Loading...
HomeMy WebLinkAbout39-00 RESOLUTION• RESOLUTION NO. 39-00 MICROFILMED A RESOLUTION APPROVING AN AGREEMENT WITH MCGOODWIN, WIT LIAMS AND YATES, IN THE AMOUNT OF $955,302, FOR ENGINEERING SERVICES IN CONNECTION WITH THE NEW WEST SIDE WASTEWATER TREATMENT PLANT; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby approves an agreement with McGoodwin, Williams and Yates, in the amount of $955,302, for engineering services in connection with the new west side wastewater treatment plan. A copy of the agreement is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The City Council hereby approves a budget adjustment increasing Professional Services, Acct. No. 5400 5700 5314 00, Project No. 98047 10 in the amount of $498,314 by decreasing Contract Services, Acct. No. 5400 5700 5315 00, Project No. 99033 1 in the amount of $135,000; Sewer Improvements, Acct. No. 5400 5700 5815 00, Project No. 96012 40 in the amount of $267,314; and Use of Fund Balance, Acct. No. 5400 0940 4999 99 in the amount of $96,000. A copy of the budget adjustment is attached marked Exhibit "B" and made apart hereof PASSED AND APPROVED this 2151 day of March , 2000. APPROVED: a /J, F ed Hanna, Mayor ATTEST: By: %! 4.,.ejte Heather Woodruff, City Cl By: NAME OF FILE: • • Ls, ‘29-00/p// - 4GY ior�, /dZALr, Ins VA-7E5/111EO) wasT i0E57-e 2,)$T � 7404E4 1 N,9.OT CROSS REFERENCE: Date Contents of File Initials 3zl oo ,Qcs 39 -on gxyrg rT 'A" (4 ssmE,) T) 1Xisi-r Si T ;*" ( gib (-6:--7- 4bTa6 r�EIOT) 229-0o yiik'vo Tm /4. C�7y l'ALoUerk. Moen�rle)A! RuAJAl 7 -N -En C,4ARips i/gAUAALE 7- MAIDS !MAMA 3-2/-0o h&E,u-IsA Q&gzi s -r ka2r 3-0-0o »'ane) To Jo4 Rua fid?DYn ,JEA7l1C' IA70cihMaAP /'ES 39- 00 MICROFILMED AGREEMENT FOR ENGINEERING SERVICES FOR PRELIMINARY AND FINAL DESIGN, CONSTRUCTION MANAGEMENT SERVICES, AND RELATED ENGINEERING SERVICES WEST SIDE WASTEWATER TREATMENT PLANT FAYETTEVILLE, ARKANSAS Between City of Fayetteville, Arkansas and McGoodwin, Williams and Yates, Inc. Consulting Engineers Fayetteville, Arkansas • • CITY OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES WEST SIDE WASTEWATER TREATMENT FACILITY STATE OF ARKANSAS COUNTY OF WASHINGTON �/ This Agreement entered into and executed this 2� day of /3243 C,/ 2000, by and between the City of Fayetteville acting by and through its Mayor, hereinafter called the "Owner," and McGoodwm, Williams and Yates, Inc., with offices located in Fayetteville, Arkansas, hereinafter called the "Engineer." WITNESSETH THAT: WHEREAS, the Owner is planning to construct improvements to the wastewater collection and treatment system to provide for current and fixture needs of the Owner; and WHEREAS, the Owner has had engineering studies conducted which set forth, in general terms, the work needed; and . WHEREAS, the Owner has selected four engineering firms to provide the required services to design and provide construction management services, as follows: • New West Side Treatment Facility • West Side Collection System Improvements • Paul Noland Treatment Plant Improvements • East Side Collection System Improvements The Engineer RJN Black & Veatch Garver Engineers; 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 necessary studies, plans and contract documents for the project on schedule; and WHEREAS, Owner desires to enter into a contract with the Engineer to provide the necessary engineering services through preliminary design, final design, and construction of facilities for the West Side Wastewater Treatment Facility; 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: Fy-296 - 1 of 11 • 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. SECTION II DESCRIPTION OF THE PROJECT The project shall consist of construction of a new West Side Wastewater Treatment Plant to serve the Illinois River Basin. The capacity of the treatment facility along with other pertinent features of the project will be determined dunng the preliminary engineering study and design. It is anticipated that the capacity of the plant will be in the range of 8-12 million gallons per day (average daily flow) with provisions for expansion as needed. SECTION III. INFORMATION & SERVICES TO BE PROVIDED BY OWNER In connection with the project, the Owner's responsibilities shall include, but not be limited to, the following: A. Giving thorough consideration to all documents presented by the Engineer and informing the Engineer of all decisions within a reasonable time so as not to delay the work of the Engineer. B. Making provision for the employees of the Engineer to enter public and private lands as required for the Engineer to perform necessary surveys and investigations. C. Furnishing the Engineer such plans and records of construction and operation of existing facilities, or copies of same, beanng on the proposed work as may be in the possession of the Owner. The Owner will furnish any specifications, standards and other information which may relate to the project including GPS survey data Existing aerial mapping data developed by the Owner will be provided on magnetic media at no charge to the Engineer. D. Giving prompt written notice to the Engineer whenever the Owner observes or otherwise becomes aware of any defect in the project or other events which may substantially alter the Engineer's performance under this Agreement. SECTION IV. SERVICES TO BE FURNISHED BY THE ENGINEER DURING DESIGN PHASE The Design phase of the project will be performed in two separate steps, as follows: A. Study, Preliminary Design and Report. A preliminary engineering design study will be completed to determine the wastewater treatment facilities required to provide for current and future design -year needs. A final report including the Engineer's opinion of probable cost will be prepared and presented to the Owner. A detailed Fy-296 - 2 of 11 e 1 scope of work for this step is included in Attachment 1. Ten (10) copies of the Final Design Report shall be furnished to the Owner. The Engineer will establish a scope of any geotechnical investigations, special surveys, or testing which, in his opinion, may be required for design, and arrange for the conduct of such investigations and tests. The Engineer shall be responsible for evaluating this and other data necessary for the design of the project. ' It is understood and agreed that the Engineer will coordinate with RJN (designer of the West Side collection facilities) so that the facilities designed will be compatible with the new West Side Wastewater Treatment Plant. 1 The Owner intends to have Black & Veatch (designer of the Paul Noland Treatment Plant upgrade) evaluate the feasibility of processing the biosolids from both plants utilizing a certain technology. Accordingly, the Engineer will coordinate with Black & Veatch concerning possible joint solids handling. B. Detailed Design and Preparation of Construction Plans and Specifications. The Engineer will provide the following services: ' 1. Perform field surveys required for final design of the project. Surveys shall be tied to the Owner's horizontal and vertical control network. Prepare final design of the project. 3. Prepare detailed construction specifications and drawings. 1 4. Prepare an opinion of probable cost of the authorized construction. It is understood and agreed that this opinion will be prepared for planning and budgeting purposes only, and that actual bids received for the construction work may exceed the opinion of probable cost. ' 5. Establish a scope of any geotechnical investigations, special surveys, or testing which, in his opinion, may be required for design, and arrange for the conduct of such investigations and tests. The Engineer shall be responsible for evaluating this and other data necessary for the design of the project. 6. Provide surveying, mapping, and related services required to prepare right- of-way/easement documents for the Owner's use in acquisition activities. It is understood and agreed that the Engineer shall have no liability for defects in ' the services attributable to Engineer's reliance upon or use of information, data, design criteria, drawings, specifications, or other information furnished by Owner or third parties retained by Owner. 1 Fy-296 - 3 of 11 41 SECTION V. COORDINATION WITH OWNER The Engineer shall hold conferences throughout the design of the project with representatives of the Owner with the intent 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. office 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 SECTION VII CONCEPT AND PRELIMINARY SUBMISSION The Engineer shall submit the following documents to the Owner for review: A. Ten (10) copies of the preliminary engmeermg design report. B. Two (2) copies of preliminary drawings. SECTION VIII. FINAL SUBMISSION The final submission for the construction contract shall consist of the following: A. One (1) copy of the non-proprietary process design calculations. 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 Owner's AutoCad software. An opinion of probable cost of construction and an estimate of time m calendar days required for completion of the contract. SECTION IX. ENGINEER RESPONSIBILITY DURING BIDDING AND CONSTRUCTION PHASES During the Bidding and Construction phases of the project, the Engineer shall provide services as follows: A. Bidding and Preconstruction Services. The Engineer will prepare and distribute advertisements for bids, communicate with bidders as required, provide technical interpretation of the plans and specifications, prepare addenda as required, attend the bid openmg, tabulate bids, provide an engineering analysis of the bids received, make recommendations concerning award of construction contract(s) and assist in Fy-296 - 4 of 11 1 • • 1 the preparation of contract documents. Bid tabulations and supporting documents will be prepared and submitted to the Owner. 1 B. Construction Services 1 1. Attend a preconstruction conference scheduled by Owner. 2. Issue a Notice to Proceed to the contractor. 1 1 1 1 1 1 3. Furnish professional engineers to make visits to the site (as distinguished from the services of a Resident Project Representative) as appropriate to observe the progress and quality of the executed work and to determine in general if the work is proceeding in accordance with the contract documents. In performing these services, the Engineer shall have no control over nor responsibility for the contractor's means, methods, sequence, techniques or procedures in performing the work, or for safety programs in connection with the work. These are solely the responsibilities of the contractor, who is also responsible for complying with all health and safety precautions as required by any regulatory agencies. 4. Furnish the services of Resident Project Representatives and other field personnel for on -the -site observation of construction. The authonty and duties of such Resident Project Representatives are limited to examining the material furnished and observing the work done and to reporting their findings to the Engineer. The duties, responsibilities, and limitations of authority of Resident Project Representatives are further defined in Attachment 2 to this Agreement. The Engineer will use the usual degree of care and prudent judgment in the selection of competent Project Representatives, and the Engineer will use diligence to see that the Project Representatives are on the job to perforin their required duties. 5. Perform the required construction control surveys. This will consist of the estabhshment of horizontal control points for locating the work, with a suitable number of benchmarks for site elevation references. 6. Consult with and advise the Owner; issue all instructions to the contractor requested by the Owner; and prepare routine change orders as required. 7. Review samples, catalog data, schedules, shop drawings, laboratory, shop and mill tests of material and equipment and other data which the contractor submits. This review is for the benefit of the Owner to ensure general conformance with the design concept of the project and general compliance by the contractor with the information given in the contract documents. It does not relieve the contractor of any responsibility such as dimensions to be confirmed and correlated at the job site, appropriate safety measures to protect workers and the public, or the necessity to construct a complete and workable facility in accordance with the contract documents. 1 1 1 Fy-296 - 5 of 11 • 8. Prepare and verify monthly and final estimates for payments to the contractor and furnish to the Owner any necessary contractor certifications as to payments to subcontractors and suppliers; assemble written guarantees which are required by the contract documents. 9. Attend, in company with the Owner's representative, a final inspection of the project. This inspection will be for conformance with the design concept of the project and compliance with the contract documents. 10. Furnish to the Owner a reproducible copy of the record drawings for the project. Provided the Owner executes a release of liability regarding the use of the digital data, the Engineer shall also furnish AutoCad electronic digital drawings files for the project. 11. Prepare an operation and maintenance manual for the facilities. SECTION X. SUBCONTRACTING Subcontracting by the Engineer of any of the services provided herein shall require prior approval by the Owner, provided, however, that it is understood and agreed that the Engineer shall receive professional assistance for portions of the work from Boyle Engineering; Webster Environmental Associates; ECO, Inc.; Hanifin Associates; and Grubbs, Hoskyn, Barton & Wyatt, Inc., and that no further approval for these firms is required. SECTION XI TIME OF BEGINNING AND COMPLETION The Engineer shall begin work under this Agreement within ten (10) days of notice to proceed. It is anticipated that the time required to complete the preliminary studies, design and preparation of preliminary design report will be approximately eight months and is contingent on timely receipt of data from the Owner and other parties necessary to develop design parameters. SECTION XII FEES AND PAYMENTS In consideration of the performance of the foregoing services, the Owner shall compensate the Engineer as follows: A. For engineering services set out under Section IV.A, payment shall be based on cost for actual time required to perform the work by the employees. Compensation shall be based on actual salary cost for the person doing the work plus overhead at 1.55 times the actual salary cost, plus a fixed fee in the amount of $88,105, plus reimbursable expenses associated with the project. A range of salary costs for the various classifications of employees is included in Attachment 3. The Engineer agrees to keep an accurate record of the hours of the personnel working on the project. The Estimate of Salary Costs for the Engineer is shown on Attachment 4. Fy-296 - 6 of 11 ' • 411 B. For engineering and technical subconsultants identified under Section X, payment shall be based on actual time required to perform the work by the employees for Boyle Engineenng, Webster Environmental Associates, and ECO, Inc. Compensation for the aforementioned engineering and technical consultants shall be based on an hourly rate by the various employees as set out in the subcontract between the Subconsultant and Engineer as approved by the Owner. The estimate of engineering costs for Boyle Engineering is $99,985, and for Webster Environmental Associates is $83,820 as set out in Attachment 4. The estimate of costs for ECO, Inc. is $17,086 as set out in Attachment 5a. The costs for subcontracts for geotechnical services, laboratory testing and photogranunetry will be based on the fee schedules set out in subcontracts with the Engineer as approved by the Owner. The estimates of cost for these services are $58,150. The basis of this estimate is set out in Attachment 5b. C. For professional services for public involvement, the Engineer will enter into a subcontract with Hanifin Associates as approved by the Owner. For services provided by Hanifin Associates, Inc., the payment shall be based on an agreed billing cost by employee classification as set out in the subcontract with the Engineer. The estimate of costs for services provided by Hanifin Associates, Inc. is $98,252. The basis for this estimate is set out in Attachment 5c. D. Reimbursable expenses for which the Engineer will be reimbursed shall include: 1) travel expenses when traveling outside of Northwest Arkansas in connection with the project; 2) rental expenses for special equipment needed for completion of the work; 3) purchase of matenal; and 4) other expenses directly attributable to the project. The cost for reimbursable expenses under this section is estimated to be $41,635. The basis of this estimate is included in Attachment 6. Reimbursable expenses shall be billed at cost. 1 1 1 The estimated total compensation for the services set out under Section IV.A is $955,302, includmg the fixed fee of $88,105 and reimbursable expenses of $41,635. The basis of this cost estimate is shown in Attachment 6. This fee will not be exceeded without prior authorization from the Owner. Subject to the Owner's approval, adjustment of this upper limit may be made should the Engineer and Owner agree that there has been a significant change in scope, character or complexity of the services to be performed. It is understood and agreed that the fee and cost ceiling does not cover unforeseen contingencies such as litigation or other events not normally anticipated. Further, should the Owner decide to fund the project utilizing State Revolving Loan funds, the additional cost associated with this funding method is not included. The breakdown of costs between the various work tasks as given in Attachment 4 is a convenience and is not intended to set a maximum cost for any of the work tasks. 1 Costs may be transferred from one work task to another so long as the maximum cost as given above is not exceeded. 1 Fy-296 - 7 of 11 • • Billing shall be submitted monthly and shall include all costs accrued plus a pro rata share of the fixed fee based on an estimate of the percentage of work completed. The Owner will make every effort to approve and pay such invoices within 30 days of the date of the invoice. E The method and amount of compensation for the work performed under Section IV.B and Section IX.A and B above will be negotiated after completion of the work set out under Section 1V.A and a determination made as to the facilities to be 1 constructed. SECTION XIII. CHANGES The Owner may at any time, by wntten order, make changes within the general scope of the contract in the work and services to be performed. If any such change causes an increase or decrease in the cost of, or the time required for, performance of this contract, an equitable increase or decrease shall be made in the upper limit contract amount, including fee or time of required performance, or both, and the contract shall be modified in writing accordingly Changes, modifications or amendments in scope, 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, cost or fees. Any claim by the Engineer for adjustment under this clause must be asserted within thirty (30) days from the date of receipt by the Engineer of the notification of change; provided, however, that the Owner, if it decides that the facts justify such action, may receive and act upon any such claim assessed at any time prior to the date of final payment under this contract. Failure to agree to any adjustment shall be cause for a dispute concerning a question of fact within the meaning of the clause of this contract entitled SECTION XVI - MISCELLANEOUS PROVISIONS, (1) Dispute Resolution. However, nothing in this clause shall excuse the Engineer from proceeding with the contract as changed. ' SECTION XIV. OWNERSHIP OF DOCUMENTS Engineering documents, drawings, and specifications prepared by Engineer as part of the services shall become the property of Owner when Engineer has been compensated for all services rendered, provided, however, that Engineer shall have the unrestricted right to their use. Engineer shall, however, retain its rights in its standard drawing details, specifications, databases, computer software, and other proprietary property. Rights to intellectual property developed, utilized, or modified in the performance of the services shall remain the property of Engineer. 1 Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. Engineer makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation ' of electronic medium over time, in the event of a conflict between the sealed onginal drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. Fy-296 - 8 of 11 • 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 canceled 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 tum 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 and for reasonable termination expenses. SECTION XVI. MISCELLANEOUS PROVISIONS A. Dispute Resolution In an effort to resolve any conflicts that arise during the design or construction of the Project or following the completion of the Project, the Owner and the Engineer agree that all disputes between them arising out of or relating to this Agreement or the Project shall be submitted to nonbinding mediation unless the parties mutually agree otherwise. The Owner and the Engineer further agree to include a sinular mediation provision in all agreements with independent contractors and consultants retained for the Project and to require all independent contractors and consultants also to include a similar mediation provision in all agreements with their subcontractors, subconsultants, suppliers or fabricators, thereby providing for mediation as the primary method for dispute resolution between the parties to all those agreements. B. Responsibility for Claims and Liability. The Engineer shall save harmless the 1 Owner from all claim and liability due to its (the Engineer's) negligent activities, or those subcontractors, its agents, or its employees during the time this contract is in force. In the event such liability, claims, actions, causes of action or demands are caused by the joint or concurrent negligence of more than one party, such liability shall be borne by each party in proportion to their own fault. C. General Compliance with Laws. The Engineer shall endeavor to comply with federal, state and local laws and ordinances applicable to the work. The Engineer shall be a professional engineer, licensed in the State of Arkansas. 1 Fy-296 - 9 of 11 j • • ' D. Engineer's Endorsement. The Engineer shall endorse and recommend all plans, ' specifications, estimates and engineering data fuushed by it. All designs and quantities shall be checked in accordance with accepted engineering practices. NO OTHER WARRANTY, EXPRESS OR IMPLIED, IS INCLUDED IN THIS I AGREEMENT OR IN ANY DRAWING, SPECIFICATION, REPORT, OR OPINION PRODUCED PURSUANT TO THIS AGREEMENT. E Opinions of Cost and Schedule. The Engineer has no control over the cost of labor, materials, or equipment famished by others, or over the resources provided by others to meet project schedules. Therefore, the Engineer's opinion of probable I costs and of project schedules shall be made on the basis of experience and qualifications as a professional engineer. Engineer does not guarantee that proposals, bids, or actual project costs will not vary from Engineer's cost estimates Ior that actual schedules will not vary from Engineer's projected schedules. F. Waiver of Subrogation. The parties waive any and all rights against each other, I including their rights of subrogation, for damages covered by property insurance during and after the completion of the services. If the services extend to the construction phase of this project, a similar provision shall be included in all .I construction contracts, subcontracts and supply agreements entered into by the Owner and shall protect the Owner and Engineer to the same extent. I G. No Consequential Damages. To the fullest extent permitted by law, neither party shall be liable to the other for any special, indirect, consequential, punitive or exemplary damages resulting from the performance or non-performance of this I Agreement notwithstanding the fault, tort (including negligence), strict liability or other basis of legal liabihty of the party so released or whose liability is so limited and shall extend to the officers, directors, employees, licensors, agents, subcontractors, vendors and related entities of such party. SECTION XVII. 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 I Owner nor the Engineer shall assign, sublet or transfer its interest in this Agreement without written consent of the other, except that it may be assigned without such consent to the successor or either party, or to a related entity, an affiliate or wholly owned subsidiary of either party. I 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 XVIII COVENANT AGAINST CONTINGENT FEES The Engineer warrants that it has not employed or retained by company or person, other 1 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 1 Fy-296 - 10 of 11 1 • 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 tlus contract. For breach or violation of this warranty, the Owner shall have the right to annul this contract without liability. SECTION XIX INSURANCE The Engineer agrees to maintain standard insurance policies through the life of this Agreement, including Workers' Compensation in accordance with the statutory requirements of the State of Arkansas, comprehensive general hability, automobile liability, and professional liability with a limit of $1,000,000. SECTION XX. STANDARD OF CARE Services provided by the Engineer under this Agreement will be performed in a manner consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances. SECTION XXI LIST OF ATTACHMENTS The following attachments are hereby made a part of this contract: Attachment 1 - Attachment 2 - Attachment 3 - Attachment 4 - Attachment 5a - Attachment 5b - Attachment 5c - Attachment 6 - Detailed Scope of Work Resident Project Representative Duties, Responsibilities, Limitations MWY 2000 Salary Cost Ranges Estimate of Engineering Costs ECO Estimated Cost Laboratory, Photogrammetry, and Geotechnical Services Costs Hanifin Associates Cost Estimate Reimbursable Expenses Cost Estimate 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, ARKANSAS McGOODWIN, WILLIAMS AND YATES, INC. By: Fre tatfrkte �ayor B ATTEST: ATTEST: Bather Inman Woodruff, Ci erk es C. Ulmer, Vice resident Fy-296 - 11 of 11 j • West Side Wastewater Treatment Plant Attachment 1 Fayetteville, Arkansas MWY Job No. Fy-296 SCOPE OF WORK 1. DEVELOPMENT OF SCOPE OF WORK 2. CONTRACT DEVELOPMENT 3. PRELIMINARY ENGINEERING DESIGN A. Project Coordination 1 1. Coordination with City -Monthly meetings and as needed 2. Coordination with consultants a. Black and Veatch - as needed for sludge issues b. RN/McClelland - as needed for flow issues 1 c. Garver Engineers - as needed 3. Coordination with NPDES permitting - Preparation of final flow schematic and other items necessary for permitting. B. Determine West Side WWTPDesign Parameters 1. Define WWTP Influent flow hydrographs to be developed by RJN from existing or new flow data 2. Determine future flows - 20 year design horizon 3. Develop wastewater sampling and testing program within the existing collection system to determine projected influent loadings to the new West Side (BOD, TSS, TKN, NH3-N, TP, etc.) 4. Determine the amount and type of flow equalization to be constructed 5. Establish effluent design parameters for preliminary design (with City's concurrence) C. Wastewater Treatment Plant Site Related Items 1. Assemble available mapping from City for preliminary design 2. Conduct preliminary topographic wastewater treatment plant site survey 3. Determine 100 Year Flood elevations and floodway width based upon COE studies 4. Determine 100 Year Flood elevations due to altered site 5. Acquire aerial photography for detailed design 6. Determine site improvements (roads, drainage, etc.) 7. Determine conditions of site related regulatory permitting and prepare application documents D. West Side WWTP Liquid Stream Process Selection and Unit Sizing 1. Develop Liquid Stream Alternatives to be screened (maximum of 4 alternatives for detailed cost analysis) 2. Site visits 3. Unit sizing and configuration a. Influent pumping, screens and flow measurement b. Grit and scum removal units c. Flow equalization facilities d. Biological treatment processes 1. Alternative 1 - 3 Stage BNR 2. Alternative 2 - 5 Stage BNR 3. Alternative 3 - Bio N removal + chemical precipitation 4. Alternative 4 - Other as determined by engineer & City e. Final Clarifiers f. Filtration g. Disinfection h. Pumps and pumping facilities 4. Electrical Requirements and power supply 5. Instrumentation - Remote operation of facilities 6. Process equipment selection - A maximum of 3 manufacturers 7. Ancillary buildings and laboratory 8. Provide opinion of probable Capital Cost and 0 & M for the four alternatives 9. Provide listing of advantages and disadvantages for each alternative (monetary and non -monetary) 1 1 1 1 1 1 1 Fy-296 - Attachment 1 Scope of Work Page 1 of 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 H. Odor Control Strategy • • 10. Rank, evaluate and recommend selected alternatives 11. Issue Technical Memorandum No. 1- Recommendations regarding liquid stream processes and unit sizing. E Wed Side WWTP Effluent Line 1. Evaluate WWTP effluent line size and route (maximum of three alternative routes) 2. Address technical issues with respect to Arkansas Law regarding any facilities required outside city limits 3. Provide preliminary Plan and Profile for selected route 4. Address future line(s) requirements 5. Evaluate and recommend pipe material 6. Recommend easement widths 7. Determine conditions of site related regulatory permitting and prepare application documents 8. Provide detailed Opinion of Probable Cost for effluent line 9. Rank, evaluate and recommend selected alternative (monetary and non -monetary) 10. Issue Technical Memorandum No. 2 recommendation regarding WWTP effluent line F. Biosolids Stabilization and Disposal Options - West Side WWTP 1. Develop biosolids disposal options based upon West Side WWTP as a "stand alone" facility 2. Develop cost estimates for biosolids stabilization strategies a. Class A sludge options (three maximum) b. Class B sludge options (three maximum) 3. Develop Detailed Cost Estimates for four biosolids disposal options a. Option 1 - Land Application b. Option 2 - Transport to Remote Sites c. Option 3 - Regional Concept d. Option 4 - Other - to be defined during study 4. Site visits to review alternative processes and disposal options 5. Process Equipment Selections - A maximum of three manufacturers 6. Ancillary buildings 7. Pumps and pumping facilities 8. Electrical and Instrumentation 9. Prepare estimates of probable capital cost and 0 and M costs 10. Rank, evaluate and recommend selected alternatives (monetary and non -monetary) 11. Issue Technical Memorandum No. 3 recommendation regarding WWTP effluent line biosolids stabilization and disposal based upon the West Side WWTP as a "stand alone facility" G. Biosolids Disposal Options - Wed Side WWTP and Paul Noland WWTP 1. Develop Joint Biosolids Strategy with B & V and develop detailed Cost Estimates for a maximum of three biosolids preparation options at the West Side WWTP. 2. Evaluate a maximum of four transport scenarios from West Side WWTP to the Paul Noland WWTP 3. Site visits to review alternate disposal options 4. Process equipment selections - A maximum of three manufacturers 5. Ancillary buildings 6. Pumps and pumping facilities 7. Electrical and instrumentation 8. Prepare estimates of probable capital cost and 0 and M costs 9. Rank, evaluate and recommend selected alternatives (monetary and non -monetary) 10. Meet with State Regulatory Agencies 11. Issue Technical Memorandum No. 4 - Jointly with Black and Veatch rank, evaluate, and recommend sludge disposal alternative for the West Side WWTP and Paul Noland WWTP 1. Define Odor Control Design Strategy 1 2. West Side WWTP Liquid Stream Odor Control Measures - Develop technical description of odor control measures and cost estimates for a maximum of four liquid stream treatment alternatives a. Screening of alternatives b. Examine tank and channel cover alternatives 1 c. Provide unit sizes and configurations for each of the four liquid stream alternatives 1 Fy-296 - Attachment 1 Scope of Work Page 2 of 3 • • 1 1 1 1 1 i 1 1 1 1 1 d. Process equipment selection (a maximum of three manufactures) e. Opinion of probable costs and probable 0 & M Costs for each of the four liquid stream alternatives f. List possible odor concerns for the system 3. West Side WWTP biosolids disposal alternatives — Develop technical description of odor control measures and cost estimates for a maximum of four biosolids disposal alternatives a. Screening of alternatives b. Examine tank and channel cover alternatives c. Provide unit sizes and configurations for each of the four biosolids disposal alternatives d. Process equipment selection (a maximum of three manufacturers) e. Opinion of probable costs and probable 0 & M costs for each of the four biosolids disposal alternatives f. List possible odor concerns for the system 4. West Side WWTP and Paul Noland WWTP — Biosolids Disposal Alternatives — Develop odor control strategy Joint biosolids disposal options with Black & Veatch and develop a detailed cost estimate for a maximum of three biosolids preparation options at the West Side WWTP. a. Screening of alternatives b. Examine tank and channel cover alternatives c. Provide unit sizes and configurations for each of the four biosolids preparation alternatives d. Process equipment selection (a maximum of three manufacturers) e. Opinion of probable costs and probable 0 & M Costs for each of the four biosolids preparation alternatives f. List possible odor concerns for the system 5. Line work and lift stations - Provide input and recommendations and coordinate with RJN odor control mitigation measures to insure compatibility with West Side WWTP 6. Site visits to review alternative processes and equipment 7. Ancillary buildings L Develop Draft Recommended Plan for West Side WWTP Incorporating All Recommendations Accepted by the City 1. Prepare site layout for facilities to be initially constructed 2. Prepare site layout and conceptual plan for future expansion 3. Develop WWTP flow schematic 4. Develop WWTP hydraulic profile 5. Determine WWTP architecture 6. Develop conceptual drawings and renderings 7. Coordinate landscape plan with City staff 8. Prepare estimate of probable cost for the recommended West Side WWTP and outfall line 9. Prepare draft engineering report 1 4. PUBLIC INVOLVEMENT A. Develop methodology with Hanifin - Bonner and present draft plan for the WWTP facilities to public 1. Meeting 1 with public 2. Meeting 2 with public 3. Meeting 3 with public B. Receive comments C. Revise plan, if necessary D. Coordinate Final Engineering Report with City and other engineering firms E. Prepare Final Engineering Report of facilities to be constructed at the West Side WWTP 5. SUBMIT FINAL ENGINEERING REPORT A. Submit Final Engineering Report to City B. Submit Final Engineering Report to State and Federal Agencies 1 C. Submit recommended/approved plan to the Planning Commission D. Response to State and Federal Agencies 1 1 Fy-296 - Attachment 1 Scope of Work Page 3 of 3 • • 1 Attachment 2 Duties, Responsibilities and Limitations of Authority of Resident Protect Representative 1 I. General The Resident Project Representative (RPR) is the ENGINEER's agent at the site and will act as directed by and under the supervision of the ENGINEER. The RPR will confer with the ENGINEER regarding its actions. The RPR's dealings in matters pertaining to the on- site work shall, in general be with the ENGINEER and the Contractor, keeping the OWNER advised as necessary. The RPR's dealings with subcontractors shall only be I through or with the full knowledge and approval of the Contractor. The RPR shall generally communicate with the OWNER with the knowledge of and under the direction of the ENGINEER. III. Duties and Responsibilities of the RPR A. Schedules. Review the progress schedule, schedule of Shop Drawing submittals 1 and schedule of values prepared by the Contractor and consult with the ENGINEER conceming acceptability. B. Conferences and Meetings. Attend meetings with the Contractor and OWNER, t, such as preconstruction conferences, progress meetings, job conferences and other project -related meetings, and prepare and circulate copies of minutes thereof. 1 C. Liaison. 1. Serve as the ENGINEER's liaison with the Contractor, working principally through the Contractor's superintendent and assist in understanding the intent of the Contract Documents; and assist the ENGINEER in serving as the OWNER's liaison with the Contractor when the Contractor's operations affect the OWNER's on-site operations. 2. Assist in obtaining from the OWNER additional details or information, when required for proper execution of the Work D. Shop Drawings and Samples. 1. Record date of receipt of Shop Drawings and Samples. 2. Receive Samples which are fumished at the site by the Contractor, and notify the ENGINEER of availability of Samples for examination. 3. Advise the ENGINEER and the Contractor of the commencement of any Work requiring a Shop Drawing or sample if the submittal has not been approved by the ENGINEER. Fy-296 -Attachment 2 111 RPR Duties Page 1 of 4 1 • • 1 E Review of Work, Reiection of Defective Work, Inspections and Tests. 1. Conduct on-site observation of the Work in progress to assist the 1 ENGINEER in determining if the Work is in general proceeding in accordance with the Contract Documents 11 2. Report to the ENGINEER whenever the RPR believes than any Work will not produce a completed Project that conforms generally to the Contract Documents or will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated in the Contract 1' Documents or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise the ENGINEER of Work that the RPR believes should be corrected or rejected or I should be uncovered for observation, or requires special testing, inspection or approval. 3. Verify that tests, equipment and systems startups and operating and 1 maintenance training are conducted in the presence of appropriate personnel, and that the Contractor maintains adequate records thereof; and observe, record and report to the ENGINEER appropriate details relative to 1 the test procedures and startups. 4. Accompany the OWNER and visiting inspectors representing public or other I agencies having jurisdiction over the Project, record the results of these inspections and report to the ENGINEER. F. Interpretation of Contract Documents Report to the ENGINEER when clarifications 1 and interpretations of the Contract Documents are needed and transmit to CONTRACTOR clarifications and interpretations as issued by the ENGINEER. 1 G Modifications. Consider and evaluate the Contractor's suggestions for modifications in Drawings or Specifications and report with the RPR's recommendations to the ENGINEER. Transmit to the Contractor in writing 1decisions as issued by the ENGINEER. • H. Records. 1 1. Maintain at the job site orderly files for correspondence, reports of job conferences, Shop Drawings and Samples, reproductions of original Contract Documents including all Work Change Directives, Addenda, I Change Orders, Field Orders, additional Drawings issued subsequent to the execution of the Contract, The ENGINEER's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing Submittals received from and delivered to the Contractor and other Project 1 related documents. 2. Daily inspection reports: a. Date, project number, contractor, and inspection time. b. Weather conditions. 1 Fy-296 -Attachment 2 RPR Duties Page 2 of 4 1 • c. Work performed by the Contractor. d. Deficiencies and corrective measures taken. e. Significant delays and their causes. f. Material and equipment deliveries to the site. g. Disputes. h. Instructions received or given. Description of any accidents. �. Details of extra work done by the Contractor outside the scope of the Contract Documents. k. Visitors. Record of the number of men and types of equipment used that day. m. Tests done and the results. 3. Record names, addresses and telephone numbers of all the Contractors, subcontractors and major suppliers of materials and equipment. Reports 1. Furnish to the ENGINEER periodic reports as required of progress of the Work and of the Contractor's compliance with the progress schedule and schedule of Shop Drawings and Sample submittals. 2. Consult with the ENGINEER in advance of scheduled major tests, inspections or start of important phases of the Work. 3. Draft proposed Change Orders and Work Change Directives, obtaining backup material from the Contractor, and recommend to the ENGINEER Change Orders, Work Change Directives, and Field Orders. 4. Report immediately to the ENGINEER and the OWNER the occurrence of any accident. J. Payment Requests. Review Applications for Payment with the Contractor for Compliance with the established procedure for their submission and forward with recommendations to the ENGINEER, noticing particularly the relationship of the payment requested to the schedule of values, Work completed and materials and equipment delivered at the site but not incorporated in the Work. K. Certificates, Maintenance and Operation Manuals. During the course of the Work, verify that certificates, maintenance and operation manuals and other data required to be assembled and fumished by the Contractor are applicable to the items Fy-296 -Attachment 2 RPR Duties Page 3 of 4 • • I I I I Il Li I U 141 I I PJ 1I I actually installed and in accordance with the Contract Documents, and have this material delivered to the ENGINEER for review and forwarding to the OWNER prior to the final payment for the Work. L. Completion. 1. Before the ENGINEER issues a Certificate of Substantial Completion, submit to the Contractor a list of observed items requiring completion or correction. 2. Conduct final inspection in the company of the ENGINEER, the OWNER and the Contractor and prepare a final list of items to be completed or corrected. 3. Observe that all items on final list have been completed or corrected and make recommendations to the ENGINEER concerning acceptance. Ill. Limitations of Authority (except upon written instruction of the ENGINEER). The Resident Project Representative: A. shall not authorize any deviation from the Contract Documents or substitution of materials or equipment, unless authorized by the ENGINEER. B. shall not exceed limitations of the ENGINEER's authority as set forth in the Agreement or the Contract Documents. C. shall not undertake any of the responsibilities of the Contractor, subcontractors or the Contractor's superintendent D. shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. E. shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. F. shall not accept Shop Drawing or Sample submittals from anyone other than the Contractor. G. shall not authorize the OWNER to occupy the Project in whole or in part H. shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by the ENGINEER. Fy-296 -Attachment 2 RPR Duties Page 4 of 4 I 0 ATTACHMENT3 MWY 2000 SALARY RANGES Classification Minimum Maximum ENGR-6 41.00 45.00 ENGR-5 35.00 39.00 ENGR-4 30.00 33.00 ENGR-3 26.00 29.00 ENGR-2 21.50 25.00 ENGR-1 16.00 18.00 ARCH -2 25.00 28.00 ARCH -1 22.00 25.00 TECH -5 23.00 25.50 TECH -4 19.50 24.00 TECH -3 15.00 18.00 TECH -2 11.00 15.00 TECH -1 6.00 8.00 ADMIN 18.00 20.00 CLER-2 19.00 21.00 CLER-1 10.00 14.00 Fy-296 - Attachment 3 MWY 2000 Salary Ranges Pagel of 1 IC N �t 0) n m 0 -n corn pp m n -'3 a N a O 0 w DV N- p as O m m J OI N A W N + -100,a W N+$$ N A W N -b a W N+ y pm m p Cf6y$ Nm�iR3m iii O :1Z]mm'QQ UIkfHfl �' S } Nm .G m O' D m yr�5�,] m +FEv m°' 305 '� O JpC 1 O r W ^m]o g m0 ol!��yy m994 30 ,m o o a''pp mO..n3 . 6 mmN m 1 m 3 0 a rt B m v m m m d Z 6 6� a d m e ((//�� 3 0 0 o A ] O N -•• N N] N ; A m O m ] e. 3 mry 11yy m y a m O �. R n ryO 30 m l m m O Z Ii. ' � F 'p < m d n o m m Q Q Im_n m G N a Z � E. D a m m A A m< m� 6a m e v 3 A o y fan ° 1gg ' p N m P N N ' N n B 6 NLF _JCo s m Q mQ O A + y O O 1 N g m N N N_$ U O 2 m 1� Y'• O ml Q N ] Z X 1 r" � n pi m x n ' m AHit � N a � E.o @@ yy�C 2� yl: S m R'b-° m � Q a4 A n y N � °' 6�. J � m pm@( Em.� HI!Pm � {JD y� m N n y 15j GC NCN A m m Opj ry o� J N_ JiN 3 nmn y N N o ro m m nIpiTO_Um - hVWflH k4 J � p d 90 � N n < m � ] � n l Ip p m � 3 C I. O N A � m z G) Ma W A m U NJ A 00 a m N m 000' m N P P MM P A A A 01 OI m A A A OI OI A N 2 C) A g a N __ __ Z L) A— W W W W W N N W m MO) MM + m O N A m A O A O J O ➢ y m A W+ W N W N W+ N A a m N A A N A Ma N P N m P m MO) N A N a N N a m m m m N m 2 C) L W O w m P m m z Cr le a A N 00 a A N O m p m m O N + N N A A O A O m m m N N N N M0'00 m m ma m N W m m m F m m z - ] b A F m = a 0 fl m ° _ N ] 9 d m w N "0 O m m O I m mm N y O 0) 0)0 m MM A A a m m m n m N n m u O a m m n I 000 N a N m m x m m N a 2 n m S m m N A N a O r m m MW A N -SN --N W m W�O�ua� IJ J m U W wW W m W W NaWWA P OOmmJ J mmOW mm10OOIa A J N O N J+ P N P U1 J JSN m W1OW OINmOmNmmN (J pom�OOOO p� m O N 0 ki O O N N a m O NOmOmmaNJOPa m N m A a A m m GD+F EEE4i: a____.�. _ 0 ] eqN �q p q N b 1O O J O - p m q N p OO OA1 OO C C Y O Pp OO O 0 0 0 g 0 g 0 g O O O O p O __ 9 1_ + 00 m N m N+ m m A m m + m + m a 0 m N a m N + + + N N N N N N m p N a m m 0I m m m+ a A m A a A A m � w b p O < sam n o c m p N i b ] A NJ NJ N + a N+ a A+ a➢ P a N N + + O m « W W w + W N a s N N Uy N + W W 0 m m N N i 1- P y ( A P m a W N N W W W W P a P 0, m A A a N m N O m p N N N OI 0 a 0 N+> 000000000 0 P 0 0 0 0 0 0 00 0 m a 1 3 n -i m m m oz 2 P C) m m m z p C) N N 0 x 0 m m (A to -'0 &O 10 0 JON P (O N + m a + O 10 W J OI N a CO N + m O 000 J OI N A W N +< () n Op m m y, J O T d AT N T mOo N N o' J O J O O 'Oo N m in O O A'Od 0 O AmD G n V D m S O< mm u R O '� N m N m m m 0 a N m m O N m m 1p m N e c? d J O m 5.� ' m n a O 5. 0 -. Q S d m m m g m F m Y v d m 5 m m E% J 0 a m m 3 )c o d v m m N tl of 3 q O N m p y O m m ^ p N N N N 3O O O O O N N N N O O d O N O ^ y m m N d N N m m N N N m m a m 6 O m m m m J Q m 6 tl m N O m NNN m J p y1 J J J J O OI D O O O J J p O J m m O a cc 1 C O p N r O- O u J N m p T^ a w N+ m m Z m J J m J , m py O n S m N O �tl o.m N m .a °9810 03p JH p3 y3W uoi �'v3 Nay Nm -.J ¢¢mm 9='^O m JO vm0 ro x n r Q m3P;i!i 2.JIP o mm mo:ri;u o n o o ' n ¢m o o a ^ lit e a 9 rE O j m Q o H �. p m m 0. N ,mJ. r ri".apq m o $ LJ; Bp N I. S -. J n JD m t i^. N Jnb aN a O m J m s N m a ei 9 N ^>1 �j 2 e. O m 2 p V ry �.m F j. J N mp J N d m J p q m m p n O O _y N a N 0 Q 9 n p w m m pp C 3iWQON X1 mamR H Nm m ne "10 o� 01 m m ae. Y! 5 m o d J o e. m n m F N 0 m m dr O O T .K n m m tl O O � o ₹ m d m z 0 A 0000 w W m N 00 00 m a a a a fJ m Of a OI a m a a m 00 m m z W O N m z 0 N N+ -to W N N+ 0 a N + N N N N W N N N N OI 0 a a a0 OI O A P O a OI O W a Ol O A a O a N O O O O am w N Oa a a a 0 A m z x CO 3 2 n G)Gln CO P+ a co a ++++++ COD to a+N + N a Tm J N 0 00 to O 0 N 0 0 0 O) 00 to O 0 N 0 N N N N u00 0 a 0 0 o N A 0 0 a 0 N m 2 _ ' � Io F A _ v 0 D 3 � n m o x s > > N b D A m 0 u mm m m m W mm m W m a y m C-) 0 a CO O 0 0 O 0 0 0 0 A A 0 a O 0 w m m n I 0 N y m 0 I m + O Z O m a A N N C-) r m m m .. m c + +N ++++ P N + +N +++N+.++ WA N + + + r W $J3 t0 0 O O p t0 o O 41 + 1p O O O 0 41 O O W W W w A J > J O J A 0 a O J to N) O (T O o O W N O a N O+ N N N N A00 UI 10 001 O A 0 J J N 01 0_ -Co O W 01 w 0 N O O _N N w O 010 0+ 0 0 0 0 a o a 0 O N N O N J+ aPap100a O J + �I 0aOwOVI 0OW to (J + O 00 N N ON) P 0 O N 0 O a N N 0 a 0 O N 0 O 0 O O O O to N) N N 000 0000100+w N 0 D r F ma a 0 0 0 N S N m S J m ' m Se W J p + + N m -. J S _ O 0 N n C W O O r a NO o m. m W a m^ O N N > m 00 O O O p O O 00 O OO OO O OON 0 a N too a a N AN ac N N a N T N J N 0 p a 0 0 a 0A 0 Aa 0 m --____ W -- ____ m D Am I'o C 'e m __-__-__ N N O O O O O N U 0 O N N O 0 01 00 0 O 0 0 OI J 0 p O P 0 O 0 O a O O O 0 Ol 00 0 N O) 00 N0 00 N o 0 0 0 0 0 0 O 0 0 O O 0 O 0 0 O O 00 0 O O 00 Oo 00 O 0 N M CO C or N (ac. O- a a n u N m o n pl >0 a (O m V m N W N+ A O V a U a W N C) <m n A A n v m O C E m J 9 0 O 0 m-� 0 0 0 'D 'D R< O mflBj!;!t5fl @ £n O m n n v m< O r m n n p m o m m n n m o rmonmQqgm s nm ro eo mo m m m m' mm m_ H Q b`d R mN nN Ll'. mn p 4� v "� b n. G. m8 S^ m m ^m �" o J- b £.N a m n " " iT° U y �' g m" .% 6 m n �_ Z_ �" m & m p ^� n ws O R m J O n n N a m " Cy O 5 .� m 3 4 O Q $ 15p ^p e m O + J J A P1 J O N^ am` 1' R < b R N i 9 m pI f<D N O m N O 04 -'R c -A"8� ry 9 as omffi� a3 dm n9 9 om mm¢�� G O m 3 m P pp11 N " m ^ 'o� Iii 'O 6^ rto ifFflj rtr m m ^ m m N N m Z O a N N + N o A a a N a W N N N N N N N N N 0] 1010 010 N 0) W 01 0 W____ ___ ___ N m z O 101010-' a v Nam 0 to-' m a m a 00 a n m a m m m a W m z O W mm n A L) m 0 m 0) O) W N 0) 10 0) + 10 N a m a N N O 0) a a a O W m ° ' n b DA 3 n m n e o Co W N 0) a O N a N n b y b m Z H m C) O I V1 a OI m P a. W s a H m 0 m 0 N a m a ++ ma a o Z W -{ C-) 2 N ti nl o a a a a a to n r m m m a o 3° N + W + + a + W + + N + + -'-5 o O In OI 00 N+ 10000)0) O O V N p�0) J J W Oa O P N P d O °I N N A+ W N+ W lD g -at, to O O Co O `� V W m N N OI U N N O N OI N N V 10 O V W N N W W 10 (T CG U'0) 10 V a W N N J000arj O°) to -J W -D) 0 / °) ma A N N o f OI o O aa°i PA Na • a hi a O0)NO01AN NO -- Z D + o + W + N + + 1000 N 0 OI P N N OI + N (D a+ N O) 10>0) a N N O) a N N N N W N a N N ow OI a m M' JO -a N + N a of + m A OI r W a too N an + 0± OI + N N O 0) OI A In < 6 0) a P a to m N d1 ow Cl, 1 1 O j "PN _ m m O N NN P+ N+ +I- N+ PN +N N++ aN+ +N m J - O l0 C N n 0 W + + + W + N 4 + Q Q P N O O a0 N N b+ + Of N + + N oa 8a S+ pNp� mpN N+ mqto-. Ca N 14 - 0 p+ 1 W m 0110 o G s c 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O o O o O O O pp O O O 0 O 0 O O O O bb p O p O 0 0 000 O O O O O S 000 O 0o 00000 000 0 0 000 0) a a 0) 0 N N + N N - T N m O m a N P N N 0 m W n a o S. a m n o ° °= m m m pNi C 0 n o + o m -___ N -IL a W 0 a_p)Ol N p0 O O) N 0' 0) 0)O 0 m O O 0 0 — Li A �� i m m m m IM m m m m m m w m m m Ana 0N+ 0 N 9 •000 n 0 C GgN ill O D 3 n n n o o m m m0 0' 3 n m lti D 2.38. DO O m^la 0-' O OCOp Z Q� Q r r J B Z 73 I^M¢= o}Sz ti�O MTti D m 22 �' a = v'O Tm i/1 mz O N P NNp0 m~ m0 ^ 3 a m n D n m & �i ac Oily $25 Nti0 x °<m a M I C> y p T $ 0 m G S f O m 3 m 0 N p o O To J y6i in Lt a J C O < N 0 N tp a LQ "0m 3o a m ma 0 m J 0 ➢ T 'm o v Q. 0 0 S a 0' M d ?�?-i N Oa d T N T z N W w a N OI OI J+ N N J + W W N w O N O) O O N O O a O mw W MM m OI m z o a O N a N O m z a hi a W Ip NON W N N OI a a W a N A OI N O N N O O N a N AC' N N a a m z + J w N N N f. w m a m z ^ 0 N W N N N N OI N Q, a OI N w p N N a N N O O� N N a Of N N N N O Z J b + zw a a a a a ca a N m a a m O m S -i m O a W a 2 N N O N N -I m m a o a o a m o 0 a A ti m o a o a o S o m OI 0 w N m O A m 0, a hi m m O A m m A a Z C) r m hi m A a A N a a N N N O r m N N a 0+ J 0 a O A 0 N N N N N 0 w N N m + + hi -Ca.-' N w- a W W N N O N J N N+ J O + N 0 W O 0)0'O N A N O app N L a U 00 0 O N a S S N W 0 OI a wO W J O a P A N+ "Mm 0 0 N (.1 0 N 0 N 01 O N 00 N O N z a hi a C a oav mNNm m NO m m < c m o C.) hi w N° Oi N N J N Ill a a No a a < 6 N O _ _r - _l_a W. J..IO M.-CMOf�TNa W N N m m, J m J ml w w N a N w O Ol + W W + N W n N 0 w 00 P+ 0 0 o N N fl a 000 O POOP O O 0 O O O O a 000 0000 0 S S 0 0 L N N J' 0 + W+ N P 0 0 J N N N 0 a O W W a 0 N m W N (T+wP OI JN N N N N N O N N a N D m ITIW P a a 0 0 )4m O W N O p O J = 2 j m N m 0 N + a CO 0 N 0 J J O a N N p N 0 v N + + N N Iwo O o 10 a W A J+ 0 + • CO O m i [T S 00 N N o IPO T 0 [Nll S S SSSS S a 0 0 77 (AA 0 m m m y za ;2 z m m A z C C 0 y 01 fJ AGREEMENT FOR ENGINEERING SERVICES FOR • PRELIMINARY AND FINAL DESIGN, CONSTRUCTION MANAGEMENT SERVICES, AND RELATED ENGINEERING SERVICES WEST SIDE WASTEWATER TREATMENT PLANT FAYETTEVILLE, ARKANSAS Between City of Fayetteville, Arkansas and McGoodwin, Williams and Yates, Inc. Consulting Engineers Fayetteville, Arkansas ' CITY OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES WEST SIDE WASTEWATER TREATMENT FACILITY 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 McGoodwin, Williams and Yates, Inc., with offices located in Fayetteville, Arkansas, hereinafter called the "Engineer." ' WITNESSETH THAT: WHEREAS, the Owner is planning to construct improvements to the wastewater collection ' and treatment system to provide for current and future needs of the Owner; and WHEREAS, the Owner has had engineering. studies conducted which set forth, in general ' terms, the work needed; and WHEREAS, the Owner has selected four engineering firms to provide the required services to design and provide construction management services, as follows: • New West Side Treatment Facility ---------------------- The Engineer • West Side Collection System Improvements ------------ RJN • Paul Noland Treatment Plant Improvements -------------- Black & Veatch • East Side Collection System Improvements ---------------- Garver Engineers; 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 necessary studies, plans and contract ' documents for the project on schedule; and WHEREAS, Owner desires to enter into a contract with the Engineer to provide the ' necessary engineering services through preliminary design, final design, and construction of facilities for the West Side Wastewater Treatment Facility; 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: ' Fy-296 -I of l l 1 S 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. SECTION II. DESCRIPTION OF THE PROJECT The project shall consist of construction of a new West Side Wastewater Treatment Plant to serve the Illinois River Basin. The capacity of the treatment facility along with other pertinent features of the project will be determined during the preliminary engineering study and design. It is anticipated that the capacity of the plant will be in the range of 8-12 million gallons per day (average daily flow) with provisions for expansion as needed. ' SECTION III. INFORMATION & SERVICES TO BE PROVIDED BY OWNER In connection with the project, the Owner's responsibilities shall include, but not be limited ' to, the following: IA. Giving thorough consideration to all documents presented by the Engineer and informing the Engineer of all decisions within a reasonable time so as not to delay the work of the Engineer. B. Making provision for the employees of the Engineer to enter public and private lands as required for the Engineer to perform necessary surveys and investigations. C. Furnishing the Engineer such plans and records of construction and operation of existing facilities, or copies of same, bearing on the proposed work as may be in the possession of the Owner. The Owner will furnish any specifications, standards and other information which may relate to the project including GPS survey data. Existing aerial mapping data developed by the Owner will be provided on magnetic media at no charge to the Engineer. D. Giving prompt written notice to the Engineer whenever the Owner observes or ' otherwise becomes aware of any defect in the project or other events which may substantially alter the Engineer's performance under this Agreement. ' SECTION IV. SERVICES TO BE FURNISHED BY THE ENGINEER DURING DESIGN PHASE ' The Design phase of the project will be performed in two separate steps, as follows: A. Study. Preliminary Design and Report. A preliminary engineering design study will be completed to determine the wastewater treatment facilities required to provide for current and future design -year needs. A final report including the Engineer's opinion of probable cost will be prepared and presented to the Owner. A detailed Fy-296 - 2 of 11 1 1 iscope of work for this step is included in Attachment 1. Ten (10) copies of the Final Design Report shall be furnished to the Owner. ' The Engineer will establish a scope of any geotechnical investigations, special surveys, or testing which, in his opinion, may be required for design, and arrange ' for the conduct of such investigations and tests. The Engineer shall be responsible for evaluating this and other data necessary for the design of the project. ' It is understood and agreed that the Engineer will coordinate with RJN (designer of the West Side collection facilities) so that the facilities designed will be compatible with the new West Side Wastewater Treatment Plant. The Owner intends to have Black & Veatch (designer of the Paul Noland Treatment Plant upgrade) evaluate the feasibility of processing the biosolids from both plants utilizing a certain technology. Accordingly, the Engineer will coordinate • with Black & Veatch concerning possible joint solids handling. ' B. Detailed Design and Preparation of Construction Plans and Specifications. The Engineer will provide the following services: 1. Perform field surveys required for final design of the project. Surveys shall be tied to the Owner's horizontal and vertical control network. 2. Prepare final design of the project. 3. Prepare detailed construction specifications and drawings. 4. Prepare an opinion of probable cost of the authorized construction. It is understood and agreed that this opinion will be prepared for planning and budgeting purposes only, and that actual bids received for the construction work may exceed the opinion of probable cost. ' 5. Establish a scope of any geotechnical investigations, special surveys, or testing which, in his opinion, may be required for design, and arrange for the conduct of such investigations and tests. The Engineer shall be responsible ' for evaluating this and other data necessary for the design of the project. 6. Provide surveying, mapping, and related services required to prepare right- , of-way/easement documents for the Owner's use in acquisition activities. It is understood and agreed that the Engineer shall have no liability for defects in ' the services attributable to Engineer's reliance upon or use of information, data, design criteria, drawings, specifications, or other information furnished by Owner or third parties retained by Owner. Fy-296 - 3 of 11 ISECTION V. COORDINATION WITH OWNER The Engineer shall hold conferences throughout the design of the project with representatives of the Owner with the intent 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. 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 office. ' SECTION VII. CONCEPT AND PRELIMINARY SUBMISSION ' The Engineer shall submit the following documents to the Owner for review: A. Ten (10) copies of the preliminary engineering design report. B. Two (2) copies of preliminary drawings. ' SECTION VIII. FINAL SUBMISSION The final submission for the construction contract shall consist of the following: A. One (1) copy of the non-proprietary process design calculations. 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 Owner's AutoCad software. I D. An opinion of probable cost of construction and an estimate of time in calendar days required for completion of the contract. ' SECTION IX. ENGINEER RESPONSIBILITY DURING BIDDING AND CONSTRUCTION PHASES ' During the Bidding and Construction phases of the project, the Engineer shall provide services as follows: ' A. Bidding and Preconstruction Services. The Engineer will prepare and distribute advertisements for bids, communicate with bidders as required, provide technical interpretation of the plans and specifications, prepare addenda as required, attend ' the bid opening, tabulate bids, provide an engineering analysis of the bids received, make recommendations concerning award of construction contract(s) and assist in I Fy-296 - 4 of 11 11 the preparation of contract documents. Bid tabulations and supporting documents will be prepared and submitted to the Owner. SB. Construction Services I1. Attend a preconstruction conference scheduled by Owner. 2. Issue a Notice to Proceed to the contractor.. 3. Furnish professional engineers to make visits to the site (as distinguished from the services of a Resident Project Representative) as appropriate to observe the progress and quality of the executed work and to determine in general if the work is proceeding in accordance with the contract documents. In performing these services, the Engineer shall have no control over nor responsibility for the contractor's means, methods, sequence, techniques or procedures in performing the work, or for safety programs in connection with the work. These are solely the responsibilities of the contractor, who is also responsible for complying with all health and safety precautions as required by any regulatory agencies. ' 4. Furnish the services of Resident Project Representatives and other field personnel for on -the -site observation of construction. The authority and duties of such Resident Project Representatives are limited to examining the material furnished and observing the work done and to reporting their findings to the Engineer. The duties, responsibilities, and limitations of authority of Resident Project Representatives are further defined in Attachment 2 to this Agreement. The Engineer will use the usual degree of care and prudent judgment in the selection of competent Project Representatives, and the Engineer will use diligence to see that the Project Representatives are on the job to perform their required duties. 5. Perform the required construction control surveys. This will consist of the establishment of horizontal control points for locating the work, with a suitable number of benchmarks for site elevation references. ' 6. Consult with and advise the Owner; issue all instructions to the contractor requested by the Owner; and prepare routine change orders as required. 7. Review samples, catalog data, schedules, shop drawings, laboratory, shop and mill tests of material and equipment and other data which the contractor submits. This review is for the benefit of the Owner to ensure general conformance with the design concept of the project and general compliance by the contractor with the information given in the contract documents. It does not relieve the contractor of any responsibility such as dimensions to be confirmed and correlated at the job site, appropriate safety measures to protect workers and the public, or the necessity to construct a complete and workable facility in accordance with the contract documents. Fy-296 - 5 of 11 I 8. Prepare and verify monthly and final estimates for payments to the contractor and furnish to the Owner any necessary contractor certifications as to payments to subcontractors and suppliers; assemble written guarantees which are required by the contract documents. 9. Attend, in company with the Owner's representative; a final inspection of the project. This inspection will be for conformance with the design concept of the project and compliance with the contract documents. 10. Furnish to the Owner a reproducible copy of the record drawings for the • project. Provided the Owner executes a release of liability, the Engineer • shall also furnish AutoCad electronic digital drawings files for the project. 11. Prepare an operation and maintenance manual for the facilities. SECTION X. SUBCONTRACTING Subcontracting by the Engineer of any of the services provided herein shall require prior approval by the Owner, provided, however, that it is understood and agreed that the Engineer shall receive professional assistance for portions of the work from Boyle Engineering; Webster Environmental Associates; ECO, Inc.; Hanifin Associates; and Grubbs, Hoskyn, Barton & Wyatt, Inc., and and that no further approval for these firms is required. SECTION XI. TIME OF BEGINNING AND COMPLETION The Engineer shall begin work under this Agreement within ten (10) days of notice to proceed. It is anticipated that the time required to complete the preliminary studies, design and preparation of preliminary design report will be approximately eight months and is contingent on timely receipt of data from the Owner and other parties necessary to develop design parameters. SECTION XII. FEES AND PAYMENTS In consideration of the performance of the foregoing services, the Owner shall compensate the Engineer as follows: ' A. For engineering services set out under Section IV.A, payment shall be based on cost for actual time required to perform the work by the employees. Compensation shall be based on actual salary cost for the person doing the work plus overhead at 1.55 times the actual salary cost, plus a fixed fee in the amount of $88,105, plus reimbursable expenses associated with the project. A range of salary costs for the various classifications of employees is included in Attachment 3. The Engineer agrees to keep an accurate record of the hours of the personnel ' working on the project. The Estimate of Salary Costs for the Engineer are shown on Attachment 4. Fy-296 - 6 of 11 1 I '1 I I I El L I I I [1 I I I I I B. For engineering and technical subconsultants services set out under Section X, payment shall be based on actual time required to perform the work by the employees for Boyle Engineering, Webster Environmental Associates, and ECO, Inc. Compensation for the aforementioned engineering and technical consultants shall be based on an hourly rate by the various employees as set out in the subcontract between the Subconsultant and Engineer as approved by the Owner. The estimate of engineering costs for Boyle Engineering is $99,985, and for Webster Environmental Associates is $83,820 as set out in Attachment 4. The estimate of costs for ECO, Inc. is $17,086 as set out in Attachment 5a. The costs for subcontracts for geotechnical services, laboratory testing and photogrammetry will be based on the fee schedules set out in subcontracts with the Engineer as approved by the Owner. The estimates of cost for these services are $58,150. The basis of this estimate is set out in Attachment 5b. C. For professional services for public involvement, the Engineer will enter into a subcontract with Hanifin Associates as approved by the Owner. For services provided by Hanifin Associates, Inc., the payment shall be based on an agreed billing cost by employee classification as set out in the subcontract with the Engineer. The estimate of costs for services provided by Hanifin Associates, Inc. is $98,252. The basis for this estimate is set out in Attachment 5c. D. Reimbursable expenses for which the Engineer will be reimbursed shall include: 1) travel expenses when traveling outside of Northwest Arkansas in connection with the project; 2) rental expenses for special equipment needed for completion of the work; 3) purchase of material; and 4) other expenses directly attributable to the project. The cost for reimbursable expenses under this section is estimated to be $41,635. The basis of this estimate is included in Attachment 6. Reimbursable expenses shall be billed at cost. The estimated total compensation for the services set out under Section IV.A is $955,302, including the fixed fee of $88,105 and reimbursable expenses of $41,635. The basis of this cost estimate is shown in Attachment 6. This fee will not be exceeded without prior authorization from the Owner. Subject to the Owner's approval, adjustment of this upper limit may be made should the Engineer and Owner agree that there has been a significant change in scope, character or complexity of the services to be performed. It is understood and agreed that the fee and cost ceiling does not cover unforeseen contingencies such as litigation or other events not normally anticipated. Further, should the Owner decide to fund the project utilizing State Revolving Loan funds, the additional cost associated with this funding method is not included. The breakdown of costs between the various work tasks as given in Attachment 4 is a convenience and is not intended to set a maximum cost for any of the work tasks. Costs may be transferred from one work task to another so long as the maximum cost as given above is not exceeded. Fy-296 -7 of!! • I Billing shall be submitted monthly and shall include all costs accrued plus a pro rata share of the fixed fee based on an estimate of the percentage of work completed. The Owner will make every effort to approve and pay such invoices within 30 days of the date of the invoice. E. The method and amount of compensation for the work performed under Section IV.B and C above will be negotiated after completion of the work set out under Section IV.A and a determination made as to the facilities to be constructed. SECTION 7GII. CHANGES The Owner may at any time, by written order, make changes within the general scope of the contract in the work and services to be performed. If any such change causes an increase or decrease in the cost of, or the time required for, performance of this contract, an equitable increase or decrease shall be made in the upper limit contract amount, including fee or time of required performance, or both, and the contract shall be modified in writing accordingly. Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. IAny claim by the Engineer for adjustment under this clause must be asserted within thirty (30) days from the date of receipt by the Engineer of the notification of change; provided, ' however, that the Owner, if it decides that the facts justify such action, may receive and act upon any such claim assessed at any time prior to the date of final payment under this contract. Failure to agree to any adjustment shall be cause for a dispute concerning a question of fact within the meaning of the clause of this contract entitled SECTION XVI - MISCELLANEOUS PROVISIONS, (1) Dispute Resolution. However, nothing in this clause shall excuse the Engineer from proceeding with the contract as changed. SECTION XIV. OWNERSHIP OF DOCUMENTS Engineering documents, drawings, and specifications prepared by Engineer as part of the services shall become the property of Owner when Engineer has been compensated for all services rendered, provided, however, that Engineer shall have the unrestricted right to their use. Engineer ' shall, however, retain its rights in its standard drawing details, specifications, databases, computer software, and other proprietary property. Rights to intellectual property developed, utilized, or modified in the performance of the services shall remain the property of Engineer. Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. Engineer makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. I Fy-296 - 8 of 11 I 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, or should such suspension not be terminated within a year, the work shall be canceled as hereinafter provided. B. Cancellation. Should the Owner, for any reason whatsoever, decide to cancel or to terminate the use of the Engineer's service, the Owner will give written notice thereof to the Engineer, who will immediately terminate the work. If the Owner so elects, the Engineer may be instructed to bring a reasonable stage of completion to those items whose value would otherwise be lost. The Engineer shall turn over all data, charts, survey notes, figures, drawings and other records or information collected or produced hereunder whether partial or complete. Upon such termination of the Engineer's services, the Engineer shall be paid on a proportional amount of the total fee, less prior partial payments, based on the ratio of work done to the total amount of work to be performed and for reasonable termination expenses. SECTION XVI. MISCELLANEOUS PROVISIONS A. Dispute Resolution. In an effort to resolve any conflicts that arise during the design or construction of the Project or following the completion of the Project, the Owner and the Engineer agree that all disputes between them arising out of or relating to this Agreement or the Project shall be submitted to nonbinding mediation unless the parties mutually agree otherwise. The Owner and the Engineer further agree to include a similar mediation provision in all agreements with independent contractors and consultants retained for the Project and to require all independent contractors and consultants also to include a similar mediation provision in all agreements with their subcontractors, subconsultants, suppliers or fabricators, thereby providing for mediation as the primary method for dispute resolution between the parties to all those agreements. B. Responsibility for Claims and Liability. The Engineer shall save harmless the • Owner from all claim and liability due to its (the Engineer's) negligent activities, or • those subcontractors, its agents, or its employees during the time this contract is in force. In the event such liability, claims, actions, causes of action or demands are caused by the joint or concurrent negligence of more than one party, such liability shall be borne by each party in proportion to their own fault. IC. General Compliance with Laws. The Engineer shall endeavor to comply with federal, state and local laws and ordinances applicable to the work. The Engineer shall be a professional engineer, licensed in the State of Arkansas. 1 Fy-296 -90f 11 I D. Engineer's Endorsement. The Engineer shall endorse and recommend all plans, •1 specifications, estimates and engineering data finished by it. All designs and quantities shall be checked in accordance with accepted engineering practices. NO OTHER WARRANTY, EXPRESS OR IMPLIED, IS INCLUDED IN THIS ' AGREEMENT OR IN ANY DRAWING, SPECIFICATION, REPORT, OR OPINION PRODUCED PURSUANT TO THIS AGREEMENT. ' E. Opinions of Cost and Schedule. The Engineer has no control over the cost of labor, materials, or equipment furnished by others, or over the resources provided by others to meet project schedules. Therefore, the Engineer's opinion of probable costs and of project schedules shall be made on the basis of experience and qualifications as a professional engineer. Engineer does not guarantee that proposals, bids, or actual project costs will not vary from Engineer's cost estimates or that actual schedules will not vary from Engineer's projected schedules. F. Waiver of Subrogation. The parties waive any and all rights against each other, ' including their rights of subrogation, for damages covered by property insurance during and after the completion of the services. If the services extend to the construction phase of this project, a similar provision shall be included in all construction contracts, subcontracts and supply agreements entered into by the Owner and shall protect the Owner and Engineer to the same extent. G. No Consequential Damages. To the fullest extent permitted by law, neither party shall be liable to the other for any special, indirect, consequential, punitive or exemplary damages resulting from the performance or non-performance of this Agreement notwithstanding the fault, tort (including negligence), strict liability or other basis of legal liability of the party so released or whose liability is so limited and shall extend to the officers, directors, employees, licensors, agents, ' subcontractors, vendors and related entities of such party. SECTION XVII. SUCCESSORS AND ASSIGNS The Owner and the Engineer each binds itself and its partners, successors, executors, administrators, and assigns to the other party of this Agreement, except as above, neither the Owner nor the Engineer shall assign, sublet or transfer its interest in this Agreement without written consent of the other, except that it may be assigned without such consent to the successor or either party, or to a related entity, an affiliate or wholly owned subsidiary of either party. Nothing herein shall be construed as creating any possible personal liability on the part of any officer or agent of any public body which may be party hereto. SECTION XVIII. COVENANT AGAINST CONTINGENT FEES The Engineer warrants that it has not employed or retained by company or person, other than a bonafide employee working solely for the Engineer, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bonafide employee I Fy-296 - l0 of 11 F I I J I I I L] I I I I I I I I I I working solely for the Engineer, any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the awaid or making of this contract. For breach or violation of this warranty, the Owner shall have the right to annul this contract without liability. SECTION XIX. INSURANCE The Engineer agrees to maintain standard insurance policies through the life of this Agreement, including Workers' Compensation in accordance with the statutory requirements of the State of Arkansas, comprehensive general liability, automobile liability, and professional liability with a limit of $1,000,000. SECTION XX. STANDARD OF CARE Services provided by the Engineer under this Agreement will be performed in a manner consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances. SECTION XXI. LIST OF ATTACHMENTS The following attachments are hereby made a part of this contract: Attachment I - Detailed Scope of Work Attachment 2 - Resident Project Representative Duties, Responsibilities, Limitations Attachment 3 - MWY 2000 Salary Cost Ranges Attachment 4 - Estimate of Engineering Costs Attachment 5a- ECO Estimated Cost Attachment 5b - Laboratory, Photogrammetry, and Geotechnical Services Costs Attachment 5c - Hanifin Associates Cost Estimate Attachment 6 - Reimbursable Expenses Cost Estimate 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, ARKANSAS McGOODWIN, WILLIAMS AND YATES, INC. By: By: Fred Hanna, Mayor .Carl Yates, ent ATTEST: Heather Inman Woodruff, City Clerk ATTEST: I Fy-296 - l l of l l I I L I West Side Wastewater Treatment Plant Attachment I Fayetteville, Arkansas MWY Job No. Fy-296 1. DEVELOPMENT OF SCOPE OF WORK 2. CONTRACT DEVELOPMENT 3. PRELIMINARY DESIGN SCOPE OF WORK A. Project Coordination 1. Coordination with City —Monthly meetings and as needed 2. Coordination with consultants a. Black and Veatch — as needed for sludge issues b. RJN/McClelland — as needed for flow issues c. Garver Engineers — as needed 3. Coordination with NPDES permitting — Preparation of final flow schematic and other items necessary for permitting. $ B. Determine West Side WWTP Design Parameters • 1. Define WWTP Influent flow hydrographs to be developed by RJN from existing or new flow data 2. Determine future flows -20 year design horizon 3. Develop wastewater sampling and testing program within the existing collection system to determine projected influent loadings to the new West Side (BOD, TSS, TKN, NH3-N, TP, etc.) 4. Determine the amount and type of flow equalization to be constructed 5. Establish effluent design parameters for preliminary design (with City's concurrence) iC. Wastewater Treatment Plant Site Related Items 1. Assemble available mapping from City for preliminary design 2. Conduct preliminary topographic wastewater treatment plant site survey 3. Determine 100 Year Flood elevations and floodway width based upon COE studies 4. Determine 100 Year Flood elevations due to altered site 5. Acquire aerial photography for detailed design '• 6. Determine site improvements (roads, drainage, etc.) 7. Determine conditions of site related regulatory permitting and prepare application documents D. West Side WWTP Liquid Strewn Process Selection and Unit Sizing ' I. Develop Liquid Stream Alternatives to be screened (maximum of 4 alternatives for detailed cost analysis) 2. Site visits 3. Unit sizing and configuration a. Influent pumping, screens and flow measurement b. Grit and scum removal units c. Flow equalization facilities d. Biological treatment processes 1. Alternative 1- 3 Stage BNR 2. Alternative 2 - 5 Stage BNR 3. Alternative 3. Bio N removal + chemical precipitation 4. Alternative 4- Other as determined by engineer & City • e. Final Clarifiers f. Filtration g. Disinfection It Pumps and pumping facilities 4. Electrical Requirements and power supply 15. Instrumentation — Remote operation of facilities 6. Process equipment selection — A maximum of 3 manufacturers 7. Ancillary buildings and laboratory 8. Provide opinion of probable Capital Cost and O & M for the four alternatives 9. Provide listing of advantages and disadvantages for each alternative (monetary and non -monetary) Fy-296 - Attachment 1 Scope of Work Page 1 of 3 1' , • 10. Rank, evaluate and recommend selected alternatives 11. Issue Technical Memorandum No. 1— Recommendations regarding liquid stream processes and unit sizing. E. West Side WWTPEJJluent Line 1. Evaluate WWTP effluent line size and route (maximum of three alternative routes) 2. Address technical issues with respect to Arkansas Law regarding any facilities required outside city limits 3. Provide preliminary Plan and Profile for selected route 4. Address future line(s) requirements • 5. Evaluate and recommend pipe material 6. Recommend easement widths 7. Determine conditions of site related regulatory permitting and prepare application documents • 8. Provide detailed Opinion of Probable Cost for effluent line 1. 9. Rank, evaluate and recommend selected alternative (monetary and non -monetary) 10. Issue Technical Memorandum No. 2 recommendation regarding WWTP effluent line ' F. Biosolids Stabilize on and Disposal Options — West Side WWTP 1. Develop biosolids disposal options based upon West Side WWTP as a "stand alone" facility 2. Develop cost estimates for biosolids stabilization strategies a. Class A sludge options (three maximum) b. Class B sludge options (three maximum) 3. Develop Detailed Cost Estimates for four biosolids disposal options 1 a. Option 1 - Land Application • b. Option 2- Transport to Remote Sites c. Option 3 - Regional Concept d. Option 4 - Other - to be defined during study 4. Site visits to review alternative processes and disposal options • 5. Process Equipment Selections — A maximum of three manufacturers 6. Ancillary buildings 7. Pumps and pumping facilities • 8. Electrical and Instrumentation 9. Prepare estimates of probable capital cost and O and M costs 10. Rank, evaluate and recommend selected alternatives (monetary and non -monetary) j 11. Issue Technical Memorandum No. 3 recommendation regarding WWTP effluent line biosolids stabilization and disposal based upon the West Side WWTP as a "stand alone facility" G. Biosolids Disposal Options - West Side WWTP and Paul Noland WWTP 1. Develop Joint Biosolids Strategy with B & V and develop detailed Cost Estimates for a maximum of three biosolids preparation options at the West Side WWTP. 2. Evaluate a maximum of four transport scenarios from West Side WWTP to the Paul Noland WWTP 3. Site visits to review alternate disposal options 4. Process equipment selections — A maximum of three manufacturers 5. Ancillary buildings 6. Pumps and pumping facilities 7. Electrical and instrumentation 8. Prepare estimates of probable capital cost and O and M costs 9. Rank, evaluate and recommend selected alternatives (monetary and non -monetary) 10. Meet with State Regulatory Agencies 11. Issue Technical Memorandum No.4— — Jointly with Black and Veatch rank, evaluate, and recommend sludge disposal alternative for the West Side WWTP and Paul Noland WWTP i H. Odor Control Strategy 1. Define Odor Control Design Strategy I 2. West Side WWTP Liquid Stream Odor Control Measures — Develop technical description of odor control measures and cost estimates for a maximum of four liquid stream treatment alternatives a. Screening of alternatives b. Examine tank and channel cover alternatives c. Provide unit sizes and configurations for each of the four liquid stream alternatives Fy-296 - Attachment 1 Scope of Work Page 2 of 3 It d. Process equipment selection (a maximum of three manufactures) e. Opinion of probable costs and probable O & M Costs for each of the four liquid stream alternatives f. List possible odor concerns for the system 3. West Side WWTP biosolids disposal alternatives - Develop technical description of odor control measures and cost estimates for a maximum of four biosolids disposal alternatives a. Screening of alternatives b. Examine tank and channel cover alternatives c. Provide unit sizes and configurations for each of the four biosolids disposal alternatives d. Process equipment selection (a maximum of three manufacturers) e. Opinion of probable costs and probable O & M costs for each of the four biosolids disposal alternatives f. List possible odor concerns for the system 4. West Side WWTP and Paul Noland WWTP — Biosolids Disposal Alternatives — Develop odor control strategy joint biosolids disposal options with Black & Veatch and develop a detailed cost estimate for a maximum of three biosolids preparation options at the West Side WWTP. • a. Screening of alternatives b. Examine tank and channel cover alternatives c. Provide unit sizes and configurations for each of the four biosolids preparation alternatives d. Process equipment selection (a maximum of three manufacturers) e. Opinion of probable costs and probable O & M Costs for each of the four biosolids preparation alternatives f. List possible odor concerns for the system 5. Line work and lift stations - Provide input and recommendations and coordinate with RJN odor control mitigation measures to insure compatibility with West Side WWTP 6. Site visits to review alternative processes and equipment 7. Ancillary buildings • L Develop Draft Recommended Plan for West Side WWTP Incorporating All Recommendations Accepted by the City 1 1. Prepare site layout for facilities to be initially constructed 2. Prepare site layout and conceptual plan for future expansion 3. Develop WWTP flow schematic I 4. Develop WWTP hydraulic profile 5. Determine WWTP architecture 6. Develop conceptual drawings and renderings 7. Coordinate landscape plan with City staff 8. Prepare estimate of probable cost for the recommended West Side WWTP and outfall line 9. Prepare draft engineering report 4. PUBLIC INVOLVEMENT A. Develop methodology with Hanifin - Bonner and present draft plan for the WWTP facilities to public 1. Meeting 1 with public 2. Meeting 2 with public 3. Meeting 3 with public B. Receive comments 1 C. Revise plan, if necessary •D. Coordinate Final Engineering Report with City and other engineering firms E. Prepare Final Engineering Report of facilities to be constructed at the West Side WWTP 5. SUBMIT FINAL ENGINEERING REPORT A. Submit Final Engineering Report to City B. Submit Final Engineering Report to State and Federal Agencies C. Submit recommended/approved plan to the Planning Commission D. Response to State and Federal Agencies 11 Fy-296 - Attachment I Scope of Work Page 3 of 3 Ii S Attachment 2 Duties, Responsibilities and Limitations of Authority of Resident Project Representative I. I. General The Resident Project Representative (RPR) is the ENGINEER's agent at the site and will act as directed by and under the supervision of the ENGINEER. The RPR will confer with the ENGINEER regarding its actions. The RPR's dealings in matters pertaining to the on - site work shall, in general, be with the ENGINEER and the Contractor, keeping the OWNER advised as necessary. The RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of the Contractor. The RPR shall generally communicate with the OWNER with the knowledge of and under the direction of the ENGINEER. II. Duties and Responsibilities of the RPR I A. Schedules. Review the progress schedule, schedule of Shop Drawing submittals and schedule of values prepared by the Contractor and consult with the ENGINEER concerning acceptability. B. Conferences and Meetings. Attend meetings with the Contractor and OWNER, such as preconstruction conferences, progress meetings, job conferences and other project -related meetings, and prepare and circulate copies of minutes thereof. C. Liaison. 1. Serve as the ENGINEER's liaison with the Contractor, working principally through the Contractor's superintendent and assist in understanding the intent of the Contract Documents; and assist the ENGINEER in serving as the OWNER's liaison with the Contractor when the Contractor's operations affect the OWNER's on -site operations. 2. Assist in obtaining from the OWNER additional details or information, when required for proper execution of the Work. D. Shop Drawings and Samples. 1. Record date of receipt of Shop Drawings and Samples. 2. Receive Samples which are furnished at the site by the Contractor, and notify the ENGINEER of availability of Samples for examination. ' 3. Advise the ENGINEER and the Contractor of the commencement of any Work requiring a Shop Drawing or sample if the submittal has not been approved by the ENGINEER. n Fy-296 -Attachment 2 RPR Duties Page 1 of 4 •1 ' • • E. Review of Work. Resection of Defective Work, Inspections and Tests. 1. Conduct on -site observation of the Work in progress to assist the ENGINEER in determining if the Work is in general proceeding in accordance with the Contract Documents. 2. Report to the ENGINEER whenever the RPR believes than any Work will not produce a completed Project that conforms generally to the Contract Documents or will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated in the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise the ENGINEER of Work that the RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. 3. Verify that tests, equipment and systems startups and operating and maintenance training are conducted in the presence of appropriate • personnel, and that the Contractor maintains adequate records thereof; and observe, record and report to the ENGINEER appropriate details relative to the test procedures and startups. 4. Accompany the OWNER and visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these I. inspections and report to the ENGINEER. F. Interpretation of Contract Documents. Report to the ENGINEER when clarifications and interpretations of the Contract Documents are needed and transmit to CONTRACTOR clarifications and interpretations as issued by the ENGINEER. I G. Modifications. Consider and evaluate the Contractor's suggestions for modifications in Drawings or Specifications and report with the RPR's recommendations to the ENGINEER. Transmit to the Contractor in writing decisions as issued by the ENGINEER. H. Records. 1. Maintain at the job site orderly files for correspondence, reports of job conferences, Shop Drawings and Samples, reproductions of original Contract Documents including all Work Change Directives, Addenda, Change Orders, Field Orders, additional Drawings issued subsequent to the execution of the Contract, The ENGINEER's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing Submittals received from and delivered to the Contractor and other Project related documents. 2. Daily inspection reports: a. Date, project number, contractor, and inspection time. b. Weather conditions. Fy-296 -Attachment 2 RPR Duties Page 2 of 4 Ic. Work performed by the Contractor. d. Deficiencies and corrective measures taken. Ie. Significant delays and their causes. If. Material and equipment deliveries to the site. 9. Disputes. Ih. Instructions received or given. Description of any accidents. Details of extra work done by the Contractor outside the scope of the Contract Documents. I I I I k. Visitors. Record of the number of men and types of equipment used that day. m. Tests done and the results. 3. Record names, addresses and telephone numbers of all the Contractors, subcontractors and major suppliers of materials and equipment. Reports. 1. Furnish to the ENGINEER periodic reports as required of progress of the Work and of the Contractor's compliance with the progress schedule and schedule of Shop Drawings and Sample submittals. 2. Consult with the ENGINEER in advance of scheduled major tests, inspections or start of important phases of the Work. 3. Draft proposed Change Orders and Work Change Directives, obtaining backup material from the Contractor, and recommend to the ENGINEER Change Orders, Work Change Directives, and Field Orders. 4. Report immediately to the ENGINEER and the OWNER the occurrence of any accident J. Payment Requests. Review Applications for Payment with the Contractor for Compliance with the established procedure for their submission and forward with recommendations to the ENGINEER, noticing particularly the relationship of the payment requested to the schedule of values, Work completed and materials and equipment delivered at the site but not incorporated in the Work. K. Certificates, Maintenance and Operation Manuals. During the course of the Work, verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by the Contractor are applicable to the items Fy-296 -Attachment 2 RPR Duties Page 3 of 4 ' actually installed and in accordance with the Contract Documents, and have this material delivered to the ENGINEER for review and forwarding to the OWNER prior to the final payment for the Work. L. Completion. 1. Before the ENGINEER issues a Certificate of Substantial Completion, submit to the Contractor a list of observed items requiring completion or correction. ' 2. Conduct final inspection in the company of the ENGINEER, the OWNER and the Contractor and prepare a final list of items to be completed or corrected. 3. Observe that all items on final list have been completed or corrected and make recommendations to the ENGINEER concerning acceptance. III. Limitations of Authority (except upon written instruction of the ENGINEER). 1 The Resident Project Representative: A. shall not authorize any deviation from the Contract Documents or substitution of materials or equipment, unless authorized by the ENGINEER. B. shall not exceed limitations of the ENGINEER's authority as set forth in the Agreement or the Contract Documents. C. shall not undertake any of the responsibilities of the Contractor, subcontractors or the Contractor's superintendent D. shall not advise on, issue directions relative to or assume control over any I aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. E. shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. IF. shall not accept Shop Drawing or Sample submittals from anyone other than the Contractor. G. shall not authorize the OWNER to occupy the Project in whole or in part H. shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by the ENGINEER. 1 Fy-296 -Attachment 2 RPR Duties Page 4 of 4 ATTACHMENT 3 MWY 2000 SALARY RANGES Classification Minimum Maximum ENGR-6 41.00 45.00 ENGR-5 35.00 39.00 ENGR-4 30.00 33.00 ENGR-3 26.00 29.00 ENGR-2 21.50 ENGR-1 16.00 ARCH -2 25.00 ARCH -1 22.00 TECH -5 23.00 TECH -4 19.50 TECH -3 15.00 TECH -2 11.00 TECH -1 6.00 ADMIN 18.00 CLER-2 19.00 CLER-1 10.00 25.00 18.00 28.00 25.00 25.50 24.00 18.00 15.00 8.00 20.00 21.00 14.00 Fy-296 - Attachment 3 MWY 2000 Salary Ranges Page lot 1 - . - - • • • • - . . . • . - - - v - - . • . . - - - - - - • -___t; ... --. - : • • • • •.• . •. . - - - t i i ion i n IiIiiiIiiIIIIIilhuIIIIuIIIiuIIIuuIIuI iIHIuIIi i� ii i� � iin �iui i uu iuuiiiuiuiiuuiuuiuuuuuiiuiiuiiuiiu_uiuulllluluuuuuuuF !rru!ulu!!uI!uIirlIr!vrulnu.1iIl!PiUPIIrrl IulIuIIuuuIIlIIuhuIIuIIulIIuuuIIIII■nIni slam iAi• m iimui Ni n�i� 'astumlilhllllllllli � �in� I�II�� I■II Y - C O p O p O 00 O III 1111111111 II_iiiiuiiiuiiulllllllulohlulllullli I ill lulIlulIll III 1111111111■I IIII I■ � Y� ullIllulIl II �I II IiuwiuuiiiiuiiiulluululiulllllliiPlllF � �I� IIllillIIIIPIlui ■'iUlIlli 111 IIN HI rliiiiiiiilIIIIIIIllulIIlIllIllIIuIE I �° ix� i � uo i iii 1lll � �mI � �i riun i n IIIIIIUIIIIOPII.IllIllIllllll9!IlllluhIllhIIllhufliii pluhllllt mi ■ mm ia�nin e u �i�uii III iii u- i �il ■n�' t C iiiiiuniuiiiuiiiuiuiuu.iii 1111111 111111 11111111 IuuIilIHhIIIIIuhuIIIIIulII 1111111 111111 11111111 V ulllluluiu111111 11111111 SI Nln�l� II IIlIIIIIIU I jluiiuuui � N luuliuui 11 111111 1 � �innsn �i� i n�i n � m n iii �i IIIII11111111 uullulllr Pill� iun n im IIIIiIiIIIIIIIiIIIIIIi mini IIIIIII IIlffl!!!i!Il!I!!Ui!PIIV_111110_111111_lIIIVI 111 !Ill!UPifl!llIllI!flhIP!!Il!P___ ___ uuInIIi IIIIIlIIIllhIIIIIIIIlIIIUIII 1111111 111111 11111111 Im u��i �I� I 1111111 liii!mn ii p O 0 0 O 0 0 O O O O OitS h O a O itSp F go 'O Q In ti O *4)) ClN ..w - b N - 00 H .-i N a a"' $4 M r H 4, fA 69 69 69 69 EA 69 69 us 69 ay 6i O 0 0 0 O O v d ti o 0 0 0 O O O N y 0 O O 7 N O 0 N N 00 I')H 69 69 vi 69 V) y C._ d > L yr O p( L d 0 0 0 0 0 0 0 0 0 0 ti 0 O O O O O O O O O "5 N - - ,--� - N N "5 N 69 69 69 69 69 69 49 69 69 yj ' C C O 4). r+ 0 0 0 0 0 0 0 0 po qw 0 0 , o 0 9 0 0 0 1 VS In O • N N 0' In O ^-' O N VS ON O L 69 69 69 69 (H 69 6'9 613 yy u u u ' d d 0 0000 So 00000 00000000 O O O O O O O p p jo O O O O N O 00000 (V 00 0 00 N 00 = 0 C rl > L 0 %0R X000 Nin 00'O0 V O ,.r .1t'/SO 0 t' '-' 00 M V) M N M N M N h 5 I ^ N N \0 7 O\ V' N ,-. O\ N,--i,--" .r � a N R ' a Vi 4,4969 69 Fig 69 69 6A 69 69 69 69 69 69 69 (A V) (A '" OL O O O 0 0 0 0 0 0 O O O O O 0 0 O N O �o \O\O NOMIfn L 1�1 V O N O U rIDq cngv7gU v�qM CQ ;nqU L oG a1aWa wa WaC1aA CGaWaWaC+�aA�� y L iL t u 0 C oCi O v O G p b W O (0j N y L ,� y 3 C 0 H V O 0 U .•��+ C C O r A ' L o c> a 8C u c c y c 3 3 .O .� C .i ty F A v A m 2 E VJ vo a U A` U Fy-296 - Attachment 5a ECO, Inc. Costs Pagel of2 0 s O O O L iO • I- 4) ld N [1. ld E U d O Y 0 0 0 00 ono t fiK yr es Err a w b A:o - N C Co N :j:(nl •U •^ V N N: j£ U ++ N N -O•'b1J`.C d y G G o4 L E d � .c t Y o > O •� E3 L > L i 4. y O &; e +. r N w'>` d /� o E 'fw`.arAd O c c 2,g .r n J n t Y ti N 'g: Fn' C C O N" N 1'n pUp Iii O :gir: y o7 i+ v N C 4 td Y :COt• ��� V Y •pQo Ci Y Y Y C) n2 I d G O W C `) Y Y Q) L N :' y 'G L 'e' 'O a � a E E w d.5 ..1 W izti ABU ��U FEU Fy-296 — Attachment 5a EC0, Inc. Costs Page 2 of 2 1 1 1 1 1 ATTACHMENT 5b ESTIMATES OF COSTS GEOTECHNICAL SERVICES 1 LABORATORY TESTING PHOTOGRAMMETRY ' WEST SIDE WASTEWATER TREATMENT PLANT FAYETTEVILLE, ARKANSAS Project No. Fy-296 i 1 1 1 I. 1 1 1 ' GEOTECHNICAL SERVICES COST SUMMARY WEST SIDE WASTEWATER TREATMENT PLANT FAYETTE VILLE, ARKANSAS Project No. Fy-296 Geotechnical Services Grubbs, Hoskyn, Barton & Wyatt, Inc. $14,000 I. I I 1 Fy-296 - Attachment 5b Technical Support Services Page l of 6 LAB TESTING COST SCARY WEST SIDE WASTEWATER TREATMENT PLANT FAYETTEVILLE, ARKANSAS Project No. Fy-296 Composite Samples — 6 Sites per Week $5,512.50 x 3 Weeks = $16,537.50 Grab Samples — 6 Sites per Week $5,544.00 x 3 Weeks = $16,632.00 $33,169.50 Fy-296 - Attachment 5b Technical Support Services Page 2 of 6 02/07/00 11:48 Z 5017501170 ENVIRONMENTAL SV 02 11 • • I L__ Environmental Services Company, Inc. C'OR PORATE OFFICE: NORTH W Iicr BRANCH: 13715 W. MARKHAM - P.O. BOX 55146 1107 CENTURY 1-I'I-ILI•; R(K-K, ARKANSAS 72215 SPRINGDALE, ARKANSAS 72762 'PS. (5111)221.2565. FAX NO.(501) 221-1.341 (5011750-1170. FAX NO. (501) 75(-1172_ b -MAIL: cmpornm(gt5Nabs.cnm E-MAIL nwbrans'h(ilksclaln.com I I I I I I I I I Li I I I I McGoodwln, Williams, and Yates ATTN: Jeff Richards 909 Rolling Hills Drive Fayetteville, AR 72701 February 7, 2000 Dear Mr. Williams I want to thank you for the opportunity to submit a quote for environmental services. I believe we can provide you a level of service that will benefit you company the most. Below is a quote for services that we will be able to provide. Here are some of the benefits of allowing ESC to serve you. 1. More than 28 years of providing expert analytical and consulting support to industries, municipalities, government entities, and other consultants and engineers. 2. Certified by several different entitles, including the Arkansas Department of Environmental Quality and several private sector organizations 3. Quality assured by a comprehensive Quality Assurance Program. 4. A well qualified, dependable staff of professionals who are eager to do whatever it takes to get the job done. 5. Turnaround within seven business day (and many times much less) of sample receipt for the work outlined below. 6. Notification of excursions (violations) even prior to report preparation —We will input all possible appropriate permitted limits so that the analysts inputting your test results will be alerted to your noncompliance results. A notification is then faxed to you so that you may begin making modification even before you have received your final computer -generated report. 7. Personalized service that allows you to spend more time actually managing your system rather than shuffling data. We will prepare as much of the chains of custody as possible in advance of sampling so that your time is saved. I Fy-296 - Attachment 5b Technical Support Services Page 3 of 6 02/07/00 11:49 _ $ 5017501170 ENVI�MENTAL SV 03 Environmental Services Company, Inc. CONI ()ItAl7i f 11'19 ('l:: I371SW. MARKH AM - P.O. IfUX 5S I-16 111'1'11( IUWK. ARKANSAS 72215 (51111 2221.2545 . 1'AX NO. (NII 12221-1 41 I SMAII.: cwpertalc('cw1ahN.mm QUOTE N( 1W!] I W YS'1' BRANCH: 11117 CFN'I'URY SPRINGDALE. ARKANSAS 72762 1 M I 11150.1170 - FAX NO. (51111 7511-1172 li-MAII.: nwhrnnch@"Inl..con, Based on the Information we've discussed, here is a quote for services. As always, the per/sample pricing includes all sample containers, preservatives, labels, chains of custody, original faxing, and final reporting. Pricing Is discounted for a two week minimum testing period. Please provide two week notice prior to ordering sampling and analysis. 24 hour Composite Sample • Parameter Frequency Price Sampler Rental Daily $ 50.00 ' v, BOD, 5 -day Daily 16.25 Ammonia -Nitrogen Daily 13.00 Total Kjeldahl Nitrogen Daily 16.25 ' Total Phosphorous Daily 16.25 Ortho-Phosphorous Daily 9.75 Total Suspended Solids Daily 9.75 1 Total per Sample $ 131.25 (Six Sites for one week $5,512.50) I I [1 1 1 Fy-296 - Attachment 5b - Technical Support Services Page 4 of 6 I I I I 02/07/00 11:50 0 E 5017501170 ENUIR0NMENTQL SU I m Environmental Services Company, Inc. ('OHIM IHATIi OI'PI('IS: 1371 SW. MARKHAM . 1'.O. BOX 5514(i I.ITI'I.P. R(H'K. ARKANSAS 722I5 (5011221 2565 - PAX NO. 1511112221-1341 F -M All.: ❑xlxmnc@nalahcaun QUOTE Continued NOR'I')I W EST BRANCH: 11117 CENTURY SI'RINGDAI.U. ARKANSAS 72762 (5(11) 751)-I 170 - FAX NO. (5011750.1172 16MAIL: nwhr nchN'cscIahs.coni Grab Sampling Parameter Frequency Price 1 t Dissolved Oxygen 2 per day $ 7.50 �; Volatile Fatty Acids 2 per day 18.75 pH 2 per day 7.50 Total Sulfide 2 per day 13.50 F. Atmospheric H2S 2 per day 18.75 { Total per Sample $ 66.00 {, (Six Sites for one week $ 5,544.00) I hope that you find this pricing acceptable to you. We would really like to be able to provide you with quality service. Please contact me if you have any questions or schedule any work you would like for us to begin. Again, thank you for allowing Environmental Services Company, Inc. the opportunity to provide you with this quote. Sincerely, Vernon L. Pate Branch Manager P. t u E ' ,' 1 1' Fy-296 - Attachment 5b Technical Support Services Page 5 of 6 PHOTOGRAM iETRY SERVICES COST SUMMARY WEST SIDE WASTEWATER TREATMENT PLANT FAYETTEVILLE, ARKANSAS Project No. Fy-296 I iPhotogrammetry - M. J. Harden Associates. Inc. Aerial Photography $ 900 Orthophoto Map — Plant Site - City Property 2,650 Orthophoto Map — Effluent Line Corridor 7.430 Total $10,980 I Ground Control by MWY in Attachment 4. 1 I I I 1 I I Fy-296 - Attachment 5b Technical Support Services Page 6 of 6 Li 1 fl I I I I I I I 11 L I E I 88 R S S$ d ¢m A . pm ~O 0 V N V) q N 4949 w 4949 8a 8888 888p A W W q K N N W Ve 00 3 In 8 8 8 8 8 88 8 m �t]] i1 C C r O o IA n N WW O O NS TI w M 49 w N w H } r 88 N ID 8 a1 C mo m O • U m �ID E O o^f im Co_ m R w w w w . O a Y Q d { N Of p N p t7 10 N a 000 p 2 a .> 9 U Z d C OO O O O N p t0 mm tp I- C N c a Z o m m P •- O 0 C 00Co U W ^ N w TQ o0 O 4« a tJ C O O W Q N ,- U w 2 a e c) p� vii A 3 D C 00 o m rn m .. C O M a-�= ¢ w- m "� chi �, �t3 t IL J ti O 7 N 0 o• m r o E e I. 0 Ui Q 0 m O C a t t1 O 6 C N > y V W y d C AR q S • E O O O m 2 u u d a y a ` a a 3 3 = 1 .- I N . (' Q N ID d Y Y Y Y Y Y Y $ te a 0 N U) N N N a o H H H F I- H I-- Cl) 1 Fy-296 - Attachment 5c 1-Ianifm Associates Costs Page l of 12 U $ 8 8 $ 8 $$ 8 88 ~O ti Np N- 00 4mYD N V W OO C) cE O 88 8 88( yQ8( 00 O o R ui 7i4 i4 m U — w w N `} p p p p p p p p p p 07 rmO 8 8 'D 8 C S 8 8 8 m Q ud., •OU N g 0 N umri 2G o id iG umri c d 1) m ¢ ou .A w w of .. a _ o N nIn 1D N C 41WC - F O O r p 2 3 a U Uzo e o O z E c o r v C U a m E ti mz o0 c ° = m N ° a $ R R Ur` « 0 a e • ti M = V a N . as 00 cc O7 3 v c co - W ? N N J u OO m O o a u G N 6 o C, L c o o = c f a rfi a¢ �. c G • aOo dCo O 0 E N ryJ 2 C.N d > x Y > K O p m = n a m o a in $ Ou a Z 3 g m 2 a` ry a s u d ai = a A N r r o H r N= C- 1 Fy-296 - Attachment Sc Hanifin Associates Costs Page 2 of 12 I R 3 8 88 R 8 8 S O w o.w o n o N -c43 f W W W' W W N N q D 4. ° N 8 8 8 8 8 1 V § 4)N c C O O w w w w w <) w ' ° R $ S 8 88 R 8 p$ E O m 3 N $p� N „ N $ O N m N aa O 1� �O�yy .. ap�pp Q N E yuj U W -0 w W w q Of C a m W Q - F3 m d d w `" N r p 0N .N O N Q p ,- Q N Q •It O W 0 ; 6 m >i ` v N N N C ci m E ti 'T 0 00 ow m O 7 L- o m m m m < 00 <? oCo _ �u CC C C O C C m ,- - N m N J u z u m a 0 0(l) O o N o" t ` c �q my E O o c m rn O S r c m c c 2 R O m m W .N 00 n= '� ` E a A m n L '° E 8 g C. c-^ •a8 t E 2 -a: o '= U o n c i O 3 W d mteuU o Jy N H W E a C 4'" L YJ L N q q N U _ E` 6 1 xa n d E 5sn CE c d c E N N a t c N L° y ,taJ YI . m S m a m n Gi Y Y Y a m O _ f 1 Fy-296 - Attachment 5c Hanif n Associates Costs Page3of12 0 40 d Si 3 441 oc tn // S U) a 0 §§/ IM_- ■- -� 0- - �) • E �S _ a2 E k ufa 7 4M $ 2 Co a§5 ■ 22 o a 0 o E ( {) _ 4§ A #e9 - *9 8 2 a#89 §""§ © CM o CD /`Urn $ ! rn��! a %# F- § § S k k 8 %# §NO - k R © ; a; « 1 ON E ! _0. § !Irn § ) § \\\\) I-ci =.§ #-___e Hanifin Associates Costs Page 4 of 12 HI STRATEGIC COMMUNICATION PROGRAM WORK PLAN FOR THE CITY OF FAYETTEVILLE, ARKANSAS WATER QUALITY IMPROVEMENT PROGRAM Dr. Linda Hanifin Bonner, Hanifin Associates, Inc. Subcontractor to McGoodwin, Williams and Yates January 2000 ' OVERVIEW Facilitating support for infrastructure projects in today's environment is a challenging process for public officials. Fundamentally, these challenges result from the opinions people have, based on the relationship to the varying influences that occur in their lives. These influences in turn stimulate the actions people may take to either support or oppose projects, according to how they perceive their need, intended purpose, and ' resulting financial impacts to affect them. Understanding how the relationship of these varying factors influence public opinion is a critical step to developing public support. Specifically, we know that public opinion is influenced by perceptions — the emotional and thought processes that are derived by the knowledge individuals may have about a topic and experiences they may have had relating to a specific issue. As witnessed by the vast array of media promotions, public opinion and support is stimulated by communication techniques — the messages received, the messengers, and methods used to convey them. Subsequently, garnering public support requires three distinctive activities. 1. We must first understand the levels of knowledge in which the differences in points of view held by the public and the factors influencing them exist. 2. Next, we need to understand the relationship between the influencing factors to public opinion and the actions taken by policy officials in making decisions to pursue infrastructure projects that improve and protect water quality. 3. And finally, before we can reach agreement on the actions needed to obtain public support, we must have a plan in place that defines the steps to: a) obtain the essential information, b) have the support of public officials to pursue a specific course of action, and c) assures that a communication system is established to facilitate both the internal and external elements in the development of a strategic communications program. A Two -Phased Approach The strategic communications program for the City's planned infrastructure projects is a two-phase endeavor. This work plan presents the activities that must occur during the initial work of the technical team. Once the first phase is completed, an evaluation and assessment process on the activities and their results is performed. PmpMtary design pnmded by 1 Dr. Linda Hanifin Bonnet. Hanifin Aeaocldea. Inc. 2/2W0 FY -296 - Attachment Sc I Hanifm Associates Costs Page5of12 City of FayettevilleArkansas • Water Quality Improvement Program Work Program Plan & Scope The second phase activities then build upon the accomplishments from the first phase, and decisions are made as to the type of and level of efforts required. ' It is important to note that the first phase activities are intended to establish an important baseline and foundation of support for the City for all of its water quality improvement projects. The work in this phase is an integrated system of communication, education and dialogue activities. Functioning in parallel efforts, the communication and education systems both gather and disseminate critical data (through various forms of research endeavors). These research activities are intended to provide the City's management team with a fundamental understanding of the knowledge and opinions held by the public on specific issues relating to the successful 1 financing and construction of all of its water quality improvement projects. This research process becomes the initial entre' and foundation to garnering public support. It is both a learning and discovery process about the differences in perspectives that people have about a topic under discussion. As an example, in the questioning process people often learn for the first time the reasons why various policy ' decisions were made on infrastructure projects - such as approving the design and construction of wastewater treatment plants, upgrading technical processes, or of the plans to construct water mains and transmission lines. These insights further lead to discovering the reasons people believe such projects either negatively affect or enhance their values and ultimately the economic framework of their lives. Throughout the various activities of this work, the dialogue process that occurs between the management team, the public and policy officials facilitates important ongoing education. Dialogue provides opportunities to explore in greater detail issues that may I. lead to other important facts affecting the success of a project. Its value is its ability to clarify immediately erroneous facts and information that could ultimately affect the City's efforts to obtain their needed financing. Team Organization Setting this plan into action requires several functions. Occurring immediately as the technical work is initiated, one of these efforts (in Task 1) is the management team's organizational efforts. The management team consists of project managers from the City and each of the consulting teams. This overall effort is facilitated by the Communications Program consultant. At these initial meetings, it is critical for the • management team to: a) reach agreement on consistent decision -making procedures within the group, Ib) define and reach agreement on clearly defined objectives about what the . management team desires to achieve in this program, and their roles in the process, and, c) develop its own internal communication process and milestones. These initial activities also serve as a valuable team -building function. Upon reaching ' agreement on the components described in following program plan, the management team is then positioned to collaborate in the implementation of the identified strategic communications program plan tasks. It is envisioned that the majority of these tasks will occur simultaneously during the design phase of the technical work. Proprietary design Provided by 2 Dr. Linda Hanifin Banner, Hanifin Associates, Inc. 2x= Fy-296 -Attachment Sc Flanifm Associates Costs Page 6 of 12 II I I I I I City of Fayetteville, Arkansas Water Quality Improvement Program Work Program Plan & Scope PROGRAM GOALS Serving as core milestones for the City, the following goals are proposed for the overall strategic communications program, encompassing all of the water quality improvement projects. 1. Attain public support on methods to finance the construction of the City's planned water quality improvements projects 2. Achieve a high level of positive public support for the City's decisions to implement a major program to improve and protect water quality, while providing for ongoing economic growth. 3. Effectively address the concerns of Farmington City officials, adjacent property owners and area Fayetteville residents about the City's plans to construct a new wastewater treatment plant for water quality improvements. Program Plan Objectives Functioning as the guiding direction for the Program, the following objectives are proposed in order to achieve the identified goals. 1. Pursue an educational program that builds a foundation of public support for the City's plans to finance the construction of all its water quality improvement projects. 2. Facilitate an ongoing internal communication process among public officials to ensure that messages are consistent in order to achieve the public's trust in the I City's activities to fulfill its commitments to water quality improvement and protection. ' 3. Establish a communications and dialogue system among all parties to effectively mitigate unforseen challenges. The Initiatives Developed at this time to Accomplish the Program Plan Objectives, and achieve the Program Goals Include: • A Public Opinion Survey - that determines the level of support that exists and issues affecting the City's ability to finance its construction plans, and knowledge levels about.infrastructure projects that protect water quality. A Public Officials Workshop - designed to ensure that all decision -makers are knowledgeable about the available methods to finance and construct its new water quality facilities. The workshop provides public officials with the information from the survey in order to understand the actions required to achieve the City's improvement plans. ' • A Water Quality Education Exposition - that is an all day event to designed educate the public about the relationship of all of the projects within the City's water quality Proprietary design provided by ' - 3 Dr. Linda Hanifin Bonner. Hanifin Asaoclatn. Inc. 7!1000 Fy-296 - Attachment 5c Hanifin Associates Costs Page 7 of l2 ii City of Fayetteville, ansas • ' Water Quality Improvement Program Work Program Plan & Scol management program, and how federal regulations pertaining to these factors affect the costs of quality. Update the City's Web Page - to ensure that ongoing information about the project is always available and that citizens have a mechanism to provide feedback to the I. project team. • Provide Education Kiosk Displays - that are self -standing information booths placed in public buildings, presenting the City's plans and schedule for all of its water quality improvement projects. I• Program Development and Facilitation - provides the essential ongoing program management, facilitation and documentation services, and bi-weekly work efforts performed in Fayetteville. IA description of the task components follows. Task 1. Program Development, Facilitation, and Coordination Objective Facilitate an ongoing internal communication process among public officials to ensure that messages are consistent in order to achieve the public's trust in the City's activities to fulfill its commitments to water quality improvement and protection. This task provides related program management efforts required to implement this scope of work. It includes all expenses associated with providing weekly on -site services, bi-monthly, and meetings for a 6 -month period with the management team and City officials, overall program development and reporting requirements, in order to get the public's support for the project completed prior to the City's elections. Work Elements a. Analyze documentation compiled on previous activities and produce program design. b. Prepare materials, participate in, and facilitate meetings with the management team and City officials, to address program issues, review materials and reach agreement on program and activities and participation. c. Provide ongoing program management, documentation and coordination services, to support the engineering consultant and City staff on specific areas defined within the scope of work. ' Deliverables • Overall schedule and flow chart of final education program I. Issue analysis for team discussion and work session purposes. • Progress reports and meeting materials on program activities that identify options to mitigate or resolve project challenges. • Program Assessment Report Proprietary design Provided by 4 Or. Linda Hanifin Bonner. Hanifin Assoc sin, Inc. 2!2000 Fy-296 - Attachment Sc Hanifin Associates Costs Page 8 of 12 IJ . • City of Fayetteville, Arkansas ' Water Quality Improvement Program Work Program Plan & Scope Meetings Incorporate's management team meetings and City officials, for all program tasks in order to review program materials, facilitate planning and preparation tasks, and assure that project objective is achieved. Resource Hours - 432 - ODC's fund expenses required to provide bi-monthly, three days a week, on -site services for a period of six months. I. Task 2. Public Opinion Survey Objective Attain a level of understanding of the public's knowledge of the costs to construct projects for water quality improvements and attain compliance with federal and state regulations, in order to effectively develop educational messages about proposed financial plans and gain public support. 1 I I I I I I I I This task is a critical component to gaining the support of both the policy officials and the public regarding future financing schemes. From this information, a stronger level of information is known as to how much, and under what schemes, the public is willing to pay for the City's water quality improvement projects. This information is provided first to the public officials during their workshop on financing schemes, and is later used to answer the public's critical questions during the educational exposition about the relationship of costs to water quality improvement projects. Work Elements a. Questionnaire design and approval b. Survey implementation (1500 selected sample) (City assumes printing and mailing expenses) c. Data input and analysis d. Report Deliverables • Survey design and process memorandum • Draft and final versions of questionnaire • Interim report • Draft Findings Report • Final Findings Report Meetings - for this task are incorporated into the level of efforts specified in Task 1. Resource Hours - 212 ODC's allocated for this task represent supplies required for the implementation of the survey. Task 3. Public Officials Workshop Objective: Achieve a unified position of support from the City's policy officials regarding the financing of the water quality improvement projects, and the messages to convey to the public about the overall program plans. Dr Linda Hanifin Banner. Hanifm Associate,. Nc. 1!2000 Fy-296 - Attachment Sc ,; Hanifin Associates Costs Page 9 of 12 ' • City of Fayetteville' Arkansas Water Quality Improvement Program Work Program Plan & Scope Educating City officials about the public's level of knowledge and opinions regarding the City's efforts to develop its financial plans to construct the proposed water quality improvement projects is the second most essential task. A Strategic Planning Workshop for the public officials and their consultant team will be designed and facilitated. Using information from the public opinion survey, the ensuing discussions session are intended to identify and reach agreement as to how certain matters will be addressed and answered. The results of this workshop is an a strategic communications plan that is supported by City officials, and builds trust, acceptance and support for the proposed projects. The workshop is intended to identify how communications with the public will occur, address the issues and concerns of Farmington, and fundamentally secure their willingness to become project advocates for the planned exposition. Work Elements 1 a. Produce for each workshop a design plan b. Prepare one draft and one final version of handout materials. c. Organize and provide coordination services between community leaders and City �, officials d. Conduct preparation sessions/rehearsals for City staff. e. Provide onsite set-up, management, facilitation, and documentation services for • workshop activities. • f. Perform limited follow-up tasks and support to City staff. • Deliverables I. • Briefing document on format design, logistics, coordination functions and event schedule. • One individual to assist with coordination and set-up services • Event preparation -dry run. • Draft meeting/event materials for City production. I. Event/documentation and follow-up tasks All workshop materials are produced in draft format for discussion/review and approvals by City staff, with final (camera-ready) copies delivered a minimum of five (5) days prior to the meeting date for reproduction by City services. Meetings - include 3 briefing sessions on the workshop design and implementation; preparation and rehearsal sessions that are integrated into Task 1. Resource Hours - 94 ODC's allocated are designated to cover workshop fees, supplies and materials expenses. Task 4. Public Education Exposition Objective: Provide a unique and an effective forum that educates and informs residents about the necessity of water quality improvements and the • relationship of costs to complying with regulation, and builds support for the City's actions to finance and construct the infrastructure projects in its water quality improvement program plan. Proprieb7 design provided by d Dr. Linda Hanifin Bonner, Henifin Associates, Inc. MO Fy-296 - Attachment Sc Hanifm Associates Costs '; Page 10 of 12 Hi If I I I • 0 City of Fayetteville, Arkansas Water Quality Improvement Program Work Program Plan & Scope This exposition is planned to occur in late April, or mid -May, in order to coincide with spring/earth day festivities. Designed as either an outdoor event, or held inside in a gymnasium, the exposition includes displays, interactive videos of treatment plant technology, pipelines, water quality sampling. Special efforts are planned to assure that students, science classes, and groups such as scouts participate, together with public education officials from the Water Environment Federation. Work Elements a. Format and material and graphic design, pre -production efforts, and coordination with the WEF Public Education Committee. b. Coordination with City staff for Public notification using the already produced, Clean Water Investment brochure for all mailing activities; c. Production and coordination services; input of copy reviews of exposition materials among team members and preparation of press notices. d. Set-up, facilitation and management services e. Follow-up tasks with public Once the exposition plan and budget is approved, the public is notified through a special mailing that includes the special educational clean -water brochure. This event is widely promoted. Additional publicity efforts include involvement of local television and area environmental groups press releases and public service announcements. Deliverables: • Two (2) draft versions and 1 final for review of all materials • Camera-ready copy of exposition graphic materials delivered to the City printing • Public notice delivered for printing, and brochures for mailing by City services. • One (1) draft copy of two (2) press releases and delivery of final copy to the City for distribution to local media. Meetings - associated with completing these work activities are incorporated into the level of effort for Task 1. Resource Hours -154 ODC's allocated pay for the water quality brochure and production of the graphic materials required for the exposition. Task 5. Web Page Update Objective To provide an effective communication process for citizens to provide their concerns and questions about the planned activities. Once the survey is completed, a special section to the City's web page will be developed to maintain tracking procedures for the project. It becomes one of the central sources of ongoing information about all of the City's activities relating to the water quality improvement program projects. Work Elements • Establish the e-mail address, web page and search engines. • Providel documentation services to all inquiries (within the identified budget). Proprietary design provided by . 7 Dr. Linda Hanifin Bonner. Hanifm Associates, Inc. M Fy-2%- Attachment Sc Hanifm Associates Costs Page llof12 Il City of Fayetteville, Arkansas Water Quality Improvement Program Work Program Plan & Scope Writing and response activities for inquiries. Ongoing feedback from residents from a 1-800 line, together with the use of an electronic mailbox will serve as effective communication mechanisms to address citizen inquiries and gain support for the overall project. All inquiries received are I. reviewed, and documented by the consultant. Responses to the 20 (previously identified) questions are provided immediately, and documentation forwarded to all team members for information purposes. Hi I I I I I I I I I I I Deliverables • A documented record of citizen comments • Written procedures that identify how citizen inquiries are handled. • A Public Response Notebook maintained by Hanifin Associates during the course of the project to document all inquiries and responses, including copies of e-mail responses. • One (1) draft and final report on the documentation of the public education project Meetings - associated with this task are incorporated into the Task 1 level of effort. Resource Hours - 34 Task 6. Educational Kiosk's Objective To continue the education process of building water quality projects, as free standing units in libraries, public buildings or schools. The educational kiosks use the materials derived for the exposition, to address many of the questions and issues about this overall project. It uses the information developed for the exposition. It is envisioned that three kiosk displays will be produced with information about the projects, the web page, and other sources necessary. Elements and Resource Hours - 48 ODC's allocated cover graphic materials. Deliverables a. Module Design b. Materials and graphic production b. Coordination and placement Meetings - associated with this task are incorporated into the Task 1 level of effort. Proprietary design Pro.ded by a Dr. Linda Hanifin Bonner. Hanifin Associates. Inc. 22000 Fy-296 - Attachment Sc HamfmAssociates Costs Page 12 of 12 ATTACHMENT 6 ENGINEERING COST SUMMARY WEST SIDE WASTEWATER TREATMENT PLANT FAYETTEVILLE,ARKANSAS MWY Project Number Fy-296 Engineering McGoodwin, Williams and Yates I Direct Labor $183,635 Overhead on direct Labor (1.55) 284,634 Subtotal MWY Direct Labor + Overhead $468,269 Engineering Subcontracts Boyle Engineering $99,985 �i Webster Environmental Associates 63,820 ITotal Engineering $652,074 Technical Support Services Environmental Consulting Operations, Inc $17,086 Geotechnical Services 14,000 Laboratory Sampling andTesting (3 Weeks) 33,170 Photogrammetry 10,980 Subtotal Technical Support Services $75,236 Public Involvement 1 Hanifin Associates, Inc. $98,252 Subtotal Public Involvement $98,252 Reimbursable Expenses AirTravel $28,800 Car Rental 2,820 Lodging 4,425 Meals 4,590 GPS Equipment Rental 1,000 r Total Estimated Project Costs $867,197 Professional Fee 88,105 Total Project Costs $955,302 Fy-296 - Attachment 6 Engineering Cost Summary Pagel of 2 TRAVEL COST SUMMARY WEST SIDE WASTEWATER TREATMENT PLANT FAYETTEVILLE, ARKANSAS - Project No. Fy-296 Air Travel Site Visits $21,000 WEA 3,000 Boyle 4.800 $28,800 Car Rental Site Visits $ 1,500 WEA 720 Boyle 600 $ 2,820 Lodging Site Visits $ 2,625 WEA 900 Boyle 900 $ 4,425 Meals Site Visits $ 3,150 WEA 540 Boyle 900 Fy-296 — Attachment 6 Engineering Cost Summary Page 2 of 2 FAYETTEVR.LE • THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE 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 West Side Sewage Treatment Plant McGoodwin, Williams, and Yates, Fayetteville February 29, 2000 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 McGoodwin, Williams, and Yates of Fayetteville for services related to construction of a new sewage treatment facility on City -owned property on the west side of Fayetteville. 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 0 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 siting of a treatment plant on City -owned property between Farmington and Highway 16 West and a preliminary design of the treatment plant. An outline of the scope of work is given below, the detailed scope of work is given in Attachment 1 of the proposed contract. 1. Determination of West Side Plant Design Parameters - This includes the determination of future flows and loadings, wastewater characteristics, and effluent design parameters. 2. Site Selection - Determination of the specific site for the treatment facility. 3. Process Selection and Unit Sizing - A selection of the most cost effective type of treatment process which best meets the required effluent limits, sizing the process units, and laying out of the units on the property. 4. Sludge Handling and Treatment - This involves the selection of the most cost effective sludge treatment and disposal alternative, working with Black and Veatch to insure that the selected sludge alternative is consistent with an overall plan for sludge disposal. 5. Odor Control Strategy - A study of how odor control measures can be effectively implemented at each stage of treatment, from the headworks of the plant through sludge treatment. 6. Public Involvement - The Public Involvement phase of the work will be led by McGoodwin and their sub -contractor, Hannifin -Bonner. The work will include three (3) public meetings, a public officials workshop, education of the public in general, public opinion surveys, and work on the City's Web Page. A detailed workplan is given in Attachment 5c of the proposed agreement. 7. Preparation and Presentation of the Preliminary Design Report Cost of Services: The proposed not -to -exceed contract price is $ 955,302.00. A breakdown of the price is: 1. Salary Expense $ 183,635.00 2. Overhead Costs (155%) 284,634.00 3. Fixed Fee, 15% 88,105.00 4. Expenses (includes subcontracts) 398,928.00 5. Total Cost (Not to Exceed) $ 955,302.00 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 McGoodwin, Williams, and Yates in the not -to -exceed amount of $955,302.00. •w/,mac 39-oa 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 McGoodwin, Williams, and Yates for engineering services in connection with the new west side wastewater treatment plant in the amount of 955,302, and approval of a budget adjustment. COST TO CITY $ 955,302.00 Cost of this Request 5400 5700 5314 00 Account Number 98047-10 Project Number UDGET CONTRACT REVIEW udget Manager Purchasing Officer $ 1,926,111.00 Category/Project Budget 1,469,123.00 Funds Used to Date $ 456,988.00 Funds Remaining XX Budgeted Item Date i oa Date 3-/e-2voo Date 3-14-oo Date West Side Wastewater Treatment Plant Category/Project Name Program Name Water and Sewer Fund Category XX Budget Adj. Attached Admin Services Director Date ADA Coordinator Date Internal Auditor Date STAFF RECOMMENDATION It is the recommendation of the Staff that the Council approve the contract with McGoodwin, Williams, and Yates for engineering services in connection with the new west side wastewater treatment plant in the amount of $955,302, and a budget adjustment. fctor 03-03-00 sDireDate Cross Reference 3—/✓-oe Director Date New Item: Yes No Prev Ord/Res # c Director Date a O Orig. Contract # Date Orig. Contract Date C I;wJ•4j;:ttJ Page 2 Descriptionit)wTP Heeting0ate CoW1ts• Budget Coordinator Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor • City of Fayetteville, Arkansas Budget Adjustment Form Budget Year Department: Public Works Date Requested Adjustment # 2000 Division: Water & Sewer March 21, 2000 Program: Sewer Mains Construction Project or Item Requested: Additional funding is requested for the Wastewater Treatment Plant Expansion project. Justification of this Increase: The cost of preliminary engineering contracts is in excess of approved funding for this project. Account Name Professional Services Account Name Contract Services Sewer Improvements Use of Fund Balance Project or Item Deleted: A portion of the Sanitary Sewer Rehabilitation project and a portion of the SCADA upgrade project and Use of Fund Balance is proposed to fund this request. Justification of this Decrease: Sufficient funds remain in the SCADA Upgrade and Sanitary Sewer project to accomplish planned improvements for this year; the Use of Fund balance is appropriating the remainder of the rebate from Beaver Water District. Increase Expense (Decrease Revenue) Amount Account Number Project Number 498,314 5400 5700 5314 00 98047 10 Decrease Expense (Increase Revenue) Amount Account 135,000 5400 5700 267,314 5400 5700 96,000 5400 0940 Signatures 3- (-Zaoc7 Date 3-- 7 2cai Date 3-S—zo,> Date V Date Date Blue Copy: Budget & Research / Yellow Copy: Requester r Project Number 5315 00 99033 1 5815 00 96012 40 4999 99 Budget Office Use Only Type: A B C ! D 1 Date of Approval Posted to General Ledger Posted to Project Accounting E Entered in Category Log H:\B UDGET PROJECTS\OTHERUba_200hWWTP2_EN. WK4 A& I& L I I I I I I LI I 11 I IC I 1 II I N O O O O O O O O O O O O O O O O O O O y0. O N • R V7 O O t(j to O b ~ N N 00 00 N O tO '-I -.i - .- ri N - — N N M „may H69 Vi fire 64 Vi 99 9) 99 V} yi a O y 0 O 00 00 O O C O t 0i O I 0i I Oi O O ...i L d O 00 N N kn 00 V. " M 'l•^ 69 93 W 6s 69 69 V cco L y 0 CO 0 0 0 0 0 0 0 0 O . h 0 O O CO 0 O O O O O y 0 O -. -. - to C N .-. N N In N •� x 69 69 69 69 49 69 Vi 69 69 69 66 N C y 0 ++ O 0 0 0 00 O 0 0 u o 0 o 0 0 0 0 3 9 in in 0 0 N O O u o N N r M O L 69 69 69 69 49 69 69 69 yy Aa d OO 00000000 p 0000 C 00000 44 0000 00000 R[��� �0 N00 tV 00 Noo •6 0 X0 00 N" 00'O0 r7'r 'V'r7 of MOpM� O r M h �O 0 t� "" 00 %0 M h M N M N M N to .S to .. N N fiD O' '1N' -0N •. N .-. '-" N N 69999393 .-. 69 9393999993 �--" .--a .:... y a 69 69 69 69 69 fig V3 69 w Va yi r O O O O O O O O O O O to OI l C 0000 NN O O O N0 No �O 'O'O'O'O N.�0 a7M •r M M 00 �O r .-. to r N r .--� .-i r r r .--i .--� O\ O\ -� ti Lc I O CI) V)gtnq tnq v�gtngU tngv�gtnqtnAU W macoa a7a WawwA waalawc�,AaO1 �a a z • o a • O C 0+ C TJ I w 0 C1.1 3 W 0 y O O y C L .d ,bn Vl cc -Ca) I..i U -c N +O+ O d c E O G y y 6 o O O �' 'O 'QYr� •� O G r a❑ •Gi •N Y Q •u N r y 7 •RI N r E U 4i N •N O r Q O O M O O O c O E- A v A Cd E E to b Q V v A U U U r Fy-296 - Attachment Sa ECO, Inc. Costs Page 1 of 2 ti s 0 Fy-296 - Attachment 5a ECO, Inc. Costs Page 2 of 2 I • ATTACHMENT 5b ESTIMATES OF COSTS GEOTECHNICAL SERVICES ' LABORATORY TESTING PHOTOGRAMMETRY WEST SIDE WASTEWATER TREATMENT PLANT FAYETTEVILLE, ARKANSAS ' Project No. Fy-296 I. 0 • GEOTECHNICAL SERVICES COST SUMMARY WEST SIDE WASTEWATER TREATMENT PLANT FAYETTEVILLE, ARKANSAS Project No. Fy-296 Geotechnical Services Grubbs, Hoskyn, Barton & Wyatt, Inc. $14,000 Fy-296 - Attachment 5b Technical Support Services Page Iof6 LAB TESTING COST SUMMARY WEST SIDE WASTEWATER TREATMENT PLANT FAYETTEVILLE, ARKANSAS Project No. Fy-296 Composite Samples — 6 Sites per Week $5,512.50 x 3 Weeks = $16,537.50 Grab Samples — 6 Sites per Week $5,544.00 x 3 Weeks = $16.632.00 $33,169.50 Fy-296 - Attachment 5b Technical Support Services Page 2 of 6 02/07/00 11:48 S 5017501170 ENVIRONMENTFL SU 02 Environmental Services Company, Inc. CORI'ORATE OFFICE: NORTHWEST BRANCH: 13715 W. MARKHAM - P.O. BOX 5$146 1107 CENTURY LI7-IT-P. ROCK. ARKANSAS 7221$ SPRINGDALE, ARKANSAS 72762 (501)221.2565- FAX NO.(501)221-1341 (501)750-1170- FAX NO. (501) 75(-1172_ h -MAIL: aorporara(aXxlaha.com P. MAIL nahranch(q)<xlabs.com McGoodwin, Williams, and Yates February 7, 2000 ATTN: Jeff Richards 909 Rolling Hills Drive Fayetteville, AR 72701 Dear Mr. Williams ' I want to thank you for the opportunity to submit a quote for environmental services. I believe we can provide you a level of service that will benefit you company the most. Below is a quote for services that we will be able to provide. Here are some of the benefits of allowing ESC to serve you. 1. More than 28 years of providing expert analytical and consulting support to industries, municipalities, government entities, and other consultants and engineers. '2. Certified by several different entitles, Including the Arkansas Department of Environmental Quality and several private sector organizations I 1 I I I 3. Quality assured by a comprehensive Quality Assurance Program. 4. A well qualified, dependable staff of professionals who are eager to do whatever it takes to get the job done. 5. Turnaround within seven business day (and many times much less) of sample receipt for the work outlined below. 6. Notification of excursions (violations) even prior to report preparation —We will input all possible appropriate permitted limits so that the analysts inputting your test results will be alerted to your noncompliance results. A notification is then faxed to you so that you may begin making modification even before you have received your final computer -generated report. 7. Personalized service that allows you to spend more time actually managing your system rather than shuffling data. We will prepare as much of the chains of custody as possible in advance of sampling so that your time is saved. 1 Fy-296 - Attachment Sb Technical Support Services Page 3 of 6 02/07/00 11:49 2 5017501170 ENU,IR0HMENTRL 5U BS i I Environmental Services Company, Inc. CORN )RAll : (1I'FI('I: NOI(111 W I-S'I' BRANCH: 13715 W. MARK HAM- P.O. B()XSS I 11117 ('FN'I'l1RY 1.11-11.N ROCK. ARKANSAS 72215 SI'RINGOAI.B. AKKANSAS 7276: (501) 221.2565 - FAX NO. (501) 2_221-1141 151111 750.1170- FAX No. (51)11 751.1172 14MAI1 : uorIxi ile Mc cIahn.nm GMAII.: nwhranch4Deuinhs.eum QUOTE ' Based on the information we've discussed, here is a quote for services. As always, the per/sample pricing includes all sample containers, preservatives, labels, chains of custody, original faxing, and final reporting. Pricing Is discounted for a two week minimum testing period. Please provide two week notice prior to ordering sampling and analysis. 24 hour Composite Sample Parameter Frequency Price Sampler Rental Daily $ 50.00 Daily 16.25 ' ROD, 5 -day 13.00 Ammonia -Nitrogen Daily 16.25 • Total Kjeldahl Nitrogen Daily 16.25 Total Phosphorous Daily 9.75 Ortho-Phosphorous Daily 9.75 Total Suspended Solids Daily Total per Sample $ 131.25 (Six Sites for one week $5,512.50) I. 1 Fy-296 - Attachment 5b Technical Support Services Page 4 of 6 02/07/00 Grab Sampling 11:50 S 5017501170 ENVIRONMENTAL SV 04 i it Environmental Services Company, Inc. ORl'( IRA'I'li OI7 1('If: 13715W. MARKHAM - P.O. BOX 5514(1 I.I ITI.E ROCK. ARKANSAS 72215 (5011 )21.2565 - FAX NO. 15111 1 221-1341 F-MAll.: curporalc(mcsclahs.com QUOTE Continued Parameter F Dissolved Oxygen 2 Volatile Fatty Acids 2 pH 2 Total Sulfide 2 Atmospheric H2S 2 NORI lIWEXIBRANCH: 11117 (-EN'IURY SI'RINGDALE. ARKANSAS 72762 O01O50-1170-FAX NU. (51)11 750.1171 I MAIL: nwhmnch@csclahs.cum requency Price per day $ 7.50 per day 18.75 per day 7.50 per day 13.50 perday 18.75 Total per Sample $ 66.00 (Six Sites for one week $ 5,544.00) I hope that you find this pricing acceptable to you. We would really like to be able to provide you with quality service. Please contact me if you have any questions or schedule any work you would like for us to begin. Again, thank you for allowing Environmental Services Company, Inc. the opportunity to provide you with this quote. Sincerely, / Vernon Branch Manager I 1` Fy-296 - Attachment 5b Technical Support Services Page 5 of 6 PHOTOGRAMMETRY SERVICES COST SUMMARY 1 WEST SIDE WASTEWATER TREATMENT PLANT FAYETTEVILLE, ARKANSAS Project No. Fy-296 I ' Photogrammetry - M. J. Harden Associates. Inc. Aerial Photography $ 900 Orthophoto Map — Plant Site - City Property 2,650 Orthophoto Map — Effluent Line Corridor 7.430 Total $10,980 1 Ground Control by MWY in Attachment 4. 1 1 1 1 1 I 1 1 1 Fy-296 - Attachment 5b Technical Support Services Page 6 of 6 I I 1 I I I I I I I I I 1 1 i O N G�0 f0 QQS qO O O r N N - w — w 8 p O pp pw 0 Ow w O g O w O g c O CO N U) 88 O p p p p p 8 F U) UU� 8 SO 8O pO QO O O q 'A Q q q . N N q q N y « 9 O 88 R 8 M aD O )O EN W a toE K o U W w p S W p N. C N O N1I� N N ? O) Q N O m 0 N 0) a 3 N E C C N C R C 0> w W O 2 3 S F Q V G N O V= C O O N aa mm Ciu CO x m f0 V a1 T 0 U a w m to E ELL = m 0o Ew 003 tJ Co ow =' " C W y C C O M N .j u ou = a u u G y O O K E O - o x a C. Lii O O T N O a 0. O E Z o u N W $ N >9 U, -Cfl� A Y o E O• O m A d C x • 1 1 1 « Y Y Y Y Y Y Y N N N CO a O I- F- C C F- H la- F- F- I- Fy-296- Attachment 5c Hanifm Associates Costs Page 1 of 12 $ @ @ @ 7§7 2a 72a as }4 ;k n \7 .4, @ o § \ $ 4. 0k $ ® = a a a a § k� / § § ; Co /2 u - ® 49 - @_ 2 s 9 8 8 7 a 9 8 88 Ek ® ` C',' # K A k\ B` A § • § 2 a 2 = k ( { § E E ; Ok§ §\ - a@@ m§ ram $ \8 k{ k) {t§m $ E- k ��� J}J 4 q2 Rk c0 Ocj -u 10` ` k ;9e,=, eae / 7 / m Jim $ &3 o ? | # $ E . 20 ( _! O!» @ \\ !«\� i#)w / E C !2. k , 0 t } Cc 104E .-t ) | / - @4�;a/7� !o ;!! $ / _ @ Fy-296 x a»soci ates Costs Page 2« 12 0 o] 0/ °- 2 u 12 ] 0 I- \ �§ |§ o=a. In _ ( CWW •§k � C0- c� /�� 03 °C t- \§ouj I; f J 7 2 - & a? 6 2 o $G _ {§ A/ R § a 9 a a a e a U' e \§ 49 &` 4949 e a e I \ o -d §aa §� ®§§ 4 - ;k =2,° �„ ON CO -- o \ mOm / 0 \ ) \ 00 }k 0!gm C. 0.0 `° !]\ «`! ; 9 m 9 a 9 q [ 0 \k 4. 49 49 ; 4. 8 4. 8 88 8 7 o \ 49 \ 9 # 9 a90 § § aG© } 2} = ; °a! N V G | WI \0 =0 - flfl )\ 2 k\k%){ of �lk�dk!!\\ ! •v+. d°! !!. / ®!4)z2�{!]! § .Eu.at w;! [ Fy-296 HaniE_iates Costs Page 3 of 12 0 0 'I, CI,k/ / S °- § \ \ E 2§ / a,`o. «2 E 'A �4 $ ) f ) O )kE 2© 00 §/t a2 co G «) Co 0 IM 2 ! J 2 ! - Co 22- 6 2 `0 O ( $Q ZN _ k§ 1j I 3 § ##$9 R§§§ # } k # a 9 %!■ a 01 § |§ �k k § k k 8 / § 4 m °a ■ ; O4 • ) _ § ■ ' ! 4 §) �+ �\\\ ) I- \ _ } \ 4-__m» Hanifin Associates Costs I'age4of12 7 I I STRATEGIC COMMUNICATION PROGRAM WORK PLAN FOR THE CITY OF FAYETTEVILLE, ARKANSAS WATER QUALITY IMPROVEMENT PROGRAM Dr. Linda Hanifin Bonner, Hanifin Associates, Inc. Subcontractor to McGoodwin, Williams and Yates January 2000 I OVERVIEW Facilitating support for infrastructure projects in today's environment is a challenging process for public officials. Fundamentally, these challenges result from the opinions people have, based on the relationship to the varying influences that occur in their • lives. These influences in turn stimulate the actions people may take to either support or oppose projects, according to how they perceive their need, intended purpose, and resulting financial impacts to affect them. Understanding how the relationship of these varying factors influence public opinion is a critical step to developing public support. Specifically, we know that public opinion is influenced by perceptions — the emotional and thought processes that are derived by the knowledge individuals may have about a topic and experiences they may have had relating to a specific issue. As witnessed by the vast array of media promotions, public opinion and support is stimulated by communication techniques — the messages received, the messengers, and methods used to convey them. Subsequently, garnering public support requires three distinctive activities. 1. We must first understand the levels of knowledge in which the differences in 1 points of view held by the public and the factors influencing them exist. 2. Next, we need to understand the relationship between the influencing factors to public opinion and the actions taken by policy officials in making decisions to r pursue infrastructure projects that improve and protect water quality. 3. And finally, before we can reach agreement on the actions needed to obtain public support, we must have a plan in place that defines the steps to: a) obtain the essential information, b) have the support of public officials to pursue a specific course of action, and c) assures that a communication system is established to facilitate both the internal and external elements in the development of a strategic communications program. A Two -Phased Approach The strategic communications program for the City's planned infrastructure projects is a two-phase endeavor. This work plan presents the activities that must occur during the initial work of the technical team. Once the first phase is completed, an evaluation and assessment process on the activities and their results is performed. r PmPnenrY design provided by ' Or. Linda Hanifin Bonner, Hanifin Associates. Inc. 22000 Fy-296 - Attachment 5c Hanifin Associates Costs Page 5 of 12 City of Fayetteville. • Water Quality Improvement Program Work Program Plan & Scope The second phase activities then build upon the accomplishments from the first phase, and decisions are made as to the type of and level of efforts required. • It is important to note that the first phase activities are intended to establish an important baseline and foundation of support for the City for all of its water quality I. improvement projects. The work in this phase is an integrated system of communication, education and dialogue activities. Functioning in parallel efforts, the communication and education systems both gather and disseminate critical data (through various forms of research endeavors). These research activities are intended to provide the City's management team with a fundamental understanding of the knowledge and opinions held by the public on specific issues relating to the successful financing and construction of all of its water quality improvement projects. This research process becomes the initial entre' and foundation to garnering public support. It is both a learning and discovery process about the differences in perspectives that people have about a topic under discussion. As an example, in the questioning process people often learn for the first time the reasons why various policy decisions were made on infrastructure projects - such as approving the design and construction of wastewater treatment plants, upgrading technical processes, or of the plans to construct water mains and transmission lines. These insights further lead to discovering the reasons people believe such projects either negatively affect or enhance their values and ultimately the economic framework of their lives. Throughout the various activities of this work, the dialogue process that occurs between the management team, the public and policy officials facilitates important ongoing education. Dialogue provides opportunities to explore in greater detail issues that may ' lead to other important facts affecting the success of a project. Its value is its ability to clarify immediately erroneous facts and information that could ultimately affect the City's efforts to obtain their needed financing. Team Organization Setting this plan into action requires several functions. Occurring immediately as the technical work is initiated, one of these efforts (in Task 1) is the management team's • organizational efforts. The management team consists of project managers from the City and each of the consulting teams. This overall effort is facilitated by the Communications Program consultant. At these initial meetings, it is critical for the management team to: a) reach agreement on consistent decision -making procedures within the group, b) define and reach agreement on clearly defined objectives about what the management team desires to achieve in this program, and their roles in the process, and, c) develop its own internal communication process and milestones. These initial activities also serve as a valuable team -building function. Upon reaching agreement on the components described in following program plan, the management team is then positioned to collaborate in the implementation of the identified strategic communications program plan tasks. It is envisioned that the majority of these tasks ill occur simultaneously during the design phase of the technical work. Proprietary design provided Dr. Linda Hanifin Bonner, Hanifin Associates. Inc. 2/2 Fy-296 - Attachment 5c Hanifin Associates Costs Page 6 of 12 City of FayettevilleArkansas I. Water Quality Improvement Program Work Program Plan & Scope PROGRAM GOALS ( Serving as core milestones for the City, the following goals are proposed for the overall strategic communications program, encompassing all of the water quality improvement projects. 1. Attain public support on methods to finance the construction of the City's planned water quality improvements projects 2. Achieve a high level of positive public support for the City's decisions to implement a major program to improve and protect water quality, while providing for ongoing economic growth. 3. Effectively address the concerns of Farmington City officials, adjacent property owners and area Fayetteville residents about the City's plans to construct a new wastewater treatment plant for water quality improvements. Program Plan Objectives Functioning as the guiding direction for the Program, the following objectives are proposed in order to achieve the identified goals. 1. Pursue an educational program that builds a foundation of public support for the City's plans to finance the construction of all its water quality improvement projects. 2. Facilitate an ongoing internal communication process among public officials to ensure that messages are consistent in order to achieve the public's trust in the City's activities to fulfill its commitments to water quality improvement and protection. 3. Establish a communications and dialogue system among all parties to effectively mitigate unforseen challenges. The Initiatives Developed at this time to Accomplish the Program Plan Objectives, and achieve the Program Goals Include: A Public Opinion Survey - that determines the level of support that exists and issues affecting the City's ability to finance its construction plans, and knowledge levels about. infrastructure projects that protect water quality. IA Public Officials Workshop - designed to ensure that all decision -makers are knowledgeable about the available methods to finance and construct its new water quality facilities. The workshop provides public officials with the information from the survey in order to understand the actions required to achieve the City's improvement plans. A Water Quality Education Exposition - that is an all day event to designed educate the public about the relationship of all of the projects within the City's water quality 1 Proprietary design provided by 3 Or. Linda Hanifn Bonner, Hanfin Associates, Inc. =S. 000 Fy-296 - Attachment 5c Hanifm Associates Costs Page 7 of 12 City of Fayetteville, Arkansas Water Quality Improvement Program Work Program Plan & Scope management program, and how federal regulations pertaining to these factors affect the costs of quality. • Update the City's Web Pape - to ensure that ongoing information about the project is always available and that citizens have a mechanism to provide feedback to the project team. • Provide Education Kiosk Displays - that are self -standing information booths placed in public buildings, presenting the City's plans and schedule for all of its water quality improvement projects. • Program Development and Facilitation - provides the essential ongoing program management, facilitation and documentation services, and bi-weekly work efforts performed in Fayetteville. A description of the task components follows. Task 1. Program Development, Facilitation, and Coordination Objective Facilitate an ongoing internal communication process among public officials to ensure that messages are consistent in order to achieve the public's trust in the City's activities to fulfill its commitments to water quality improvement and protection. This task provides related program management efforts required to implement this scope of work. It includes all expenses associated with providing weekly on -site services, bi-monthly, and meetings for a 6 -month period with the management team and City officials, overall program development and reporting requirements, in order to get the public's support for the project completed prior to the City's elections. Work Elements a. Analyze documentation compiled on previous activities and produce program design. b. Prepare materials, participate in, and facilitate meetings with the management team • and City officials, to address program issues, review materials and reach agreement on program and activities and participation. I. c. Provide ongoing program management, documentation and coordination services, to support the engineering consultant and City staff on specific areas defined within the scope of work. Deliverables • Overall schedule and flow chart of final education program I. Issue analysis for team discussion and work session purposes. • Progress reports and meeting materials on program activities that identify options to mitigate or resolve project challenges. • Program Assessment Report Proprietary design pro den by a Dr. Linda Hanifin Bonner, Hanifin Associate.. Inc. 2/20Da Fy-296- AttachmentSc Hanifm Associates Costs Page 8 of 12 1 City of Fayetteville, Arkansas Water Quality Improvement Program Work Program Plan & Scope Meetings Incorporate's management team meetings and City officials, for all program tasks in order to review program materials, facilitate planning and preparation tasks, and assure that project objective is achieved. Resource Hours - 432 - ODC's fund expenses required to provide bi-monthly, three days a week, on -site services for a period of six months. Task 2. Public Opinion Survey Objective Attain a level of understanding of the public's knowledge of the costs to construct projects for water quality improvements and attain compliance with federal and state regulations, in order to effectively develop educational messages about proposed financial plans and gain public support. This task is a critical component to gaining the support of both the policy officials and the public regarding future financing schemes. From this information, a stronger level of information is known as to how much, and under what schemes, the public is willing to pay for the City's water quality improvement projects. This information is provided first to the public officials during their workshop on financing schemes, and is later used to answer the public's critical questions during the educational exposition about the • relationship of costs to water quality improvement projects. Work Elements a. Questionnaire design and approval ib. Survey implementation (1500 selected sample) (City assumes printing and , mailing expenses) c. Data input and analysis d. Report Deliverables I. Survey design and process memorandum • Draft and final versions of questionnaire • Interim report I. Draft Findings Report • Final Findings Report Meetings - for this task are incorporated into the level of efforts specified in Task 1. Resource Hours - 212 ODC's allocated for this task represent supplies required for ' the implementation of the survey. Task 3. Public Officials Workshop Objective: Achieve a unified position of support from the City's policy officials regarding the financing of the water quality improvement projects, and the messages to convey to the public about the overall program plans. Propriebry design provided by 5 Dr. Linda Hanfin Bonner. Hanfin Associates, Inc. 78000 Fy-296 - Attachment Sc Hanifin Associates Costs Page 9 of 12 City of FayettevilleArkansas • Water Quality Improvement Program Work Program Plan & Scope Educating City officials about the public's level of knowledge and opinions regarding the City's efforts to develop its financial plans to construct the proposed water quality improvement projects is the second most essential task. A Strategic Planning Workshop for the public officials and their consultant team will be designed and facilitated. Using information from the public opinion survey, the ensuing discussions session are intended to identify and reach agreement as to how certain matters will be addressed and answered. The results of this workshop is an a strategic communications plan that is supported by City officials, and builds trust, acceptance and support for the proposed projects. The workshop is intended to identify how communications with the public will occur, address the issues and concerns of Farmington, and fundamentally secure their willingness to become project advocates for the planned exposition. Work Elements a. Produce for each workshop a design plan b. Prepare one draft and one final version of handout materials. c. Organize and provide coordination services between community leaders and City officials d. Conduct preparation sessions/rehearsals for City staff. e. Provide onsite set-up, management, facilitation, and documentation services for workshop activities. f. Perform limited follow-up tasks and support to City staff. M Deliverables • Briefing document on format design, logistics, coordination functions and event schedule. • One individual to assist with coordination and set-up services • Event preparation -dry run. • • Draft meeting/event materials for City production. • Event/documentation and follow-up tasks All workshop materials are produced in draft format for discussion/review and approvals by City staff, with final (camera-ready) copies delivered a minimum of five (5) days prior to the meeting date for reproduction by City services. Meetings - include 3 briefing sessions on the workshop design and implementation; preparation and rehearsal sessions that are integrated into Task 1. Resource Hours - 94 ODC's allocated are designated to cover workshop fees, supplies and materials expenses. Task 4. Public Education Exposition Objective: Provide a unique and an effective forum that educates and informs residents about the necessity of water quality improvements and the �, relationship of costs to complying with regulation, and builds support for the City's actions to finance and construct the infrastructure projects in its water quality improvement program plan. Proprietary design provided by e Dr. Linda Hanifin Bonner, Hanifin Associates, Inc. 7!2'000 Fy-296- AttachmentSc Hanifin Associates Costs Page 10 of 12 City of Fayetteville, Aransas • Water Quality Improvement Program Work Program Plan & Scope This exposition is planned to occur in late April, or mid -May, in order to coincide with spring/earth day festivities. Designed as either an outdoor event, or held inside in a gymnasium, the exposition includes displays, interactive videos of treatment plant technology, pipelines, water quality sampling. Special efforts are planned to assure that students, science classes, and groups such as scouts participate, together with public education officials from the Water Environment Federation. Work Elements a. Format and material and graphic design, pre -production efforts, and coordination with the WEF Public Education Committee. b. Coordination with City staff for Public notification using the already produced, Clean Water Investment brochure for all mailing activities; c. Production and coordination services; input of copy reviews of exposition materials among team members and preparation of press notices. d. Set-up, facilitation and management services e. Follow-up tasks with public Once the exposition plan and budget is approved, the public is notified through a special mailing that includes the special educational clean -water brochure. This event is widely promoted. Additional publicity efforts include involvement of local television and area environmental groups press releases and public service announcements. Deliverables: • Two (2) draft versions and 1 final for review of all materials • Camera-ready copy of exposition graphic materials delivered to the City printing • Public notice delivered for printing, and brochures for mailing by City services. I• One (1) draft copy of two (2) press releases and delivery of final copy to the City for distribution to local media. Meetings - associated with completing these work activities are incorporated into the • level of effort for Task 1. Resource Hours -154 ODC's allocated pay for the water quality brochure and production of the graphic materials required for the exposition. Task 5. Web Page Update Objective To provide an effective communication process for citizens to provide ii their concerns and questions about the planned activities. Once the survey is completed, a special section to the City's web page will be I developed to maintain tracking procedures for the project. It becomes one of the central sources of ongoing information about all of the City's activities relating to the water quality improvement program projects. I, Work Elements • Establish the e-mail address, web page and search engines. I. Providel documentation services to all inquiries (within the identified budget). Proprietary design provided by 7 Or, Linda Hanfin Bonner, Hanifin Associates, Inc. 2/2000 Fy-296 - Attachment Sc Hanifm Associates Costs Page II of 12 1 City of Fayetteville, Arkansas Water Quality Improvement Program Work Program Plan & Scope e Writing and response activities for inquiries. I Ongoing feedback from residents from a 1-800 line, together with the use of an electronic mailbox will serve as effective communication mechanisms to address citizen inquiries and gain support for the overall project. All inquiries received are reviewed, and documented by the consultant. Responses to the 20 (previously identified) questions are provided immediately, and documentation forwarded to all team members for information purposes. Deliverables • A documented record of citizen comments I. Written procedures that identify how citizen inquiries are handled. • A Public Response Notebook maintained by Hanifin Associates during the course of the project to document all inquiries and responses, including copies of e-mail responses. �- • One (1) draft and final report on the documentation of the public education project Meetings - associated with this task are incorporated into the Task 1 level of effort. Resource Hours - 34 Task 6. Educational Kiosk's Objective To continue the education process of building water quality projects, as free standing units in libraries, public buildings or schools. The educational kiosks use the materials derived for the exposition, to address many I. of the questions and issues about this overall project. It uses the information developed for the exposition. It is envisioned that three kiosk displays will be produced with information about the projects, the web page, and other sources necessary. Elements and Resource Hours - 48 ODC's allocated cover graphic materials. Deliverables a. Module Design b. Materials and graphic production b. Coordination and placement Meetings - associated with this task are incorporated into the Task 1 level of effort. I Proprietary design provided by Dr. Linda Hanifin Bonner, Hanifin Associates. Inc. 78009 Fy-296 - Attachment 5c Hanifin Associates Costs Page l2 of 12 I • ATTACHMENT 6 ENGINEERING COST SUMMARY WEST SIDE WASTEWATER TREATMENT PLANT FAYETTEVILLE, ARKANSAS MWY Project Number Fy-296 Engineering McGoodwin, Williams and Yates Direct Labor $183,635 • Overhead on direct Labor (1.55) 284,634 Riihtntai mwv nirect I.ahnr+ Overhead $468.269 Engineering Subcontracts Boyle Engineering $99,985 Webster Environmental Associates 83,820 . _ Total Engineering $652,074 Technical Support Services Environmental Consulting Operations, Inc $17,086 Geotechnical Services 14,000 Laboratory Sampling andTesting (3 Weeks) 33,170 Photogrammetry 10,980 Subtotal Technical Support Services $75,236 Public Involvement Hanifin Associates, Inc. $98,252 Subtotal Public Involvement $98,252 I Reimbursable Expenses AirTravel $28,800 Car Rental 2,820 Lodging 4,425 Meals 4,590 GPS Equipment Rental 1,000 Subtotal Reimbursable Expenses $41,635 Total Estimated Project Costs $867,197 Professional Fee 88,105 • Total Project Costs $955,302 Fy-296 - Attachment 6 Engineering Cost Summary Pagel of 2 TRAVEL COST SUMMARY WEST SIDE WASTEWATER TREATMENT PLANT FAYETTEVILLE, ARKANSAS Project No. Fy-296 Air Travel Site Visits $21,000 WEA 3,000 Boyle 4,800 $28,800 Car Rental Site Visits $ 1,500 WEA 720 Boyle 600 $ 2,820 Lodging Site Visits $ 2,625 WEA 900 Boyle 900 $ 4,425 Meals Site Visits $ 3,150 WEA 540 Boyle 900 $ 4,590 Fy-296 — Attachment 6 Engineering Cost Summary Page 2 of 2 w FAYET T EVILLIE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Don Bunn, Assistant Public Works Director From: Heather Woodruff, City Clerk Date: March 27, 2000 Attached is a copy of the resolution approving the agreement with McGoodwin Williams and Yates. I am also returning two originals for you to distribute. Your purchase requisition has been forwarded to Yolanda Fields. The original will be microfilmed and filed with the City Clerk. cc: Yolanda Fields, Internal Auditor a S. RESOLUTION NO. 39-00 A RESOLUTION APPROVING AN AGREEMENT WITH MCGOODWIN, WILLIAMS AND YATES, IN THE AMOUNT OF $955,302, FOR ENGINEERING SERVICES IN CONNECTION WITH THE NEW WEST SIDE WASTEWATER TREATMENT PLANT; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby approves an agreement with McGoodwin, Williams and Yates, in the amount of $955,302, for engineering services in connection with the new west side wastewater treatment plan. A copy of the agreement is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The City Council hereby approves a budget adjustment increasing Professional Services, Acct. No. 5400 5700 5314 00, Project No. 98047 10 in the amount of $498,314 by decreasing Contract Services, Acct. No. 5400 5700 5315 00, Project No. 99033 1 in the amount of$135,000; Sewer Improvements, Acct. No. 5400 5700 5815 00, Project No. 96012 40 in the amount of $267,314; and Use of Fund Balance, Acct. No. 5400 0940 4999 99 in the amount of $96,000. A copy ofthe budget adjustment is attached marked Exhibit "B" and made a part hereof. PASSED AND APPROVED this 21° day of March , 2000. 16 ATTEST'': By: Heather Woodruff, City C APPROVED: By: F d Hanna, Mayor L. RECEIVED • 39 -co iSEP 282009 MCGOWIL-01 WILL ACORD CERTIFICATE OF LIABILITY INSURA FAYETTEVILLE DnrE (Mm'0", 9/23/2009 PRODUCER (901) 820-0400 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Crow Friedman Group ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 5141 Wheelis Dr. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Memphis, TN 38117 INSURERS AFFORDING COVERAGE NAIC # INSURED McGoodwin Williams & Yates, Inc INSURERA:Zurich American Insurance Company 909 Rolling Hills Drive INSURER B: Fayetteville, AR 72703-3427 INSURERc INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE mwnwm DATE awnwm LIMITS GENERAL LIABILITY EACH OCCURRENCE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurence $ CLAIMS MADE F OCCUR MED EXP (My one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GENL AGGREGATE LIMIT APPLIES PER PRODUCTS- COMP/OP AGG $ POLICY PRO- LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANY AUTO (EaaWdent) '$ ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY NON -OWNED AUTOS (Per acddent) $ PROPERTY DAMAGE $ (Per acadent) GARAGE LIABILITY AUTO ONLY. EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC Is AUTO ONLY: AGG $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE I $ OCCUR CLAIMS MADE AGGREGATE $ I$ DEDUCTIBLE I$ RETENTION $ Is IYCRKER3 COMPENSATION AND -TOWC STATLLGOTH- EMPLOYERS'LIABILITY RN UAIITER ANYCER AEMSERJEACLUDFJ(ECIfDVE E.L. EACH ACCIDENT I$ OFFICERRAEMBER EXCLUDED? E.L. DISEASE -EA EMPLOYEE $ It es desaiunder SPECIAL PROVISIONS Wm E.L DISEASE - POLICY LIMIT $ OTHER A Professional Liability EOC9375584-06 7/21/2009 7/21/2010 Each Claim $2,000,00 A Professional Liability EOC9375584-06 7/21/2009 7/21/2010 Aggregate $4,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES! EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE: City of Fayetteville Wastewater Treatment Plant CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Fayetteville DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MWL 30 DAYSWRITTEN Attn: 113 David Jungers NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURETODOSO SHALL ay Mountain Street Fayetteville, AR 72701 • IMPOSE NO OBLIGATION OR LIABILfrY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25 (2001108) © ACORD CORPORATION 1968