Loading...
HomeMy WebLinkAbout218-25 RESOLUTION Page 1 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 218-25 File Number: 2025-1849 A RESOLUTION TO APPROVE AMENDMENT NO. 1 TO THE CONTRACT WITH GARVER, LLC IN AN AMOUNT NOT TO EXCEED $1,921,700.00 FOR THE PRELIMINARY DESIGN OF IMPROVEMENTS TO THE NOLAND WATER RESOURCE RECOVERY FACILITY, AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, on May 6, 2025, the City Council passed Resolution 117-25 authorizing a professional engineering services contract with Garver, LLC for the preliminary design of improvements to the Noland Water Resource Recovery Facility; and WHEREAS, Amendment No. 1 will expand the design scope to the 30% level for all components of this project. 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. 1 to the contract with Garver, LLC in an amount not to exceed $1,921,700.00 for the preliminary design of improvements to the Noland Water Resource Recovery Facility. 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 October 7, 2025 Approved: _______________________________ Molly Rawn, Mayor Attest: _______________________________ Kara Paxton, City Clerk Treasurer Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov CITY COUNCIL MEMO 2025-1849 MEETING OF OCTOBER 7, 2025 TO: Mayor Rawn and City Council THRU: Keith Macedo, Chief of Staff FROM: Tim Nyander, Utilities Director SUBJECT: Garver, LLC - Amendment No. 1 to the Engineering Services Agreement for the Noland WRRF Improvements RECOMMENDATION: Staff recommends approval of Amendment No. 1 to the Engineering Services Agreement with Garver, LLC in the amount of $1,921,700.00 for preliminary engineering design of master-plan recommended improvements to the Noland Water Resource Recovery Facility (WRRF), and approval of a budget adjustment. BACKGROUND: The City completed a year-long master planning effort at the end of 2024 for the Noland WRRF, one of two wastewater treatment plants owned by the City of Fayetteville. This master plan, completed by Garver, took a comprehensive and in-depth look at the facility’s performance and condition, both now and into the future. The most immediate improvements recommended by the plan were facility/equipment replacements associated with aging and deteriorating unit treatment processes, such as new/increased influent pumping, aeration technology replacement, secondary clarifier rehab, headworks expansion, and tertiary filtration technology changes. The Phase 1 improvements are anticipated to take 5 years to implement, with an estimated total cost of $98 million. DISCUSSION: Garver was selected (RFQ 25-01, Selection #5) to provide engineering design services for this project and will soon be complete with 10% design effort. Amendment No. 1 will expand the design scope to the 30% level for all components of the project. The not-to-exceed estimated fee for this amendment is $1,921,700.00. BUDGET/STAFF IMPACT: Budgeted Funds will be moved from the Sanitary Sewer Rehabilitation Project to cover the cost of this item. ATTACHMENTS: 3. Staff Review Form, 4. Budget Adjustment, 5. Amendment No. 1, 6. Resolution 117-25 - Awarded RFQ #25-01, to Garver, LLC Page 1 City of Fayetteville, Arkansas Legislation Text 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 File #: 2025-1849 A RESOLUTION TO APPROVE AMENDMENT NO. 1 TO THE CONTRACT WITH GARVER, LLC IN AN AMOUNT NOT TO EXCEED $1,921,700.00 FOR THE PRELIMINARY DESIGN OF IMPROVEMENTS TO THE NOLAND WATER RESOURCE RECOVERY FACILITY, AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, on May 6, 2025, the City Council passed Resolution 117-25 authorizing a professional engineering services contract with Garver, LLC for the preliminary design of improvements to the Noland Water Resource Recovery Facility; and WHEREAS, Amendment No. 1 will expand the design scope to the 30% level for all components of this project. 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. 1 to the contract with Garver, LLC in an amount not to exceed $1,921,700.00 for the preliminary design of improvements to the Noland Water Resource Recovery Facility. 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 Staff Review Form 2025-1849 Item ID 10/7/2025 City Council Meeting Date - Agenda Item Only N/A for Non-Agenda Item Tim Nyander 9/16/2025 WASTEWATER TREATMENT (730) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of Amendment No. 1 to the Engineering Services Agreement with Garver, LLC in the amount of $1,921,700.00 for preliminary engineering design of master-plan recommended improvements to the Noland Water Resource Recovery Facility (WRRF), and approval of a budget adjustment. Budget Impact: 5400.730.5800-5314.00 Water & Sewer Account Number Fund 02032.1 WWTP Building Improvements Project Number Project Title Budgeted Item?Yes Total Amended Budget $3,012,960.00 Expenses (Actual+Encum)$1,720,021.24 Available Budget $1,292,938.76 Does item have a direct cost?Yes Item Cost $1,921,700.00 Is a Budget Adjustment attached?Yes Budget Adjustment $1,921,700.00 $280.00 Remaining Budget $1,292,938.76 V20221130 Purchase Order Number:2025-544 Previous Ordinance or Resolution # Change Order Number:1 Approval Date: Original Contract Number: Comments: City of Fayetteville, Arkansas - Budget Adjustment (Agenda) Budget Year Division /Org2 WASTEWATER TREATMENT (730) Adjustment Number 2025 Requestor:Cheryl Partain BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Staff recommends approval of Amendment No. 1 to the Engineering Services Agreement with Garver, LLC in the amount of $1,921,700.00 for preliminary engineering design of master-plan recommended improvements to the Noland Water Resource Recovery Facility (WRRF), and approval of a budget adjustment. COUNCIL DATE:10/7/2025 ITEM ID#:2025-1849 Holly Black 9/17/2025 2:12 PM Budget Division Date TYPE:D - (City Council) JOURNAL #: GLDATE: RESOLUTION/ORDINANCE CHKD/POSTED:/ v.2025826TOTAL-- Increase / (Decrease)Project.Sub# Account Number Expense Revenue Project Sub.Detl AT Account NameGLACCOUNTEXPENSEREVENUEPROJECTSUBATDESCRIPTION X 5400.730.5800-5314.00 1,921,700 02032 1 EX Professional Services 5400.720.5700-5815.00 (1,921,700)02017 1 EX Improvements - Sewer -- -- -- -- -- -- -- -- -- -- -- -- -- -- 1 of 1 Contract Amendment No. 01 1 of 7 Fayetteville Noland WRRF Phase I Improvements Garver Project No. W01-2401736 AMENDMENT TO AGREEMENT FOR PROFESSIONAL SERVICES City of Fayetteville, Arkansas Project No. W01-2401736 CONTRACT AMENDMENT NO. 01 This Contract Amendment No. 01 (“Amendment”), effective on the date last written below, shall amend the original contract between the City of Fayetteville, Arkansas (“Owner”) and Garver, LLC (“Garver”), dated May 6, 2025, referred to in the following paragraphs as the “Agreement.” This Amendment modifies professional services and related fees for the Fayetteville Noland Water Resource Recovery Facility (WRRF) Phase 1 Improvements Project. The Agreement is hereby modified as follows: APPENDIX A – SCOPE OF SERVICES Appendix A of the Agreement is modified as follows: TASK 3 from Appendix A is revised to include the Determination for Project Delivery Determination: TASK 3 – CMAR SOLICITATION / DETERMINATION. The work for this task included an evaluation of competitive sealed proposal (CSP) along with the associated bidding approach versus construction manager-at-risk (CMAR). The work also included conducting a workshop with the Owner staff, Inframark staff, and engineers from Garver. In addition to the workshop, a deliverable is included featuring meeting minutes, workshop slides, and recommendations. The contract amount for this task is not changed under this amendment. TASK 4 from Appendix A is repurposed from CMAR Onboarding to TASK 4 – SPECIAL SERVICES REQUESTED BY OWNER due to the selection of CSP as the preferred bidding and delivery method. This task will only be used with written direction from the Owner , and the contract amount for this task is not changed under this amendment. Additionally, the following language is added to Appendix A of the Agreement: TASK 1.1 – PRELIMINARY DESIGN PROJECT MANAGEMENT 1.1 Garver will continue providing project management and quality assurance services for preliminary design services (30%). This will include: • Updating project work plan, • Updating project schedule as required, • Maintaining action item and decision logs, • Conducting project team meetings, • Conducting technical review committee meetings, • Preparing monthly invoicing. TASK 5 – PRELIMINARY DESIGN (30%) The preliminary design services will be based on the findings of the 10% design report for all the facilities under the Phase 1 Improvements. Contract Amendment No. 01 2 of 7 Fayetteville Noland WRRF Phase I Improvements Garver Project No. W01-2401736 5.1 The Preliminary (30%) Design phase submittal will include preliminary drawings, and an opinion of probable construction cost (OPCC) within -30% to +30% accuracy range of expected construction cost. The basis of design information including design criteria for each process area, assumptions, and design basis for structural, electrical, instrumentation and controls, and building mechanical will delivered on printable PowerPoint slides, and will documented in 30% workshop meeting minutes. The basis of design will include information for the following items: (a) Overall Project Design Criteria (From 10% Design Report) (b) Headworks Improvements (c) Influent Pumping (d) BNR Basins and Blower Building (e) Secondary Clarifiers (Minimal Updates Expected from 10% Design Report) (f) Tertiary Filtration (g) Disinfection and Post-Aeration (h) Aerated Sludge Holding Tanks (i) Dewatering (j) Electrical Distribution (k) Instrumentation & Controls Concepts (l) Site Civil Concepts (m) Structural Concepts (n) Building Mechanical Design (o) Construction Sequencing and Constraints (p) Opinion of Probable Construction Costs 5.2 The preliminary design phase will represent approximately 30 percent of final construction contract plans. This submittal will not include technical specifications or “front end” contract documents. Owner comments will be discussed at a Preliminary Design Workshop. Garver will incorporate comments from the Owner on the Preliminary Design in the Final Design. 5.3 Garver will lead and participate in a workshop. The workshop will be held at the Owner’s office and major items of discussion will include: (a) Review of preliminary P&IDs and preliminary selection of instrumentation (b) Review of preliminary site plan, hydraulic profile, and facility layouts (c) Review major equipment selection (d) Review proposed construction sequencing (e) The basis of design information listed in Section 5.1 5.4 Garver will submit the following deliverables: (a) PDF format of Preliminary Design Plans (b) Five hard copies of Preliminary Design Plans with half-size drawings TASK 6 – SURVEY 6.1 Garver survey will provide field survey data for designing the Project, and this survey will be tied to the Owner’s control network. If Owner doesn’t have a control network, Garver Contract Amendment No. 01 3 of 7 Fayetteville Noland WRRF Phase I Improvements Garver Project No. W01-2401736 will provide Horizontal and Vertical control based on Arkansas North State Plane Grid Coordinates NAD83 (2011), NAVD88 datums. Garver will establish control points for use during construction. 6.2 Garver will conduct field surveys, utilizing Radial, GPS, Aerial Lidar, Photogrammetry, and ground-based LiDAR (if needed) topography methods, at intervals and for distances at and/or along the Project site as appropriate for modeling the existing ground, includi ng locations of pertinent features or improvements. Garver will locate buildings and other structures, streets, drainage features, trees over eight inches in diameter, visible utilities as well as those underground utilities marked by their owners and/or representatives, and any other pertinent topographic features that may be present at and/or along the Project site. 6.3 Garver will perform supplemental ground surveys to verify critical elevations and features not captured by LiDAR. This includes the collection of visible features such as valves, clean-outs, floor elevations, and other relevant surface utility elements. TASK 7 – GEOTECHNICAL INVESTIGATION 7.1 Garver will contract with an independent licensed geotechnical engineer to perform a geotechnical evaluation for this project as a subconsultant. 7.2 For the investigation, Garver will coordinate with the geotechnical subconsultant to conduct the following geotechnical study: (a) Drill a total of twenty (20) soil borings: sixteen (16) borings to a depth of 25 feet or auger refusal, whichever is shallower; and four (4) borings to a depth of 40 feet at the proposed influent pump station. Standard penetration tests or undisturbed soil samples will be obtained at 2- to 5-foot intervals. The four pump station borings will be advanced to the full planned depth using rock coring techniques if bedrock is encountered. (b) Perform a laboratory testing program following completion of the borings to evaluate the physical and engineering properties of the subsurface materials. Corrosivity testing will be performed on four (4) selected borings, with test locations determined dur ing staking and in consultation with Garver. (c) Prepare an engineering report that includes recommendations for foundation design, seismic site classification, below-grade walls, pavement design, site grading, and general construction considerations. 7.3 Garver will review the report prepared by the licensed geotechnical engineer. This will include a review of the boring logs, laboratory test results, discussion of subsurface conditions, soil properties indicated by the field and laboratory work, seismic classification, pavement design, and the implications for design foundation and site preparation recommendations for the project. EXTRA WORK The following items are not included under this Agreement but will be considered as Extra Work: Contract Amendment No. 01 4 of 7 Fayetteville Noland WRRF Phase I Improvements Garver Project No. W01-2401736 (a) Revisions, due to changed conditions, after Owner’s approval and Garver’s completion of final documents. (b) Submittals or deliverables in addition to those listed herein. (c) Pilot testing. (d) Independent construction materials testing outside of this contract. (e) Video inspections and/or pipeline cleaning. (f) Wastewater flow monitoring. (g) Environmental Handling and Documentation, including wetlands identification or mitigation plans or other work related to environmentally or historically (culturally) significant items. (h) Risk assessments and Emergency Response Plans in accordance with America’s Water Infrastructure Act. (i) Rate studies. (j) Operations and maintenance services. (k) Financial services. (l) Receiving Stream Modeling. Extra Work will be as directed by the Owner in writing for an additional fee as agreed upon by the Owner and Garver. SCHEDULE Garver shall begin work under this Agreement within ten (10) days of a Notice to Proceed and shall complete the work in accordance with the schedule below: Contract Amendment No. 01 5 of 7 Fayetteville Noland WRRF Phase I Improvements Garver Project No. W01-2401736 Phase Description Calendar Days Anticipated Completion Date Kickoff Meeting 14 days from notice to proceed May 28, 2025 Task 1 – Project Management and Quality Assurance Project Duration - Task 1.1 – Preliminary Design Project Management Preliminary Design Project Duration - Task 2 – Submit Draft 10% Design Report 120 days after Kickoff meeting September 26, 2025 Task 2 – 10% Design Workshop 14 days after draft 10% Design Report Submittal October 10, 2025 Task 2 – Submit Final 10% Design Report 14 days after 10% design workshop October 24, 2025 Task 3 – CMAR Solicitation / Determination 90 days from NTP for this Task - Task 4 – CMAR Onboarding Task 4 – Special Services Requested By Owner 45 days from CMAR selection Project Duration - Task 5 – Preliminary Design 120 days from NTP for this Task February 5, 2026 Task 5 – Preliminary Design Workshop 14 days after Draft Preliminary Design February 19, 2026 Task 6 – Survey 60 days from NTP for this Task December 7, 2025 Task 7 – Geotechnical Investigation 90 days from NTP for this Task January 6, 2026 Future Tasks Task 8 – Final Design TBD Task 9 – Bidding Support TBD Task 10 – Construction Administration Services TBD Task 11 – Construction Observation TBD Task 12 - Start-up Services TBD Task 13 - Warranty Inspection Services TBD Contract Amendment No. 01 6 of 7 Fayetteville Noland WRRF Phase I Improvements Garver Project No. W01-2401736 APPENDIX B – FEES Appendix B of the Agreement is hereby modified as follows: Exhibit B City of Fayetteville Fayetteville Noland WRRF Phase I Improvements FEE SUMMARY Basic Services Section Estimated Fees Task 1 – 10% Design Project Management $23,627.00 Task 1.1 – Preliminary Design Project Management $66,300.00 Task 2 – 10% Design $231,995.00 Task 3 – CMAR Solicitation / Determination $12,514.00 Task 4 – Special Services Requested By Owner $35,568.00 Task 5 – Preliminary Design (30%) $1,713,100.00 Task 6 – Survey $85,900.00 Task 7 – Geotechnical Coordination $56,400.00 Subtotal for 10% Contract (Shaded) $303,704.00 Subtotal for Tasks Added via this Amendment 01 $1,921,700.00 Subtotal for Basic Services $2,225,404.00 Contract Amendment No. 01 7 of 7 Fayetteville Noland WRRF Phase I Improvements Garver Project No. W01-2401736 Terms and conditions of the Agreement not modified herein remain unchanged and in full force and effect. This Amendment may be executed in two (2) or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. IN WITNESS WHEREOF, Owner and Garver have executed this Amendment effective as of the date last written below. CITY OF FAYETTEVILLE, ARKANSAS GARVER, LLC By: By: Signature Signature Name: Name: Molly Rawn Jerry T. Martin, PE Title: Mayor Title: Water Team Leader Date: Date: Attest: Attest: City Clerk Treasurer, Kara Paxton Project Manager, Chris Randall, PE Jerry T. Martin, PE 08/20/202510/07/2025 113 West Mountain Street Fayetteville, AR 72701 479) 575-8323 Resolution: 117-25 File Number: 2025-467 GARVER, LLC. (SERVICE AGREEMENT): A RESOLUTION TO AWARD RFQ #25-01, SELECTION #5, AND AUTHORIZE A PROFESSIONAL ENGINEERING SERVICES CONTRACT WITH GARVER, LLC IN AN AMOUNT NOT TO EXCEED $303,704.00 FOR THE PRELIMINARY DESIGN OF IMPROVEMENTS TO THE NOLAND WATER RESOURCE RECOVERY FACILITY WHEREAS, the City recently completed a year -long master planning effort for the Noland Water Resource Recovery Facility, which took a comprehensive and in-depth look at the facility's performance and condition; and WHEREAS, the most immediate improvements recommended by the plan were facility/equipment replacements associated with aging and deteriorating unit treatment processes such as new/increased influent pumping, aeration technology replacement, secondary clarifier rehab, headworks expansion, and tertiary filtration technology changes; and WHEREAS, the next step in this project is to move from master plan concepts to actual engineering designs, cost estimates, and initial project delivery planning. 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 awards RFQ #25-01, Selection #5, and authorizes Mayor Rawn to sign a professional engineering services contract with Garver, LLC in an amount not to exceed $303, 704.00 for the preliminary design of improvements to the Noland Water Resource Recovery Facility. PASSED and APPROVED on May 6, 2025 Approved: 0 Attest: K•l 96U; IAYE ii;=l"LLB. 5: KA N0 9R, • •`: %y. 2 Molly Rawn, Mayor Kara Paxton, City Clerk Treasurer Page 1