HomeMy WebLinkAbout200-22 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 200-22
File Number: 2022-0777
MCCLELLAND CONSULTING ENGINEERS, INC. AMENDMENT NO. 2:
A RESOLUTION TO APPROVE AMENDMENT NO. 2 TO THE ENGINEERING SERVICES
AGREEMENT WITH MCCLELLAND CONSULTING ENGINEERS, INC. IN THE AMOUNT
OF $897,485.00 FOR PRELIMINARY ENGINEERING DESIGN FOR THE WEST CORRIDOR
WATER TRANSMISSION LINE PROJECT, AND TO APPROVE A BUDGET ADJUSTMENT
WHEREAS, on June 5th, 2012, the City Council approved Resolution No. 120-12, approving a
contract with McClelland Consulting Engineers, Inc. for the water transmission line layout and
easement acquisition related to a third connection to Beaver Water District; and
WHEREAS, Amendment No. 2 will provide the necessary funds for preliminary design, permit
consulting services and associated coordination with state and federal agencies, geotechnical
investigations, and additional topographic surveys in the project corridor.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves Amendment
No. 2 to the Engineering Services Agreement with McClelland Consulting Engineers, Inc. in the
amount of $897,485.00 for preliminary engineering design for the West Corridor Water Transmission
Line Project.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget
adjustment, a copy of which is attached to this Resolution.
PASSED and APPROVED on 9/6/2022
Page 1 Printed on 917122
Resolution: 200-22
File Number: 2022-0777
Attest:
4 e '
rr ..
Fr
�Yc
211.4
Kara Paxton, CityClerk Treasurer.yp'k�}
Page 2 Printed on 917122
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
(479)575-8323
Text File
File Number: 2022-0777
Agenda Date: 9/6/2022 Version: 1 Status: Passed
In Control: City Council Meetinq File Type: Resolution
Agenda Number: A.10
MCCLELLAND CONSULTING ENGINEERS, INC. AMENDMENT NO. 2:
A RESOLUTION TO APPROVE AMENDMENT NO.2 TO THE ENGINEERING SERVICES
AGREEMENT WITH MCCLELLAND CONSULTING ENGINEERS, INC. IN THE AMOUNT OF
$897,485.00 FOR PRELIMINARY ENGINEERING DESIGN FOR THE WEST CORRIDOR WATER
TRANSMISSION LINE PROJECT, AND TO APPROVE A BUDGET ADJUSTMENT
WHEREAS, on June 5th, 2012, the City Council approved Resolution No. 120-12, approving a contract with
McClelland Consulting Engineers, Inc. for the water transmission line layout and easement acquisition related to
a third connection to Beaver Water District; and
WHEREAS, Amendment No. 2 will provide the necessary funds for preliminary design, permit consulting
services and associated coordination with state and federal agencies, geotechnical investigations, and additional
topographic surveys in the project corridor.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves Amendment No. 2 to
the Engineering Services Agreement with McClelland Consulting Engineers, Inc. in the amount of $897,485.00
for preliminary engineering design for the West Corridor Water Transmission Line Project.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a
copy of which is attached to this Resolution.
City of Fayetteville, Arkansas Page 1 Printed on 91712022
City of Fayetteville Staff Review Form
2022-0777
Legistar File ID
9/6/2022
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Tim Nyander 8/18/2022 WATER SEWER (720)
Submitted By Submitted Date Division / Department
Action Recommendation:
Staff recommends approval of Amendment No. 2 in the amount of $897,485.00 to the Engineering
Services Agreement with McClelland Consulting Engineers, Inc. for Preliminary Engineering Design for
the West Corridor Water Transmission Line Project, and approval of a budget adjustment.
5400.720.5600-5314.00
Account Number
18015.2201
Project Number
Budgeted Item? Yes
Does item have a cost? Yes
Budget Adjustment Attached? Yes
Purchase Order Number:
Change Order Number:
Original Contract Number
Comments:
Budget Impact:
Water and Sewer
Fund
West Water Transmission Line Project
Current Budget
Funds Obligated
Current Balance
Item Cost
Budget Adjustment
Remaining Budget
Project Title
$ 254,838.00
$ 254,837.93
0,07
$ 897,485.00
$ 897,485.00
Previous Ordinance or Resolution
Approval Date:
J.U/
V20210527
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF SEPTEMBER 6, 2022
TO: Mayor and City Council
THRU: Susan Norton, Chief of Staff
Tim Nyander, Utilities Director
Water, Sewer, & Solid Waste Committee
FROM: Corey Granderson, Utilities Engineer
DATE: August 18, 2022
CITY COUNCIL MEMO
SUBJECT: Amendment No. 2 to the Engineering Services Agreement with McClelland
Consulting Engineers, Inc. for Preliminary Engineering Design for the West
Corridor Water Transmission Line Project and approval of a budget
adjustment.
RECOMMENDATION:
Staff recommends approval of Amendment No. 2 in the amount of $897,485.00 to the
Engineering Services Agreement with McClelland Consulting Engineers, Inc. for Preliminary
Engineering Design for the West Corridor Water Transmission Line Project, and approval of a
budget adjustment.
BACKGROUND:
The City of Fayetteville owns and operates two parallel water transmission lines from Beaver
Water District (BWD) in Lowell that enter from the northeast corner of the City. These lines are a
36-inch pipe installed in 1967 and a 42-inch pipe installed in 1993. BWD intends to build a
western water distribution point near HWY-112 and the newly constructed Springdale Northern
Bypass, HWY-612. This facility will supply a western water transmission feed to all four
customer cities, helping with hydraulics, critical redundancy, and overall utility resiliency.
Fayetteville's 11-mile connection to the proposed BWD facility has been identified in water
master plans for many years, but the timeline was previously unknown. In 2012, the City of
Fayetteville hired McClelland Consulting Engineers (MCE) to establish a preliminary alignment
for a waterline along this western corridor (Res. 120-12) and begin easement acquisitions. The
contract was amended in 2021 (Res. 179-21) to increase funds for appraisals and acquisition
support.
DISCUSSION:
BWD has been notified by Springdale Water Utility (SWU) that a connection to the western
corridor delivery point is desired by first-quarter 2026. BWD and SWU have begun final design
for alignments and pump stations to make this project a reality. The City of Fayetteville
previously desired a connection to this facility by 2030. However, there are three primary
reasons this timeline should be expedited, and Fayetteville be ready to tie onto this new facility
nearer to the BWD/SWU timeframe.
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
First, the condition of the original 36-inch transmission main is rapidly deteriorating in several
areas due to corrosion from shale soils. This has resulted in several recent large waterline leaks
which have caused home damage, property damage, and complete street reconstruction in their
vicinities. During these large leaks, the water system is susceptible to mass water outages
across the service area. Furthermore, the city cannot operate this line at any pressures above
the absolute minimum to meet increasing water demands, as this triggers further leaks.
Second, the demands on our water system have increased due to population and use increases
beyond those previously projected. In 2017, during the City's last water modeling and master
planning, the West Corridor line was projected to be needed in 2033 to provide adequate water
to our system. However, a recent update to these projections shows the line is needed by 2029
simply to meet maximum day demands in the summertime.
Finally, the 3rd reason for expediting this project is the logistical intersection between the first
two reasons. Due to existing water demands and usage, the 36-inch line cannot be taken out of
service long enough to replace sections of the line experiencing the worst corrosion. While
replacement of large portions of this line has been previously identified as the most critical
project needed for delivery of water to the City's system, the only way to increase our capacity is
to construct the 48-inch West Corridor water transmission line as expeditiously as possible.
Once in operation, the West Corridor line will allow for the older 36-inch line to be replaced and
provide the redundancy needed to support the future growth in the City.
The critical path next step to accomplishing these goals is to move forward with the preliminary
engineering and environmental permitting phase of the West Corridor line. The future funding of
the West Corridor line is being considered as well but is not the most pressing `next step' to
expediting the project.
For these reasons, Amendment No. 2 is proposed which will provide funds to keep the project
progressing and on its critical path. Immediate next steps will include preliminary design,
Section 404 permit consulting services and associated coordination with state/federal agencies,
geotechnical investigations, and additional topographic surveys in the project corridor.
This amendment consists of $897,485.00 in engineering services, increasing the total contract
amount from $649,600.00 to $1,547,085.00.
BUDGET/STAFF IMPACT:
Budgeted Funds will be transferred from the Water Impact Fee Improvement Project to the West
Water Transmission Line project. This project will increase capacity. Impact Fee Funds can be
utilized for the project cost.
Attachments:
Amendment No. 2
Scope/Fee/Exhibits
Resolution 179-21
Resolution 120-12
Budget Adjustment
Amendment No. 2 to the Engineering Services Agreement for
Water Transmission Line Layout and Easement Acquisition
Date: ,4 , 22
WHEREAS, the CITY OF FAYETTEVILLE and McClelland Consulting Engineers, Inc.
(ENGINEER) entered into an Agreement for Professional Engineering Services
(AGREEMENT) on June 5, 2012; and,
WHEREAS, the CITY OF FAYETTEVILLE and ENGINEER entered into Amendment No. 1
to the AGREEMENT on July 6, 2021 to perform additional services outside of the scope of the
AGREEMENT; and,
WHEREAS, the CITY OF FAYETTEVILLE has requested that ENGINEER perform additional
services outside of the scope of the AGREEMENT and Amendment No. 1.
NOW THEREFORE, the following modifications will be made to the AGREEMENT to
include the additional services requested:
MODIFICATIONS:
Section 2.2.1 — the additional scope of services is included in the attached
Appendix "A- I".
2. Section 5.1.1 —the maximum not -to -exceed amount is increased from $649,600.00 to
$1,547,085.00. Modifications to compensation are included in the attached
Appendix "A- I".
IN WITNESS WHEREOF, the parties execute this Amendment No. 2, to be effective on the
date set out above.
McClelland Consulting Engineers, Inc. City of Fayetteville, Arkansas
BY: ;0_e�eBY:
Nicholas R. Batker, P.E.
Senior Associate
APPENDIX A-1 — SCOPE OF ADDITIONAL SERVICES
AMENDMENT NO. 2 TO THE ENGINEERING SERVICES AGREEMENT FOR THE
WEST CORRIDOR WATER TRANSMISSION MAIN
1.0 General
The ENGINEER is currently under contract with the CITY OF FAYETTEVILLE to establish a
preliminary alignment corridor, prepare easement exhibits and descriptions, and assist in
obtaining easements for a future 48-inch water transmission main extending from the intersection
of Highway 112 and Van Asche Drive in Fayetteville to a future Beaver Water District pump station
site located near the intersection of Highway 612 and Miller Road in Springdale (total distance of
approximately 59,000 linear feet, or 11.2 miles).
The original schedule for this project was to complete easement acquisition by December 2024,
then proceed into the design and construction of the water transmission main and have it ready
to be placed into operation by 2030.
The CITY OF FAYETTEVILLE has recently determined that it is in their best interest to design
and construct this 48-inch water transmission main as soon as practicable, with the goal of having
this pipeline ready to be placed into operation when the future BWD pump station is completed,
which is currently estimated to occur in the first quarter of 2026. The following scope of additional
services covers the effort required by the ENGINEER to complete the preliminary design phase
for the water transmission main in order to maintain this new schedule. The final design phase
and services during construction will be addressed through future amendments to this contract.
2.0 Scope of Additional Services
2.1 Project Management and Coordination
The ENGINEER will conduct progress meetings with the CITY OF FAYETTEVILLE.
At this time, it is assumed that progress meetings will be held biweekly; however, the
ENGINEER is available to meet more frequently if required.
In addition, the ENGINEER will attend up to three (3) Water & Sewer Committee
Meetings and up to three (3) meetings with other stakeholders (such as BWD, SWU,
ARDOT, etc.) at the request of the CITY OF FAYETTEVILLE.
Finally, the ENGINEER will prepare monthly progress reports and schedule updates
concurrent with invoice submittals to the CITY OF FAYETTEVILLE.
2.2 Topographic Surveys
The ENGINEER performed topographic surveys within the original project corridor
limits in the 2013-2014 timeframe. Since that time, the following changes have
occurred in the corridor which will require new topographic surveys:
Changes in alignment due to property owner concerns, potential design concerns,
and/or land use changes; and
Changes in existing grades along the original alignment corridor due to
construction of adjacent developments and/or roadways/highways.
Exhibit A depicts these general locations requiring new topographic surveys. The
anticipated total survey area is approximately 5.0 miles, or approximately 30.3 acres
assuming a 50-foot wide surveyed corridor.
Appendix A-1 — Scope of Additional Services — West Corridor Water Transmission Main — Amendment No. 2
Page 1 of 8 8/2/2022
The topographic surveys will typically include the following details listed below:
• Street curb lines, asphalt edges, crown, and striping;
• Parking areas, light -poles, and bollards;
• Buildings, sheds, and finish floor elevations;
• Utility fixtures and structures;
• Underground utility lines as marked by utility location services;
• Drainage ditches, pipes and structures;
• Fences and gates;
• Land corners and property markers; and
• Other features as may be visible from ground observation.
The ENGINEER will send out property owner notifications prior to beginning field work
(letter via USMAIL or doorhangers) to alert landowners that surveyors will be in the
area. Project control points used to complete the topographic survey will be shown for
future use during construction. The ENGINEER will contact Arkansas 811 and wait the
allotted 48 hours prior to beginning the survey to allow time to have utilities field
located. The ENGINEER will not be responsible for utilities not field located by a
public/private utility location service or by specific utility providers.
2.3 Section 404 Consulting Services
The ENGINEER will subcontract Section 404 consulting services to FTN Associates
Ltd. Following is a detailed scope of work for this item.
2.3.1 Review of Background Information
This task will identify and review site -specific background information pertinent
to the Project site, including:
• Site specific information obtained from US Army Corps of Engineers
(USACE);
• Soil Conservation Service's Soil Survey for Benton County, Arkansas and
Soil Survey for Washington County, Arkansas;
• Natural Resources Conservation Service (NRCS) hydric soils list for
Benton and Washington Counties, Arkansas;
• Appropriate USGS topographic quadrangle maps;
• USACE file materials relating to adjacent properties, if any, that might
provide useful information specific to this project; and
• Site -specific materials provided by the Client regarding the subject
property.
2.3.2 Delineation of Section 404 Wetlands and Other Waters
This task will include onsite field investigations to identify boundaries and
extent of wetlands and other waters of the US having potential USACE
jurisdiction under Section 404 of the Clean Water Act at the project site.
Wetland boundaries will be placed on a topographic base map suitable for
USACE submittal and wetland acreage will be determined. The methods used
in conducting the delineation will follow the 1987 Corps of Engineers Wetlands
Delineation Manual and the Regional Supplement to the Corps of Engineers
Wetland Delineation Manual: Eastern Mountains and Piedmont Region
(Version 2.0), i.e., detailed observations will be made on vegetation, hydrology,
and soils. This task includes written documentation of the findings, which will
Appendix A-1 — Scope of Additional Services — West Corridor Water Transmission Main — Amendment No. 2
Page 2 of 8 8/2/2022
be submitted to the CITY OF FAYETTEVILLE. The documentation will include
a completed USACE wetland field data form for each data collection point;
maps showing boundaries of potential Section 404 wetlands and locations and
extent of other waters of the US under potential USACE jurisdiction; expository
text that characterizes the nature of potentially USACE regulated tributary and
drainage channels, in addition to wetland/non-wetland areas; and
representative photos of project site features. An electronic copy (hard copy
available upon request) of the delineation report will be submitted to the CITY
OF FAYETTEVILLE.
2.3.3 Nationwide Permit Preparation
Based on current expectations regarding site impacts (which cannot be fully
determined until the delineation is completed), it is assumed that this project
can be permitted under a Section 404 Nationwide Permit (NWP). If impacts are
such that an Individual Permit is required, activities associated with individual
permitting can be performed as Additional Services.
A request for project authorization under Section 404 of the CWA via an
appropriate NWP will be prepared and submitted to the USACE. Impact
calculations will be based on the Section 404 delineation completed in Task
2.2.2. A copy of that delineation report will be submitted to the USACE as part
of the NWP submittal.
2.3.4 NWP USACE Coordination
Routine coordination with USACE will be conducted, which includes periodic
phone call and email coordination to respond to USACE questions that may
arise and to request project updates. In the event that USACE coordination
exceeds that of normal Section 404 processing, additional coordination
(include site visits requested by USACE) will be considered Additional
Services.
2.4 GeotechnicalInvestigation
The ENGINEER will conduct a detailed geotechnical investigation along the project
alignment. Following is a detailed scope of work for this item.
2.4.1 Geotechnical Exploration and Field Services
The geotechnical exploration will consist of up to 81 borings, with preliminary
locations depicted on Exhibit B.
The proposed boring locations are strategically placed across the project
alignment and at significant crossing locations in an effort to provide sufficient
subsurface information for the design of the proposed 48-inch water
transmission main. Borings located at roadway and creek crossings (29 total)
have planned target depths of 20 feet below existing surface elevations, while
borings at all other locations (52 total) have planned target depths of 15 feet
below existing surface elevations. It should be noted that boring locations are
subject to field adjustments once local utilities are identified.
Borings will be conducted with a Diedrich D-50 Turbo track -mounted drill rig
and a CME-45B truck -mounted drill rig, each equipped with an automatic
hammer. The rigs will utilize auger drilling techniques to advance the borings
to their respective target depths or until materials resulting in auger refusal are
Appendix A-1 — Scope of Additional Services — West Corridor Water Transmission Main — Amendment No. 2
Page 3 of 8 8/2/2022
encountered; whichever is less. At major road and creek crossings, rock coring
will be conducted to achieve the planned target depths, should materials
resulting in auger refusal be encountered prior to achieving these depths. Soil
sampling will occur at approximately 3,000-foot intervals along the proposed
alignment, for a total of up to 23 sampling locations. The soil sampling methods
will utilize a two-inch diameter split -spoon sampler using the continuous soil
sampling method by means of Standard Penetration Testing (SPT) to 10 feet
and every 5 feet thereafter. Soil sampling will be conducted in general
accordance with ASTM D1586 - Standard Test Method for Standard
Penetration Test (SPT) and Split -Barrel Sampling of Soils. Project borings at
locations where soil sampling is not currently planned will be conducted
utilizing auger drilling techniques exclusively.
Groundwater observations will be made at the time of drilling and prior to
backfilling. Long-term groundwater monitoring is not included in this scope of
services.
The boreholes will be backfilled the same day they are drilled following best
practice guidelines. The ENGINEER will make every reasonable effort to
minimize the waste generated and the disturbance to the site. Project borings
conducted in pavement areas will be patched with like -materials following
completion of the boring. The ENGINEER will not be held accountable for
complete site restoration including landscaping and/or grading.
2.4.2 Laboratory Testing and Analysis
Laboratory analysis will be performed on the recovered samples to determine
the engineering properties of the project soil strata. Laboratory testing will be
conducted in accordance with the American Society for Testing and Materials
(ASTM) designations. Relevant laboratory testing may include the following:
• ASTM D2488 — Standard Practice for Description and Identification of Soils
(Visual);
• ASTM D2487 — Standard Practice for Classification of Soils for Engineering
Purposes (USCS);
• ASTM D2216 — Standard Test Method for Lab Determination of Water
Content of Soil;
• ASTM D6913 — Standard Test Method for Particle -Size Distribution of Soils
Using Sieve Analysis;
• ASTM D4318 — Standard Test Method for Liquid Limit, Plastic Limit, and
Plasticity Index of Soils; and
• ASTM D7012 — Standard Test Method for Compressive Strength and
Elastic Moduli of Intact Rock Core Specimens.
Additional third -party laboratory testing will be performed on recovered
samples for corrosion potential, which will include testing for the following:
• Soil Resistivity;
• pH;
• Sulfates;
• Chlorides;
• Sulfides; and
• Redox Potential.
Appendix A-1 — Scope of Additional Services — West Corridor Water Transmission Main — Amendment No. 2
Page 4 of 8 8/2/2022
2.4.3 Geotechnical Report
Upon completion of Tasks 2.4.1 and 2.4.2, the ENGINEER will develop a
written geotechnical report to include the following scope items:
• Site Description;
• Detailed Evaluation of Subsurface Conditions;
• Seismic Considerations;
• Lateral Earth Pressures;
• Groundwater Conditions; and
• In -Situ Rock Properties and Elevations.
Additional items may include frost penetration depth, wet weather construction
considerations, and recommended construction monitoring.
The final report will be submitted to the CITY OF FAYETTEVILLE, and findings
from this report will also be incorporated into the relevant preliminary design
items outlined in Task 2.5.
2.5 Preliminary Design
2.5.1 Technical Memoranda
The ENGINEER will prepare a technical memorandum (TM) for major items
associated with the preliminary design of the 48-inch water transmission main.
Individual TMs will be submitted to the CITY OF FAYETTEVILLE for review
and comment as they are completed. The ENGINEER will subsequently
address review comments and finalize each TM. Upon completion of all final
TMs, the ENGINEER will compile them into a complete document and provide
to the CITY OF FAYETTEVILLE.
Following is a list of the TMs to be prepared for this project. Coffman Engineers
will perform the corrosion evaluation in TM No. 5 as a subconsultant to the
ENGINEER. Carollo Engineers will serve in a technical advisory and quality
control/quality assurance role on all TMs prepared.
• TM No. 1 — Pipe Material Selection
o Evaluate pipe materials, including spiral welded steel, ductile iron pipe
and prestressed concrete cylinder pipe; and
o Provide recommendations on pipe material to be carried forward into
final design.
• TM No. 2 — Hydraulics and Preliminary Surge Analysis
o Calculate anticipated operating pressures and maximum surge
pressures along the project alignment;
o Prepare hydraulic grade line exhibit along project alignment;
o Provide preliminary recommendations on sizing and placement of
combination air vacuum/air release valves and blow off valves; and
o Provide preliminary recommendation on type and placement of in -line
valves.
• TM No. 3 — Pipe Thickness Design
o Determine pipe thickness required along the project alignment based
on internal pressures (TM No. 2), handling and external loading
conditions; and
Appendix A-1 — Scope of Additional Services — West Corridor Water Transmission Main — Amendment No. 2
Page 5 of 8 8/2/2022
o Provide recommendations on pipe thickness to be carried forward into
final design, along with accompanying exhibit(s) depicting locations of
thickness changes.
• TM No. 4 — Pipe Coating Evaluations
o Evaluate interior coating options and provide recommendations; and
o Evaluate exterior coating options and provide recommendations.
TM No. 5 — Corrosion Protection
o Review preliminary plans, geotechnical report, and associated soil
corrosivity test results;
o Identify metallic foreign below grade utilities/pipelines. Perform
preliminary evaluation to estimate likelihood of DC stray current
interference and coordinate with foreign operator personnel to obtain
necessary information;
o Identify overhead high voltage transmission power line crossings and
collocations. Perform preliminary risk assessment to estimate likelihood
of AC stray current interference and coordinate with utility personnel to
obtain necessary information;
o Determine electrical continuity bonding and electrical isolation
requirements;
o Determine corrosion monitoring (test station) requirements; and
o Evaluate the need for cathodic protection. If CP is warranted, provide
description of anticipated CP system type, locations and
operation/maintenance considerations.
TM No. 6 — Boring/Tunneling Evaluations
o Identify locations along project alignment that will require other than
open cut installation methods (i.e., boring or tunneling);
o Prepare exhibit(s) depicting other than open cut locations;
o Evaluate boring and tunneling methods and provide recommendations
for approach in final design.
TM No. 7 — Utility Conflicts and Constructability
o Identify potential conflicts with major utilities;
o Identify potential constructability concerns, such as steep slopes,
adjacent development, and other areas of concern;
o Prepare exhibit(s) depicting utility conflicts and constructability
concerns; and
o Provide recommendations on addressing the previously identified
concerns during final design.
TM No. 8 — Permitting Requirements
o Coordinate with local, state and federal agencies to identify potential
permits required, including but not limited to ARDOT utility crossing
permits, Section 404 permit, and City/County road crossing permits;
o Prepare exhibit(s) depicting locations along project alignment where
permits are required; and
o Provide anticipated timelines for obtaining each type of permit.
Appendix A-1 — Scope of Additional Services — West Corridor Water Transmission Main — Amendment No. 2
Page 6 of 8 8/2/2022
• TM No. 9 — Project Delivery Methods
o Evaluate project delivery methods, including traditional (design -bid -
build) and alternate methods such as Construction Manager at Risk;
o Evaluate feasibility of a single construction contract versus multiple
construction contracts, and prepare exhibit(s) as required to depict the
separation of contracts;
o Evaluate early procurement of materials; and
o Provide preliminary recommendations for project delivery approach.
• TM No. 10 — Opinion of Probable Construction Cost
o Coordinate with suppliers on availability and cost of materials required
to construction the project;
o Develop anticipated contractor production/installation rates (i.e., linear
feet of pipe installed per day); and
o Prepare an opinion of probable construction cost, which will include a
minimum 20% construction contingency.
2.5.2 Preliminary Plans
The ENGINEER will prepare preliminary design plans to an approximate 30%
completion level. Plan and profile sheets will be set up to a 1" = 50' horizontal
scale with an appropriate vertical scale (1"=10' assumed at this time). Based
on the project length and horizontal scale, it is assumed that up to 60 plan and
profile sheets will be produced in this task. The preliminary plans will at a
minimum include the following information:
• Current aerial photography obtained from publicly available sources;
• Proposed alignment and stationing;
• Permanent and temporary construction easement limits;
• Property boundaries, rights -of -way and ownership information;
• Topographic features obtained in Task 2.2;
• Utility information obtained in Task 2.2;
• Wetlands and other waters of the US identified in Task 2.3;
• Geotechnical bore locations obtained in Task 2.4;
• Locations of other than open cut crossings;
• Identification of areas of concern to be addressed during final design;
• Existing ground elevations along centerline of proposed alignment; and
• Preliminary locations of combination air vacuum/air release valves and
blow off valves.
The preliminary plans will be submitted to the CITY OF FAYETTEVILLE
concurrently for review and comment. The ENGINEER will subsequently
address review comments and submit final preliminary plans to the CITY OF
FAYETTEVILLE.
3.0 Project Deliverables
3.1 Topographic survey of project alignment in AutoCAD format.
3.2 Wetlands Delineation Report — PDF and one (1) hard copy.
3.3 Geotechnical Report — PDF and (1) hard copy.
Appendix A-1 — Scope of Additional Services — West Corridor Water Transmission Main — Amendment No. 2
Page 7 of 8 8/2/2022
3.4 Draft Technical Memoranda — PDF and one (1) hard copy of each TM.
3.5 Draft Preliminary Plans — PDF and one (1) 11x17 hard copy.
3.6 Final Technical Memoranda — PDF copy of each TM and one (1) hard copy of all
compiled TMs.
3.7 Final Preliminary Plans — PDF and one (1) 11x17 hard copy.
3.8 Other electronic files as requested by the CITY OF FAYETTEVILLE.
4.0 Compensation
In consideration of the performance of the foregoing services by the ENGINEER, the CITY OF
FAYETTEVILLE will by to the ENGINEER compensation as follows:
4.1 Compensation will be paid to the ENGINEER on the basis of ENGINEER's standard
hourly rates in effect at the time the work is performed, plus reimbursable expenses.
A task hour fee breakdown is provided as Appendix A-2. ENGINEER's current rate
schedule is attached hereto as Appendix A-3.
4.2 The maximum not -to -exceed for Amendment No. 2 will be $897,485.00.
4.3 The maximum not -to -exceed total contract amount is increased from $649,600.00 to
$1,547,085.00
5.0 Project Schedule
The ENGINEER will begin work under Amendment No. 2 immediately upon receipt of a Notice to
Proceed (NTP). The overall anticipated project schedule is provided in Exhibit C.
6.0 Additional Future Services
Additional future services will include, but not be limited to the following:
• Final Design Plans and Details;
• Contract Documents and Technical Specifications;
• Additional Environmental Services, such as cultural resources surveys and threatened
and endangered species evaluations;
• Permitting through ARDOT and other local jurisdictions;
• Bid Phase Services; and
• Construction Phase Services.
The scope for these future additional services will be defined by the ENGINEER and CITY OF
FAYETTEVILLE prior to completion of the services under this Amendment No. 2, and will be
authorized under future amendment(s) to this Agreement.
Appendix A-1 — Scope of Additional Services — West Corridor Water Transmission Main — Amendment No. 2
Page 8 of 8 8/2/2022
APPENDIX A-2
City of Fayetteville - West Corridor Water Transmission Main MCCLELLAND
Amendment No. 2 -Preliminary Design
Personnel Hour Fee Estimate ECDNSULTING
8/1ER/2022 ENGINEERS, INC.
Task Description
Sr. Project
Manager
Project
Manager
Project
Designer
CAD/GIS
Technician
Reg. Land
Surveyor
Survey
Technician
Field
Survey
Crew
Lab
Tech I
Lab
Tech II
Geotech
Engineer
Extended Cost
Task 2.1 - Project Management and Coordination
Biweekly Progress Meetings 20 total assumed
40.00
40.00
20.00
20.00
$19,600.00
Water & Sewer Committee Meetings 3 total assumed
10.00
1 10.00
1 5.00
$4,325.00
Other Stakeholder Meetings 3 total assumed
10.00
10.00
5.00
$4,325.00
Monthly Progress Reports & Schedule U dates 10 total assumed
0.00
20.00
20.00
$5 5 00.00
Subtotal Labor Hours / Fee - Task 2.11
60.00
80.00
40.00
30.00
1 0.00
1 0.00
0.00
0.00
0.00
0.00
1 $33,750.00
Estimated Reimbursable Expenses/Subconsultants
Mileacle $200.00
Subtotal Reimbursable Expenses - Task 2.1
$200.00
Total Task 2.1 - Project Management and Coordination
60.00 80.00 40.00 30.00 0.00 0.00 0.00 0.00 0.00 0.00 $33,950.00
Task 2.2 - Topographic Surveys
Establish Horizontal and Vertical Control
40.00
60.00
$15,500.00
Coordinate with Arku s
40.00
60.00
$15,500.00
MaDDina of Surface Features
360.00
$59,400.00
Drafting
20.00
160.00
$20,400.00
QA/QC
20.00
40.00
$8 800.00
Subtotal Labor Hours / Fee - Task 2.21
0.00
1 20.00
1 0.00
1 0.00
1 140.00
1 160.00
1 480.00
1 0.00
1 0.00
1 0.00
1 $119,600.00
Estimated Reimbursable Expenses/Subconsultants
Utility Locates Arku s $3,000.00
Subtotal Reimbursable Expenses - Task 2.2
$3,000.00
Total Task 2.2 - Topographic Surveys
1 0.00 1 20.00 1 0.00 1 0.00 1 140.00 1 160.00 1 480.00 0.00 0.00 0.00 $122,600.00
Task 2.3 - Section 404 Consulting Services
Subconsultant Coordination
5.00
$800.00
Review Delineation Report
5.00
5.00
$1,375.00
Review Section 404 NW P Application
5.00
$800.00
USACE Coordination
5.00
5.00
$1 375.00
Subtotal Labor Hours / Fee - Task 2.31
0.00
1 20.00
1 10.00
1 0.00
1 0.00
1 0.00
1 0.00
1 0.00
1 0.00
1 0.00
1 $4,350.00
Estimated Reimbursable Expenses/Subconsultants
Subconsulant- FTN Associates Ltd. $18,000.00
Subtotal Reimbursable Expenses - Task 2.3
$18,000.00
Total Task 2.3 - Section 404 Consulting Servicesl
0.00 20.00 10.00 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 $22,350.00
Task 2.4 - Geotechnical Investigations
Geotech Exploration & Field Services
340.00
$30,600.00
Lab Testing & Analysis see below
$0.00
Geotech Report & Coordination
160.00
45.00
$22 975.00
Subtotal Labor Hours / Fee - Task 2.41
0.00
1 0.00
1 0.00
1 0.00
1 0.00
1 0.00
1 0.00
1 340.00
1 160.00
1 45.00
1 $53,575.00
Estimated Reimbursable Expenses/Subconsultants
Equipment Mobilization/Demobilization assumed 4 truck rig mob/demob $300/EA; 8 track rig mob/demob $600/EA
$6,000.00
Boring Setup 81 bores @ $40/EA
$3,240.00
SPT Auger Drilling assumed 1,360 LF $13/LF
$17,680.00
Water -Based Rock Coring Diamond Bit assumed 290 LF @ $40/LF
$11,600.00
In -House Laboratory Testing Moisture Content, Atterberg Limits, Gradation, Comp. Strength of Rock Cores
$10,375.00
Third Party Laboratory Testing Soil Resistivity, H, Sulfates, Chlorides, Sulfides, Redox Potential
$16,250.00
Pavement Patching assumed 9 patches $35/EA
$315.00
Diamond Rock Bits assumed 6 bits $650/EA
$3,900.00
Subtotal Reimbursable Expenses - Task 2.4
$69,360.00
Total Task 2.4 - Geotechnical Investigations
0.00 0.00 0.00 0.00 0.00 0.00 1 0.00 1 340.00 160.00 45.00 $122,935.00
Task 2.5 - Preliminary Design
Technical Memoranda
TM No. 1 - Pipe Material Selection
5.00
10.00
20.00
$5,025.00
TM No. 2 - Hydraulics and Prelim Sure Analysis
10.00
20.00
40.00
10.00
$11,000.00
TM No. 3 - Pipe Thickness Design
10.00
20.00
40.00
5.00
$10,525.00
TM No. 4 - Coating Evaluation
5.00
10.00
20.00
$5,025.00
TM No. 5 - Corrosion Protection
5.00
20.00
10.00
5.00
$5,950.00
TM No. 6 - Boring/Tunneling
10.00
50.00
60.00
10.00
$18,100.00
TM No. 7 - Utility Conflicts/Constructabilit
30.00
80.00
120.00
10.00
$34,300.00
TM No. 8 - Permitting Requirements
5.00
10.00
10.00
10.00
$4,825.00
TM No. 9 - Pro ect Delivery Methods
30.00
40.00
20.00
10.00
$16,400.00
TM No. 10 - Opinion of Probable Construction Cost
20.00
50.00
80.00
$21,700.00
Address City Comments on TMs
10.00
20.00
20.00
10.00
$8,700.00
QA/QC
20.00
20.00
$7,700.00
Preliminary Plans
Set up Plan & Profile Sheets
0.00
20.00
180.00
240.00
$46,700.00
Incorporate Survey Data (Topographic, Boundary, Easements
0.00
20.00
120.00
160.00
$32,200.00
Incorporate Utility Information
10.00
20.00
120.00
160.00
$34,450.00
Incorporate Wetlands Information
0.00
10.00
20.00
40.00
$7,700.00
Incorporate Geotech Information
0.00
0.00
10.00
20.00
$3,050.00
Establish Alignment and Existing Ground Profile
80.00
200.00
540.00
800.00
$188,100.00
Annotate OTOC Segments, Valves, and Areas of Concern
20.00
40.00
60.00
80.00
$25,400.00
Submit Draft Prelim Plans
0.00
0.00
20.00
20.00
$4,200.00
Address Comments and Submit Final Prelim Plans
10.00
20.00
60.00
80.00
$19,950.00
QA/QC
40.00
40.00
$15400.00
Subtotal Labor Hours / Fee - Task 2.51
320.00
1 720.00
1570.00
1670.00
1 0.00
1 0.00
0.00
0.00
0.00
1 0.00
$526,400.00
Estimated Reimbursable Expenses/Subconsultants
Mileage
$500.00
Subconsultant - Coffman Engineers Corrosion Protection
$14,500.00
Subconsultant - Carollo Technical Advisor/QAQC on TMs
$54,250.00
Subtotal Reimbursable Expenses - Task 2.5
$69,250.00
Total Task 2.5 - Preliminary Design
1 320.00 720.00 1570.00 1670.00 0.00 0.00 0.00 1 0.00 0.00 1 0.00 $595,650.00
GRAND TOTAL AMENDMENT NO. 21 380.00 840.00 1620.00 1700.00 140.00 160.00 480.00 1 340.00 160.00 1 45.00 $897,485.00
Page 1 of 1
APPENDIX A-3
McCLELLAND
NEE�
CONSULTING
ENGINEERS, INC.
Effective 8/1/2022
McCLELLAND CONSULTING ENGINEERS, INC.
*STANDARD HOURLY RATES
Chief Draftsman
$95 - $110
Clerical
$45 - $75
Construction Observer
$70 - $145
Draftsman
$65 - $100
Environmental Scientist/Designer
$105 - $125
Geotech Engineer
$85 - $170
GIS Technician
$80 - $140
HR/Payroll Admin
$75-$100
Landscape Architect
$90 - $170
Media Specialist
$80 - $105
Principal
$160 - $240
Project Accountant
$70 - $155
Project Designer - Intern
$50 - $60
Project Designer
$80 - $140
Project Engineer
$120 - $175
Project Manager
$120 - $200
Registered Land Surveyor
$95 - $145
Soils Lab Technician
$50 - $140
Specification Writer
$50 - $90
Sr. Project Manager
$140 - $230
Survey (2 man or Robotic) Crew
$115 - $165
Survey (3 man) Crew
$135 - $195
Survey Field (1 Man or Rodman)
$45 - $110
Survey GPS
$75 - $130
Survey Technician
$65 - $95
Water Lab Supervisor
$70 - $120
Water Lab Tech
$50 - $95
Expenses
@ Cost
Mileage
.625/mi
* Standard Hourly Rates may he adjusted annually in accordance with
the normal salary review practices of McClelland Consulting Engineers.
EXHIBIT A: Additional Topographic Survey Areas
I�Fa,i,r_L-n
61 ® i__�� Illll,i,� II -0 / (I Wi
�J
If d-�o� C:arrie-Smi+
S
a
- — _ Springdale Spring Cr
Elm Springs — — — _ l� 11 Benton Co.
Water St .n- I Washington Co.
a'
Elm Springs 0
'LE1m=Springs-Rd� L C= J
Elm Springs Ilk N k"\ I Ofo
)) Tontitown ,aµe Rd� ` �� r
Y� 6. I I Z� Il z
Il� E
II tii�-n �—
Millwn-R.a- fY] �il rinn�nin« Ir- II it I� ii1-�I
Lrn
c
J /
Y
f�
Kell--y_R d 1°
0
3
A
2
v
3
0
Arbor Acres Rd
84
ntitown A—
m
N
m
�I ,p }IrU L �01
Rd Elm S rin s
Ave Springdale, i ve
LL a T� F--777n =c�
Z 1 Brus z=
h =
Har-Ber Ave o`H: ra B_er_Ave ores
�u ��--ll
-- ��D ��J
z _ _
L 'I
y �❑�d � � Ji �IJI—Jo`c
Alivia Cir 0 OoO�Do o� t to < �Cm
o �o�� �� L�J6 i �Jsl l�oo �J51
�Ca,
Cr
I� l� y
O _ 7
-JIL �000❑Natahe_A.veJ
� Apple Rd I _
.a✓ � Luxen.e A:ve�
'i II Ir =IT
L-uwe:na-Ave
.o:
m NI �''J�[�
Gerge_A:ve t m
N v rn 1J� 0 Chapman-A:ve
\-N I�1nnInl
o J Watkins Ale p
Randall Tyson v
Recreational
Complex
L e --� it C 'm v
(P
^L-JLJ J
CO
C
aim c
cn
�\ �^ Magnolia Dr
Am erwood St�l
S rin dale
Colton:D? �
Johnson
eke Rd� 2f���
G:r-eat=Sp-i:n:ps.;Ba_v:d_ \\ til I n�
0
893
Johnson IWXNX
Johnson Main [I
�a
COJai\ey-R_d=
Blessings Golf
Club
C
`
W Reea
Z
y
C
Legend
yLC 11
Tontitown
3
°
BWD Pump Station Washington Co.
o
zz
\�'? II s°
^o
Current Alignment
\CJ
Additional Survey
Johnson O
Fayetteville
Required
a
City Limits
W W Highway 11.2-
0)
d
N
L
0
Z
Fayetteville, AR Scale 1"=3,000'
F
\ McCLELLAND
REECONSULTING
Date: Project: Drawn By:
aL y
z
August 2022 11-2184 K.E.M.
_
cn
��OD
Z
ENGINEERS, INC
? I I I 1 11 '7T
EXHIBIT B: Preliminary Geotechnical Bore Locations
u
Fair Ln
Qa
a � -
n
r" II II`
s K
Q" vi Spririb C
Springdale II
Elm Springs - - - �_ _ _ Benton Co.
\�t
Iwaer Ilt m Washington Co.
Elm Springs —J
o
E:I:m-Springs Rd 77
y
Elm Springs z p
tr s z M c
Tontitown 3Nf - 8 �0�y�"�f-
Falcon Rd c,
v a� � �p11 Z �I I�I1n�� z
LU
��y o ►� I IIII II II
millsap=R.d�K 1 Scott Ln
c _ V'
m _ �
w i
a
Gibbs RduL Elm S rin s =
ve
Golf Course-i `t z
:1 C z Brush
Har-Ber:Ave-C
IJOg Har-Ber Ave JI eel
�1Lr %(l_ L
Liberty Ave cC I D U� _/ ? ��_- =, JULU
ff—'.2 End �v%'�
I N
Sbanotto Ave � Alivia Cir d 0J�D�o O
r�nor�� �� JI II �C
o��-R��F °S
l z�r
tnrJ_cFe-T_0tttiBI_vsl_ iil�(> ---Q
___Lana_e_t_A_v_e—__
n,i=A:ve= r� -
P of Aver I J�
`I]� J oVV I Natalie Ave
iDD.
E Fletcher -Ave 3 O ra
_ Ip L� II
/ Apple Rd I.I_...,�.. I
3 � I
J
Y N
N
C N
W
f o a
/ o
J
/W o
0
f ~
7 II
Kelly -Rd J
J
d
3
0
65
0
II 8`4
Arbor=A.cr_es Rd
II
w Sree\e Rd
�c
Ci
c
Legend Tontitown
Washington Co.
BWD Pump Station
Current Alignment
Preliminary Bore
Locations
City Limits
Fayetteville, AR Scale 1"=3,000'
Date: Project: Drawn By:
August 2022 1 11-2184 1 K.E.M. r
C
O Q A:z �
NI-(n
George-v_e m a
t
v
0
� a
Rd
893
Watkins
m
eek
atG
e I u Z,
ELuvene Ave
V)
Chapman
Randall Tyson y
Recreational
Complex
co
JoCJ
U LL
I—J
�5 TF
C _
4FAm
iF6 S
r
I'I ,
CA
FGrera-t=S-p:ri:ngS Blvd
11 Nj
Blessings Golf ;/ C
v Clu
j N
a
Of
d
agnolia'"
1-oogw
JohnsonJM����` a,
Johnson Main
ur
x
N
Johnson
Fayetteville ,
a
N �
Z
it mm
McCLELLAND
ZMEECONSULTING
ENGINEERS, INC.
EXHIBIT C
City of Fayetteville - West Corridor Water Transmission Main
Amendment No. 2 - Preliminary Design
Preliminary Schedule
8/1 /2022
McCLELLAND
NEE,ONSULTING
awmannum ENGINEERS, INC.
Project Phasemmmmmmmmmmmmmmmmmmmm
0,, fgYF T)F
L
v`
o�—
,t IT
taus
�RKq NSpS
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 179-21
File Number: 2021-0436
MCCLELLAND CONSULTING ENGINEERS, INC. AMENDMENT NO. l:
A RESOLUTION TO APPROVE AMENDMENT NO. 1 TO THE ENGINEERING SERVICES
AGREEMENT WITH MCCLELLAND CONSULTING ENGINEERS, INC. IN THE AMOUNT
OF $261,000.00 FOR EASEMENT ACQUISITION SUPPORT FOR THE WEST WATER
TRANSMISSION LINE PROJECT, AND TO APPROVE A BUDGET ADJUSTMENT
WHEREAS, on June 5th, 2012, the City Council approved Resolution No. 120-12, approving a
contract with McClelland Consulting Engineers, Inc. for the water transmission line layout and
easement acquisition related to a third connection to Beaver Water District; and
WHEREAS, Amendment No. 1 will provide the necessary funds to acquire the remaining 53
easements over the next 3 years.
THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves Amendment
No. 1 to the Engineering Services Agreement with McClelland Consulting Engineers, Inc. in the
amount of $261,000.00 for easement acquisition support for the West Water Transmission Line
Project.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget
adjustment, a copy of which is attached to this Resolution.
PASSED and APPROVED on 7/6/2021
Page 1 Printed on 717121
Resolution: 179-21
File Number 2021-0436
Attest:
GOER K�
OTYp Fy�,Gi
•rl
Kara Paxton, City Clerk Treasta�AYE;?EV/tt6 rll=
Page 2 Printed on 717121
RESOLUTION NO. 120-12
A RESOLUTION APPROVING A CONTRACT WITH MCCLELLAND
CONSULTING ENGINEERS, INC. IN THE AMOUNT OF $388,600.00 FOR
WATER TRANSMISSION LINE LAYOUT AND EASEMENT ACQUISITION
RELATED TO A THIRD CONNECTION TO BEAVER WATER DISTRICT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a
contract with McClelland Consulting Engineers, Inc. in the amount of $388,600.00 for water
transmission line layout and easement acquisition related to a third connection to Beaver Water
District. A copy of the contract is attached to this Resolution as Exhibit "A".
PASSED and APPROVED this 5 h day of June, 2012.
APPROVED:
LIM
ATTEST:
S0I4DRA E. SMITH, City Clerk/Treasurer
����1NrrrrrlRr���r
6 G�1 Y QF .•p�
��■ :p=
w : FAYETTEVILLE o -
fys'9RkArtSP
�h'+/�G +0 IV�C'� ��'
City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar)
Budget Year Division Adjustment Number
/Org2 WATER SEWER (720)
2022
Requestor: Cheryl Partain
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
A budget adjustment is needed to transfer budgeted funds to the West Water Transmission Line Project for the
preliminary engineering design for the West Corridor Water Transmission Line Project. Budgeted funds from the Water
Impact Fee Improvement Project will be transferred and utilized for the cost of this project. This project will increase
capacity and meets the requirements to utilize Impact Fee Budgeted Funds.
RESOLUTION/ORDINANCE
COUNCIL DATE
LEGISTAR FILE ID#
9/6/2022
2022-0777
VW2022 1:36 PM
Budget Director
TYPE:
JOURNAL #:
Date
D - (City Council)
GLDATE: 9/6/2022
CHKD/POSTED:
TOTAL
Account Number
897,485 897,485
Increase / (Decrease)
Expense Revenue
Project.Sub#
Project Sub.Detl
AT
v.20220818
Account Name
5400.720.5600-5314.00
897,485 -
18015
2201
EX
Professional Services
5400.720.5600-6602.30
2300.720.9300-7602.40
897,485
897,485 -
18015
07002
2201
8015.2201
RE
EX
Transfer from Fund - Impact Fee
Transfers To Funds - Water & Sewer Func
2300.720.9300-5808.00
2300.720.9300-7602.40
(800,000) -
(97,485) -
07002
07002
1
1
EX
EX
Improvements - Water Line
Transfers To Funds - Water & Sewer Func
H:\Budget Adjustments\2022_Budget\CITY COUNCIL\09-06-22\2022-0777 BA McClelland CA2 West Corr Water Trans Line 1 of 1