West Fork. Garver will coordinate with West Fork for the tie-in location, evaluate
the design flows submitted by West Fork, and participate in a coordination meeting with the City
of Fayetteville.
10
r
j
I
L
I
I
I
I
I
I
I
I
I
I
I
U
C
GN
O
N
00
N
R
O
O
N
O
N
YOI
O
O
h
b
O
N
b
F
2
O
b
0
0
J
qo
N
b
O
b
N
N
O
Vi
n04
jo
yV
m
O
N
N
Oryry
IOV
N
YpNpI
O
O
p
N
O
Ifl
C
N,
NI1
Op
O
N
O
O
N
N
ry
O
01
U)
N
a
'--4",
aO
N
N
N
N
VOp
M
N
N
N
N
pO
N
N
g
N
N
N
N
N
M
N
p
N
N
N
N
m
N
N
N
N
y�
N
C)
U
u
o
S
e
m
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
N
t .
b
Q
Q
C
O
r
O
-
-
O
O
r
O
•-
O
-
O
o
C
-I0
L
N
O
O
O
O
O
00000
004000
0t4000
O
O
O
001000
O
N
O
O
O
tp
O
O 1 t
Y
O
000
O
-
0
0
0
O
'
0
0
0
0
0000
0000
0000
0000
N N
Gy
5 1 L
O
000
O
O
O
O
e
O
o
o
O
N
0000
a
0000
a
0000
4
0000
Y
3 c�
w
QL
O
COI
V
N
O
O
O
N
d
O
O
O
N
N
O
O
O
N
O
O
O
ry
O
O
O
N
d
O
O
O
K
N
O
S —
G
O
m
N
O
b
m
b
d
b
m
N
IO
N
4
b
b
N
b
O
b
b
N
b
v
b
m
N
b
a
b
b
N
Ip
b
um2
>r`n5"W
oP
O
000
00000
0
0
0
0
0
0
00000
00000
00000
00000
b .g LL
N a
Q C
2
m K
C a C
W W
XW_JFG.
a K
2
L
e
000
N
b
b
N
ry
O
b
b
N
N
N
1O
1D
N
014
IO
la
N
N
d
0
(ON
ry
O
0
IO
N
Wr
w
C�
M1 Lb
W w
Q ¢ Q < Z
3
Z W 2
b -1w
p &
)O)
W 1
Y Q
O
000
N
d
N
N
N
N
ry
d
N
N
O
N
N
a
N
N
a
N
L
uS
KULUr
u >i
LL
y
a
N
o
t
O
N
N
-
O
�
N
N
�
0-N
N
•
0-0101.-
0-
N
N
�
0-0101w
N �
C e p G
O
N
N
O
O
-
N
-
O
-
N
-
O
-
-
N
-
O
-
-
Cl
-
O
-
-
N
-
O
-
-
N
-
bV R
Q
Q
o
u
3
b
b
0
b
q
q
•
W
U
Y
L
C
C
C
L
U
ii
U
L
Ti
U
C
Ti
U
C
ri
U
C
(-$
C
p
C
N
Y
x
E
a
o
E
v
E
a
o
E
9
E
e
o
E
a
o
a
T
G
q
O
o
g
CY
C S
c
=
a
O
O=
o
q
=
o
8
0
8
0
8
�
0
=
e
3
31a
r
'Cm
9
_
0
9
�ry
0
3
_
3
j
N
J c
c
M
q�
qF
{�p
qF
ryF
{FQ
qp
'`rj
Oi
9
q
bbc
N
O
G
p
N
a
O
q
O
6
R
N
s
O
W
N
U
c
m
G
W
ld
E
y!
E
q
q
Lw`
`Jfrfr
r
c
c
L
x
o
E
g
c
x
a
E
c
n
x
G
E
w
'c
x
o
EN
io
c
x
Z
E
Lq'
c
x
8�
Y
2 LL
q
D
Y1
V
y
N
qq
O
e
q
D
N
q
O
a
RR
o
O
c7tTO
t�
O
S
y
O
O
6
N
w
W q
N
O
N
N
O
N
b
N
4
b
N
I1
O
b
b
0
ry
f]
a
N
-
Cl
n
I
LI
I
H
II
I�
I
LI
LI
I
I
LI
I
C]
A
o'_
N
N
N
o
N
n
N
p
W
v
O08
p
m
N
O
OOOO
o
wow)
-
a
o
e
a
o
N
O
mm
a
s_
g O
'uf
p
g
N
o
N
O
a
N
N
,
M
F
N
0
mI
N
N
000
N
M
N
0
M
00000000000000
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
a
0
ry<
o
0000
00000
O
ry
P
a
ry
o
O
O
P
O
O
O
O
p
0
0
b
a
0000
0
0
0
0
0
b
0
0
00-0000!
m
O
m
m
0
0
0
0
0
0
0
0
0
N
0
m
O
O
O
O
O
w
O
Ow
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
m
m
op
o
P
r
000
h
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
P
N
N
N
N
0
0
N
O
IO
O
10
ov
IN1
N
lOY
m
O
N
P
N
0
0
P
gj
m
0
O
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
C)
P
r
P
o
P
0
ry
O
m
P
N
w
N
n
N
m
0
m
0
m
m
m
m
0
N
N
N
d
N
ym
0
0000
00000
0
0
0
0
0
0
Q000p
fl
N
u
"�
ry
w
'o
a
voi
o
f0
p
N!
r
m
0000
^
N
P
m
Q
O
0 0o2.
Ny
c
N
J
h
r
o
a
C
p
B
c
O
v
c
w
{
E
v
0
9
N
E
g
0
$
rc
yN1
Y
g
c
g
C
c
S
d
w
y
C
'J
m
3
D
<<
Ti
d
c
w
O
ci
E
Q
c
E
C„
L
g
N
w
li
Cc
2
N
rc
c
N
➢
N
ry O
O
w$
O
i
N
m
N
V
m
Z
cc
b
U
c
iyiy`2
t
m
$
:t
V
'S
C
3
o
V
N
<
O
O
c
a
O
-
w
c
w
W
ry
T
cd
c
117
ri
o
c
III
e
N
c
m
Ec
O
vi
5
c
O
iti
br
9
3
r
N
O
G7
w
L°
d
d
_fl
V
N
r
S^
W
n
w
E
c
S
N
t�
w
m
F
.=
a
w
F
ry
c
a
F
ri
m
6
N
Q
r
O
ri
c
IC
e
N
n
O
ry
E
(�
ri
i
a
N
.i
ID
S
o
a
m
C
0
ry
m
^
^
'
N
'
e
N
000000
000000
S
000000
o
000
ON
N
00
N
N
N
N
N
P
N
HI
•
•
I
I
I
L
I
I
I
L
L
L
L
C1
I
Appendix 1-C
Garver Engineers
Hourly Rate Schedule Ranges
Classification
Senior Project Manager
Project Manager
Senior Project Engineer
Project Engineer
Senior Design Engineer
Senior Construction Engineer
Design Engineer/Designer
Environmental Scientist
Geologist
Senior CADD Technician
CADD Technician
Senior Construction Observer
Construction Observer
Project Surveyor
Party Chief
Instrument Man
Rodman
Clerical
February, 2000
Regular
$33.00 -
$43.00
$28.00 -
$34.00
$24.00 -
$34.00
$24.00 -
$28.00
$20.50 -
$25.00
$19.50 -
$22.00
$18.00 -
$23.50
$21.00 -
$23.00
$20.00 -
$22.00
$18.00 -
$24.00
$12.00-$17.50
$19.50 -
$22.00
$15.00-$19.00
$20.75
- $22.50
$12.00-$18.00
$10.00-$18.00
$8.00-$12.00
$10.00-$17.00
In I 1
3 i ill { /••`r" i Wj
r0 e
s atl
D W LL
/i: < .� x/
M
II h
., a
1 ci D M
wmn li
ry L \ CCC
N
Li g;r
Z @� !
.. � � Ir
i � M .mot. O/^"C. ToY miYar'�tl°"
L =- ry 11 1i=
d v (\Q .'
P J .I 0%
TI
U Z
v fC_ d.ZZ
l f .t, .—..t�/\ WJWZJ
./
j
F n o�z
_- J NZW�O
49 p Ral wazw
/+, S
LR]jowe
_bFJ
I fi/
1 _ -.�,'- r, I Li aw 'r�~F: TU ItT s a s q
` =aniZ Tn ^tom Y" 5-` �'-�_•aI� b "'�` _i _I' -`
ujf� 1 -S f .�� \� I+ir` \,: I'I `rir N W
f rum �I i; V'"�— IA r�� �J
ppt - �� i'✓, 5I
...� � ° � • ...... . "� j it r,M,i r � .S ^ .
kl fif' " 1 �L it
TOY YVY6bi/tl I � ��� � tl, �X /�
11 A / y.
f_6 � i
/
I M1
.
Obi ,-1 i^- a
I � L
I
I
I
I
I
I
r
I
I
I
If required the following geotechnical study would be conducted: (a) drill
' sample borings to depths necessary, obtaining undisturbed soil samples and/or
Standard Penetration Values at 2- to 5 -ft intervals or at a change in soil stratum;
(b) perform an adequate laboratory testing program designed after the borings are
1 completed to determine the physical properties and engineering characteristics of
the soils; and, (c) prepare an engineering report with appropriate geotechnical
criteria for preliminary evaluation of the project.
I
a Grubbs, Hosk�, • P.O. Box 1248
Barton & Wyatt, INC. Springdale. Arkansas 72765
CONSULTING 202 Greg Street 72764
ENGINEERS
(501) 756-5999
FAX (501) 756-1749
February 3, 2000
Proposal No. SP00-010 (Revised)
Garver Engineers
3810 Front Street
Fayetteville, Arkansas 72701
Attention: Mr. Brock Hoskins
SUBJECT: PROPOSAL FOR GEOTECHNICAL EXPLORATION
WASTE WATER COLLECTION SYSTEM IMPROVEMENTS
FAYETTEVILLE, ARKANSAS
We are pleased to submit this proposal and cost estimate for performing an
investigation and analysis of the soil conditions for evaluation of proposed waste
water collection system improvements in Fayetteville, Arkansas.
We understand that the proposed waste water collection system
improvements can include renovation of elements of the existing collection system,
new sewer lines, and new pumping stations. The study has the purpose of
evaluating potential work requirements and costs. We understand geotechnical
investigation may or may not be required in this phase of your engineering work.
H
I
I
Charges for the above outlined services will be based on the enclosed
Schedules of Fees. Your attention is called to the General Conditions on Schedule
40.01 (Mar 99). Work performed by GHBW in accordance with this agreement,
will be paid for by Garver to GHBW after Garver has received payment from the
City of Fayetteville for the invoiced amount. Garver will not be penalized for late
payment as stated in the General Conditions until 30 days after Garver receives
payment from the City of Fayetteville. If liability coverage in excess of that shown
in Item 3.3 is desired, please so indicate.
I
Geotechnical and Materials Engineering/Construction Surveillance
GRUBBS, HOSKYN, BARTON & WYATT, INC. February 3, 2000
Proposal No. SP00-010(Revised) Page 2
We suggest a maximum budget of $20,000 be established for potential
geotechnical work on the project. The cost of renting tractors or other equipment
required to gain access to sites will be determined in accordance with Item 7.3 of
Schedule 43.04, attached.
If this proposal is satisfactory to you, please sign one of the enclosed
copies and return it to our office as authorization. We will appreciate the
opportunity to be of service to you on this project.
' Very Truly Yours,
Grubbs, Hoskyn, Barton & Wyatt, Inc.
James R. Pennington, P.E.
Manager of Springdale Office
I
' JRP/kdc
Attachments: Schedule 40.01 (Mar 99)
' Schedule 42.04 (Jan 99)
Schedule 43.04 (Jan 99)
1 Copies Submitted: Garver Engineers (2)
Attn: Mr. Brock Hoskins
2.1O -loon
Date
I
I
J
1l
I1•
I
I
GRUBBS, HOSKYN, BAIAND WYATT, INC. • Schedule 40.01 (Jan 1999)
Page 1 of 3
STANDARD FEES AND GENERAL CONDITIONS FOR
ENGINEERING AND TECHNICAL SERVICES
' .1. Client
Client, as used herein, is the entity who authorized performance of services by Grubbs,
' Hoskyn, Barton and Wyatt, Inc. and accepts responsibility for payment under the conditions
stated herein.
2. Professional Services and Fees
2.1 Analysis, consultation and report preparation. Fees for our professional services
are based on the time of professional, technical and clerical personnel directly.
charged to the project. The fee is computed as 2.4 times salary cost for the
' chargeable time. Salary cost includes base payroll plus 34 percent for employee
benefits, payroll taxes, and payroll insurance. A schedule of hourly rates for
engineering and technical personnel by classification is available upon request.
' 2.2 Reimbursable expenses. Expenses other than salary costs that are directly
attributable to performance of our professional services are billed as follows:
' a) for report reproduction by our graphics department, charges equivalent to
commercial rates for similar commercial service; schedule available upon
' request
b) for transportation in our company automobiles, $0.32 per mile
' c) for in-house computer use, rates established for individual systems;
information furnished upon request
' d) for outside computer service use, direct charges allocated to job times 2.5
' e) for all other expenses, including but not limited to, authorized travel, sample
shipment, subcontracts, consulting fees, long distance communications,
outside reproduction, and mailing expense, cost plus 15 percent
3. General Conditions
3.1. On -site Responsibilities and Risks
a) Right -of -Entry. Unless otherwise agreed, Client will furnish right -of -entry
and obtain permits, as required, for us to perform the field work.
C
Li
GRUBBS, HOSKYN, BAR.I AND WYATT, INC. • Schedule 40.01 (Jan 1999)
Page 2 of 3
b) Damage to Property. We will take reasonable precautions to minimize
damage to land and other property caused by our operations, but we have not
included in our fee the cost of repairing such damage. If Client desires us to
' repair and/or pay for damages, we will undertake the repairs and add the cost
to our fee.
c) Toxic and Hazardous Materials. Client will provide us with all
information within his possession of knowledge as to the potential
' occurrence of toxic or hazardous materials at the site being investigated. If
unanticipated toxic or hazardous materials are encountered, we reserve the
right to demobilize our field operations at Client's expense. Remobilization
will proceed following consultation with our safety coordinator and Client's
'
acceptance of proposed safety measures and fee adjustments.
d) Utilities and Pipelines. While performing our field work, we will take
reasonable precautions to avoid damage to subterranean and subaqueous
structures, pipelines, and utilities. Client agrees to hold Grubbs, Hoskyn,
' Barton and Wyatt, Inc. and its officers, agents, employees, and
subcontractors harmless for any damages to such structures, pipelines, and
utilities which are not called to our attention and correctly shown on the plans
furnished.
3.2 Warranty
' a) Services performed by Grubbs, Hoskyn, Barton and Wyatt, Inc. will be
conducted in a manner consistent with that level of care and skill ordinarily
exercised by members of the profession currently practicing under similar
' conditions. No other warranty, either expressed or implied, is made or
intended by our proposal, contract, or reports.
I
b) Client acknowledges that conditions may vary from those encountered at the•
location where borings, surveys, or explorations are made and that our data,
interpretations and recommendations are based solely on the information
' available to us. We will be responsible for our data, interpretations, and
recommendations, but shall not be responsible for the interpretation by others
' of the information developed.
3.3 Liability
' Our liability to Client for injury or damage to persons or property arising out of work
performed for Client and for which legal liability may be found to rest upon us, other
than for professional errors and omissions, will be limited to our general liability
' coverage. For any damage caused by an error, omission, or other professional
negligence, our liability will be limited to a sum not to exceed $50,000 or our fee less
direct third -party costs, whichever is greater. In the event that Client does not wish
' to limit our professional liability to this sum, we agree to waive this limitation upon
1
1
I1
I_]
I
I
I
I
GRUBBS, HOSKYN, BAR* AND WYATT, INC. • Schedule 40.01 (Jan 1999)
Page 3 of 3
receiving Client's written request, and Client agrees to pay an additional
consideration of 4 percent of our total fee or $500, whichever is greater.
3.4 Invoices and Payment
Invoices will be submitted every four (4) weeks for services rendered. Payment is
due upon presentation of our invoice and is past due thirty (30) day from invoice
date. Client agrees to pay a finance charge of one percent (1%) per month (or the
maximum rate allowable by law, whichever is less), on past due accounts. Any
attorneys' fees or other costs incurred in collecting a delinquent amount shall be paid
by Client.
3.5 Samples
All samples of soil and rock will be discarded thirty (30) days after submission of
our report, unless Client advises us otherwise. Upon request, we will deliver the
samples in accordance with Client's instructions, charges collect, or will store them
for an agreed charge.
' 3.6 Records
All pertinent records relating to services performed hereunder shall be retained for
' two (2) years after completion of the work. Client shall have access to the records at
all reasonable times during said period.
1 4. Related Services
Additional services that are frequently required for support of our professional activities are
normally provided by one of the technical divisions of Grubbs, Hoskyn, Barton and Wyatt,
Inc. Applicable charges are given in one or more schedules of the following series:
4.2 Laboratory Testing Fees
4.3 Field Charges for Foundation Investigations
4.4 Rates for Construction Surveillance and Consultation
I
I
r
L
Li
'GRUBBS, HOSKYN, BARTON A•WYATT, INC. • Schedule 42.04 (Jan. 1999)
Pagel of I
LABORATORY AND FIELD SOIL TESTING FEES (Abbreviated)
Test No. Unit Price
A. CLASSIFICATION AND INDEX TEST
1. Water content and visual classification...............................................................................$ 4.00
2. Plastic and liquid limits........................................................................................................$ 30.00
' 3. Unit dry weight of sample...................................................................................................$ 15.00
4. Specific gravity....................................................................................................................$ 40.00
5. Sieve analysis through No. 200 Sieve.................................................................................$ 30.00
' 6. Percent passing a single sieve..............................................................................................$ 20.00
7. Hydrometer test................................. ....... ............................. ................................ ...............$ 75.00
I
8. Double hydrometer test ...................................
9. Permeability of sand .......................................
10. Permeability of silt or clay ..............................
11. Permeability - Flexwall Tests .........................
12. Electrical resistivity and pH ............................
B. STRENGTH TESTS
.....................................................................$ 100.00
.....................................................................$ 100.00
.....................................................................$ 150.00
..................................................................... $ 275.00
.....................................................................$ 30.00
' 1. Triaxial Compression
1.1. Unconfined compression, soil ...................
1.2. Unconfined compression, rock .................
' 1.3. Unconsolidated-undrained ........................
1.4. Consolidated-undrained ............................
1.5. Consolidated -drained ................................
' 2. Direct Shear
2.1. Unconsolidated-undrained ........................
2 2 Consolidated-undrained
. .
..............................................
... .. ...... .. .. .. ... ...... ..
2.3.
Consolidated-drained..............................................................................
'
3.
Multi -stage
test for triaxial or direct
shear.........................................................
....................................................
....................................................
....................................................
..........................0.........0...............
.............$ 30.00
.............$ 35.00
...........$ 35.00
......On Request
......On Request
...............$ 100.00
...............$ 125.00
...............$ 200.00
.......... Two Times
Test Price
I
C. VOLUME CHANGE TESTS
1. Consolidation, 7 or less loading increments........................................................................$ 200.00
1.1. Additional loading increments, each.......................................................................$ 30.00
'
2. Swell test, swell pressure and percent swell........................................................................$ 125.00
D. EARTHWORK TESTS
Ii. Standard Proctor..................................................................................................................$ 120.00
2. Modified Proctor..................................................................................................................$ 140.00
3. California Bearing Ratio (CBR), including compaction curve and 1 specimen......... .........$ 170.00
I
4. Field density and water content, any method..........................................4...........................$ 20.00
5. Lime modification optimum(LMO)......................................................6.............................$ 260.00
6. Sample preparation: soil mixtures and curing.................................................6...................$ 30.00
' Notes: (1) Visual classification, natural water content, and unit dry weight are included at no charge with
all strength and volume change tests.
' (2) Additional tests not listed can be performed at either a quoted unit price or on an hourly basis. A
comprehensive Laboratory Fee Schedule is available upon request.
GRUBBS, HOSK]'A`, BA1$ A' AND WYATT, INC. Schedule 43.04 (Jan 1999)
Page 1 of 2
I
FIELD CHARGES FOR FOUNDATION INVESTIGATIONS
Mobilization and demobilization of 3 -man drill crew, including
geotechnical technician, and equipment
1.1. Truck rig operation
1.1.1. In -yard mobilization and demobilization... .... .... .............................. .$75 .00
1.1.2. Round-trip travel of rig, water truck, crew
1.1.2.1. With pickup...................................................................... $3.00/mi
1.1.2.2. Without pickup................................................................ $2.75/mi
1.2. Marsh buggy operations (GGH buggies)
1.2.1. In -yard mobilization and demobilization ..........................................$345.00
1.2.2. Transporting buggies with our truck, portal to portal .................... $65.00/hr
1.2.3. Transporting buggies w/contract truck.......................................Cost+ 15%
1.2.4. Permit charges.............................................................................Cost+.15%
1.2.5. Three-man crew and pickup truck .................................................. $2.00/mi
t2. Drilling and Sampling
' 2.1. Soil borings, with 3 -man crew, including geotechnical
technician; 3 -in, thin -walled tube sampler in clay and 2 -in.
split -barrel sampler in sand; 0 to 100 -ft depth; sampling at 2 -ft
' intervals to 10 -ft depth and at 5 -ft intervals below 10 ft
2.1.1. Truck rig........................................................................................... $9.75/ft
2.1.2. Marsh buggy rig.............................................................................. $12.00/ft
3. Set-up charge per boring......... .............. ................................................
4. Travel time associated w/jobs in progress for crew and pickup from
I
Little Rock equipment yard or place of lodging to site and return ................. $75.00/hr
Is. Time spent gaining access to boring locations, moving equipment
between boring locations, and for reasons beyond our control
(except weather)
5.1. Truck rig.................................................................................................. $110.00/hr
5.2. Marsh buggy............................................................................................ $130.00/hr
J
I.
GRUBBS, HOSKYN, BA! 4 AND WYATT, INC. • Schedule 43.04 (Jan. 1999)
Page 2 of 2
6. Special Drilling
6.1. Borings drilled according to specialized specifications or by
time-consuming methods, including drilling in cobbles and
gravel, grouting or sealing boreholes, installing piezometers,
inclinometers, etc.
6.1.1. Truck rig...................................................................................... $130.00/hr
6.1.2. Marsh buggy................................................................................ $140.00/tu
6.2. Drilling using hand portable equipment .................................................. $100.00/hr
6.3. Wash borings, 0-100 ft.................................................................................. $6.00/ft
6.4. Undisturbed samples in wash borings.......................................................$25 .00/ea
6.5. Machine auger borings w/disturbed samples 0-20 ft .................................... $6.00/ft
6.6. Rock Drilling and Coring
6.6.1. Setting casing through overburden, as required ................................ $5.50/ft
6.6.2. Continuous coring, 0-100 ft............................................................$30.00/ft
6.6.3. Wash rotary through rock, 0-100 ft ................................................ $17.50/ft
7. Other Charges
7.1. Per diem expense allowance for exploration crews when
quartered away from base............................................................... $55.00/man-day
7.2. Survey required to establish boring locations and elevations .................Cost + 15%
7.3. Rental of dozers, tractors or other equipment, as required to
gainaccess.............................................................................................Cost + 15%
7.4. Drilling mud in excess of 2 bags per boring and grouting
material for sealing borings....................................................................Cost + 15%
7.5. In -situ measuring devices and material, including piezometers,
pore pressure transducers, inclinometers, backfill sand and
cement, and freight..................................................................... ............Cost+ 15%
7.6. Replacement of coring bits and casing consumed or
lost while rock coring or drilling............................................................Cost + 15%
' 8. Minimum callout charge for truck, rig and crew ................................................$550.00
' Notes: (1) Rates presented here are typical minimum charges and apply to the use of
a 3 -man drill crew, including a driller, helper, and geotechnical technician.
For work of unusual scope or work performed under unusually difficult
t conditions, appropriate adjustments of these rates will be negotiated in
advance.
(2) Prices will be furnished on request for items not covered above.
(3) For general terms and conditions applicable to all services, and for fees
related to professional services, see Schedule 40.01.
I
McV, Inc.
P.O. Box 480
Alexander, AR 72002
PH(501)455-4051 r r,
Fax(501)455-0722
February 1, 2000
Mr. Brock Hoskins
Garver Engineers
3810 Front St., Suite 10
Fayetteville, AR 72703
IRE: Sanitary Sewer Line Cleaning and Video Inspection
Fayetteville, AR
U
Dear Mr. Hoskins:
As per our conversation, we are pleased to quote you the following prices for cleaning and video
' inspection:
5 To 10 Hours work — Mobilization at $800.00 per trip plus $200.00 per hour for the Vac -Con
jet/vac truck or video truck with a 5 hour minimum.
10 To 20 Hours work — Mobilization at $600.00 per trip plus $200.00 per hour for the Vac -Con
jet/vac truck or video truck.
' 20 Plus hours — Mobilization at $500.00 per trip plus $180.00 per hour for the Vac -Con jet/vac
truck or video truck.
' The above prices include all labor, equipment, video tapes, computer generated reports, root
sawing and removal of debris where accessible by vacuum truck. You can generally figure about
I100 linear feet per hour production on a normal 8" line that has light roots and no reversals for
both cleaning and video inspection, where you have good access and your disposal site is not too
far from the line. The city to furnish access, water and disposal area.
' We understand that the amount of work may vary from none to a maximum amount of
$20,000.00 and that all work under this agreement will be directed in writing by Garver
Engineers. Work performed by McV, Inc. in accordance with this agreement will be paid to McV
after Garver has been paid by the City of Fayetteville for the invoiced amount.
If we can be of further assistance in this matter, you can contact me at 501-455-4051.
I
H
I
Approved by:
Date: Z ((o - ZWO
L
FAYETTEVI?LE i
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
February 29, 2000
To: Fayetteville City Council
From: Don Bunn, Assistant Public Works Director
Thru: Charles Venable, Public Works Director
Mayor Fred Hanna
Subject: Contract for Preliminary Engineering Services
Sewer Lines and Pump Station Improvements, White River Basin
Garver Engineers, Fayetteville
The City began the procedure of engineer selection in the late spring of 1999. The
attachment to this memorandum outlines the selection process beginning in late May and
ending in December of 1999.
The Selection Committee made the following engineer selections:
1) McGoodwin, Williams, and Yates of Fayetteville - Design services related to the
new treatment plant on the west side of Fayetteville.
2) Black and Veatch
of
Kansas City,
Missouri
-
Design services related to the
improvements at the
existing Noland
Treatment
Plant on the east side.
3)
RJN
and Associates
of
Dallas, Texas
and
McClelland
Engineers of Fayetteville -
Design
services related
to
the sewage collection system.
4) Garver Engineers of Fayetteville - Design services related to the sewage
collection system.
The Council, at its February 1 regular meeting, approved an engineering contract with RJN
of Dallas, Texas for work associated with the development of design flows and sewer line
and pump station improvements in the Illinois River Basin. The amount of the contract was
a not to exceed figure of $638,267.00.
Attached for your review and approval is an engineering contract with Garver Engineers of
Fayetteville for services related to improvements to sewer lines and pump stations in the
White River Watershed. 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. A cost and detailed scope of work is
given for the preparation of the Preliminary Design Report only. The cost and detailed
scope of work for the other two elements will be negotiated after completion of the
Preliminary Design Report.
Scope of Work: The scope of work generally involves the planning of improvements to
the sewer lines and pump stations within the White River Watershed. An outline of the
scope of work is given below, the detailed scope of work is given in Appendix 1-A of the
proposed contract.
1. Preliminary Design and Property Surveys - This involves the identification of
properties and development of preliminary easement information, preliminary routing
of new sewer lines, identification of areas of questionable grades, and odor control
studies.
2. Evaluation of Existing Sewer Lines and Pump Stations - This includes the
assessment of sewer lines and pump stations as it relates to existing and projected
flows. This includes the examination of 7 major pump stations and 7 sewer
interceptors.
3. Coordination with Other Engineers
4. Value Engineering Study - this involves an independent engineering review of
the study.
5.
Public
Involvement
- Coordination with the City and with the City's engineers on
the
public
involvement
phase of the work.
6. Coordination with the City of West Fork
engineers to determine an appropriate tie-in
accept wastewater from West Fork.
7. Preparation of the Final Design Report
- Working with West Fork and their
location should a decision be made to
Item No. 6 relates to the possibility that the City of West Fork will ask Fayetteville to accept
wastewater from West Fork for treatment at some point in the future (after Fayetteville's
project has been completed). West Fork has an existing plant, however, it will need to be
upgraded and expanded in the relatively near future and they want to consider all
alternatives open to them. The acceptance of wastewater from West Fork would be
consistent with Fayetteville providing "regional" treatment to the area.
0
Cost of Services: The proposed not -to -exceed contract price is $ 391,532.00. A
breakdown of the price is:
1. Salary Expense $ 119,750.00
2. Overhead Costs (150%) 179,625.00
3. Fixed Fee, 15% 44,907.00
4. Expenses (includes subcontracts) 47,250.00
5. Total Cost (Not to Exceed) $ 391,532.00
The total cost given above will not be exceeded without a change order being approved
which also amends the scope of work. Any additional costs for this portion of the work will
be computed on the same basis as the prices given above. It should be pointed out that
the costs given for each of the line items of work is an estimate only and that funds can be
shifted between the various work items as long as the total cost does not go beyond the
not -to -exceed figure given in the contract.
Staff Recommendation: The Staff believes the proposed contract price is reasonable
and represents fair compensation in exchange for the work proposed to be furnished.
Therefore, it is the recommendation of the Staff that the Council approve the proposed
contract with Garver Engineers in the not -to -exceed amount of $391,532.00.
FA ETTE V' . •
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
February 29, 2000
To: Fayetteville City Council
From: Don Bunn, Assistant Public Works Director
Thru: Charles Venable, Public Works Director
Mayor Fred Hanna
Subject: Contract for Preliminary Engineering Services
Sewer Lines and Pump Station Improvements, White River Basin
Garver Engineers, Fayetteville
The City began the procedure of engineer selection in the late spring of 1999. The
attachment to this memorandum outlines the selection process beginning in late May and
ending in December of 1999.
The Selection Committee made the following engineer selections:
1) McGoodwin, Williams, and Yates of Fayetteville - Design services related to the
new treatment plant on the west side of Fayetteville.
2)
Black
and Veatch
of
Kansas City,
Missouri
-
Design services related to the
improvements at the
existing Noland
Treatment
Plant on the east side.
3)
RJN
and Associates
of
Dallas. Texas and McClelland
Engineers of
Fayetteville -
Design
services related
to
the sewage collection system.
4) Garver Engineers of Fayetteville - Design services related to the sewage
collection system.
The Council, at its February 1 regular meeting, approved an engineering contract with RJN
of Dallas, Texas for work associated with the development of design flows and sewer line
and pump station improvements in the Illinois River Basin. The amount of the contract was
a not to exceed figure of $638,267.00.
Attached for your review and approval is an engineering contract with Garver Engineers of
Fayetteville for services related to improvements to sewer lines and pump stations in the
White River Watershed. 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. A cost and detailed scope of work is
given for the preparation of the Preliminary Design Report only. The cost and detailed
scope of work for the other two elements will be negotiated after completion of the
Preliminary Design Report.
Scope of Work: The scope of work generally involves the planning of improvements to
the sewer lines and pump stations within the White River Watershed. An outline of the
scope of work is given below, the detailed scope of work is given in Appendix 1-A of the
proposed contract.
1. Preliminary Design and Property Surveys - This involves the identification of
properties and development of preliminary easement information, preliminary routing
of new sewer lines, identification of areas of questionable grades, and odor control
studies.
2. Evaluation of Existing Sewer Lines and Pump Stations - This includes the
assessment of sewer lines and pump stations as it relates to existing and projected
flows. This includes the examination of 7 major pump stations and 7 sewer
interceptors.
3. Coordination with Other Engineers
4. Value Engineering Study - this involves an independent engineering review of
the study.
5.
Public
Involvement
- Coordination with the City and with the City's engineers on
the
public
involvement
phase of the work.
6. Coordination with the City of West Fork - Working with West Fork and their
engineers to determine an appropriate tie-in location should a decision be made to
accept wastewater from West Fork,
7. Preparation of the Final Design Report
Item No. 6 relates to the possibility that the City of West Fork will ask Fayetteville to accept
wastewater from West Fork for treatment at some point in the future (after Fayetteville's
project has been completed). West Fork has an existing plant, however, it will need to be
upgraded and expanded in the relatively near future and they want to consider all
alternatives open to them. The acceptance of wastewater from West Fork would be
consistent with Fayetteville providing "regional" treatment to the area.
0
•
Cost of Services: The proposed not -to -exceed contract price is $ 391,532.00. A
breakdown of the price is:
1. Salary Expense $ 119,750.00
2. Overhead Costs (150%) 179,625.00
3. Fixed Fee, 15% 44,907.00
4. Expenses (includes subcontracts) 47,250.00
5. Total Cost (Not to Exceed) $ 391,532.00
The total cost given above will not be exceeded without a change order being approved
which also amends the scope of work. Any additional costs for this portion of the work will
be computed on the same basis as the prices given above. It should be pointed out that
the costs given for each of the line items of work is an estimate only and that funds can be
shifted between the various work items as long as the total cost does not go beyond the
not -to -exceed figure given in the contract.
Staff Recommendation: The Staff believes the proposed contract price is reasonable
and represents fair compensation in exchange for the work proposed to be furnished.
Therefore, it is the recommendation of the Staff that the Council approve the proposed
contract with Garver Engineers in the not -to -exceed amount of $391,532.00.
AGENDA REQUEST FORM
Council Meeting of March 21 ,2000
FROM Don Bunn Public Works Admin
Name Division
Public Works
Department
ACTION REQUIRED A resolution approving the contract with Garver Engineers
for engineering services in connection with sewer collection system
improvements within the White River Basin in the amount of $391,532.00
COST TO CITY
$ 391,532.00
Cost of this Request
5400 5700 5314 00
Account Number
98047-10
Project Number
$ 1,926,111.00
Category/Project Budget
1,077,591.00
Funds Used to Date
$ 848,520.00
Funds Remaining
XX Budgeted Item
Collection Sys. Impv'ts
White River Watershed
Category/Project Name
Program Name
Water and Sewer
Fund Category
Budget Adj. Attached
Date Admin Services Director Date
Date
3-/o-zv€'e
Date
3-I#- 0o
Date
ADA Coordinator
Internal Auditor
Date
Date
STAFF RECOMMENDATION It is the recommendation of the Staff that the Council
approve the contract with Garver Engineers for engineering services in
connection with the sewage collection system, White River Watershed.
03-03-00
Date Cross Reference
3- -od
Date New Item: Yes No
9d Prev Ord/Res #
Date
OO Orig. Contract #
Date Orig. Contract Date
Page 2
Description (C)
wT P- 6t4AUPA t.u5,aec# ≤ Meeting Date 3- 21 —ZoW
Coaents:
Budget Coordinator
Accounting Manager
City Attorney
Purchasing officer
ADA Coordinator
Internal Auditor
0
V
AGENDA REQUEST FORM
Council Meeting of March 21 ,2000
FROM Don Bunn Public Works Admin Public Works
Name Division Department
ACTION REQUIRED A resolution approving the contract with Garver Engineers
for engineering services in connection with sewer collection system
improvements within the White River Basin in the amount of $391,532.00
COST TO CITY
$ 391,532.00
Cost of this Request
5400 5700 5314 00
Account Number
98047-10
Project Number
$ 1,926,111.00
Category/Project Budget
1,057,591.00
Funds Used to Date
$ 868,520.00
Funds Remaining
Impvts to Noland Waste -
Water Treatment Plant
Category/Project Name
Program Name
Water and Sewer
Fund Category
BUDGET/CONTRACT REVIEW
XX
Budgeted Item
Budget
Adj.
Attached
Date
Admin Services
Budget Coordinator
Director
Date
Accounting Manager
Date
ADA Coordinator
Date
City Attorney
Date
Internal Auditor
Date
Purchasing Officer Date
STAFF RECOMMENDATION It is the recommendation of the Staff that the Council
approve the contract with Garver Engineers for engineering services in
Conn tion with the sewage collection system, White River Watershed.
03-03-00
Asst Public Works Director Date Cross Reference
Department Director Date New Item: Yes No
Admin Services Director
Date
Prev Ord/Res #
Orig. Contract #
Mayor Date Orig. Contract Date
FAYETTEVItLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDE
To: Don Bunn, Assistant Public Works Director
From: Heather Woodruff, City Clerk
Date: March 27, 2000
r -.
Attached is a copy of the resolution approving the contract with Garver Engineers. I am also
returning two originals for you to distribute. Your purchase requisition has been forwarded the
Yolanda Fields. The original will be microfilmed and filed with the City Clerk.
cc: Yolanda Fields, Internal Auditor
e
RESOLUTION NO. 38-00
A RESOLUTION APPROVING AN AGREEMENT WITH
GARVER ENGINEERS IN THE AMOUNT OF $391,532, FOR
ENGINEERING SERVICES IN CONNECTION WITH SEWER
COLLECTION SYSTEM IMPROVEMENTS WITHIN THE
WHITE RIVER BASIN.
IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section That the City Council hereby approves an agreement with Garver Engineers
in the amount of $391,532, for engineering services in connection with sewer collection system
improvements within the White River Basin. A copy of the agreement is attached hereto marked
Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 21" day of March , 2000.
APPROVED•
By: ,✓u�
Fed Hanna, Mayor
ATTEST:
By: �
Heather Woodruff, City Clc,5 r1f