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