HomeMy WebLinkAbout134-83 RESOLUTIONRESOLUTION NO. 134-83
f
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK
TO EXECUTE A CONTRACT WITH BLACK & VEATCH ENGINEERS
FOR A VALUE ENGINEERING STUDY FOR THE DESIGN OF
IMPROVEMENTS TO. THE CITY'S WASTEWATER TREATMENT
PLANT.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY
OF FAYETTEVILLE, ARKANSAS:
That the Mayor and City Clerk are hereby authorized and
directed to execute a. contract with Black & Veatch Engineers
for a value engineering study of the design of improvements
to the City's wastewater treatment plant. A copy of the
contract authorized for execution hereby is attached hereto,
marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 15th day of November
1983.
,s9::":4!"e e•
` 1 •, Y f /,t.
''.f. \ '.
^J�
APPROVED:
BLACK & VEATC H;
ENGINEERSLARCHITECTS - TEL. (214) 386-0001
SUITE 300, 5728 LBJ FREEWAY
DALLAS, TEXAS 75240
MAILING ADDRESS: P.O. BOX NO. 802004
DALLAS, TEXAS 75380-2004
CONTRACT FOR ENGINEERING SERVICES
THIS CONTRACT, between the City of Fayetteville, Arkansas, hereinafter
called the CITY, and Black & Veatch Engineers -Architects, hereinafter
called CONSULTANT;
SECTION I - SCOPE OF SERVICES
The CITY hereby agrees to employ the CONSULTANT to perform Value Engineering
Services in connection with the design of the Fayetteville Wastewater
Project, hereinafter called the PROJECT.
The CONSULTANT agrees to perform the Value Engineering Services for the
PROJECT. The services to be performed are:
1. Furnish the required number of experienced personnel to
perform all required VE services within the allotted time.
2. Organize the VE team and make preworkshop preparations.
3. Conduct one 5 -day VE workshop at about 35 per cent
completion of the PROJECT design..
4. Develop preliminary VE results and mail three copies of
the preliminary report to the CITY for review..
5. Finalize all proposed VE alternatives, taking into account
the design consultant and CITY review comments, and prepare
ten copies of the VE report.
If requested, present the VE recommendations at a meeting
in the CITY offices.
7. CONSULTANT shall furnish VE services listed above within
six weeks from the date of written authorization to proceed.
This time limit assumes timely'review of preliminary report
by the CITY and design consultant.
•
SECTION II - COMPENSATION
For the services performed under this CONTRACT, the City agrees to pay the
CONSULTANT as follows:
�elti di 66±910x...-..
A. For the Value Engineering services, Cost plus a fixed fee.
Standard Form 5700-41 is attached. The upper billing limit
shall not exceed $26,500 without further authorization
B. Reimbursable expenses will be charged to the CITY at cost,
and are included in the upper billing limit. Expenses include:
1. Travel, subsistence, and incidental costs.
2. Use of automobile on mileage or rental basis.
3. Telephone costs.
4. Reproduction costs.
C. Periodic monthly payments shall be made to the CONSULTANT
by the CITY. An itemized statement showing personnel, time,
salary costs, and reimbursable items will be submitted.
D. Monthly payments to the CONSULTANT shall be made within
30 days after invoice is received by the CITY. Carrying
charges of 1-1/2 per cent per month or the maximum rate
allowed by law, if less, shall be due for accounts which
are not paid within 60 days after billing date.
SECTION III - CITY'S RESPONSIBILITIES
The CITY will:
A. Assist the CONSULTANT by placing at his disposal all
available information in possession of or readily avail-
able pertinent to the workshop including but not limited
to the following:
1. Five sets of alldrawings, sketches, and schematics
at status just before the VE workshop.
2. Draft specifications.
3. Reports.
4. Permit Requirements.
5. Basis -of -Design and design philosophy.
6. Design calculations.
7. Cost estimates for capital, and operation
and maintenance.
8. Quantity take -off.
9. Equipment lists.
10. Design staff response to detailed questions
arising prior to and during the VE workshop..
11. Final written reports indicating changes to be
made.
12. Draft responses to the VE report.
13. Loading and hydraulic data.
2
1
•
B. Designate in writing a person or persons to act as the CITY'S
representative with respect to the work to be performed under
this CONTRACT, and such person shall have complete authority to
transmit instructions, receive information, interpret and define
the CITY'S policies and decisions with respect to the PROJECT
including materials, equipment, elements and systems pertinent
to the work covered by this CONTRACT.
C. Provide suitable space for the CONSULTANT'S presentations.
SECTION IV - EPA REQUIREMENTS
It is understood that Appendix C-1 as published in the Federal Register
on September 27, 1978 is made a part of. this CONTRACT.
SECTION V - AUTHORIZATION
No work under this CONTRACT will begin until the CONSULTANT receives
written authorization from the CITY.
The parties have executed this CONTRACT on this 0,,/ day of
, 1983.
CITYjOF YETTEVILLE, ARKANSAS
BVG(,L!
Y
ATTEST:
./
1
BLACK & VEATCH Engineers -Architects
BY
C. W. Duncan, P.E.
ResidentPartner
3
vn 1 1A11%.1 -1016.1119111P11% 1 1 V1TmIM1 rvR QVvnvfC COICIT 1J VITVCR V.J. CUM VR.l Iu 10
(See accompanying instructions before completing this form)
PART I -GENERAL
1. GRANTEE
CITY OF FAYETTEVILLE, ARKANSAS
3. NAME OF CONTRACTOR OR SUBCONTRACTOR
BLACK & VEATCH Engineers -Architects
5. ADDRESS OF CONTRACTOR OR SUBCONTRACTOR (Include 21P code)
5728 LBJ Freeway, Suite 300
Dallas, Texas 75240
7. DIRECT LABOR (Specify labor categories)
clap Arrarhpri
•
r Urm nppruvea
OMB No. 158-R0144.
2. GRANT NUMBER
4. DATE OF PROPOSAL
6. TYPE OF SERVICE TO BE FURNISHED
VALUE ENGINEERING
PART II - COST SUMMARY
ESTI-
MATED
HOURS
DIRECT LABOR TOTAL: •
8. INDIRECT COSTS (Specify indirect cost pools)
General Ottice Overhead
Facilities Capital Cost of Money
INDIRECT COSTS TOTAL:
9. OTHER DIRECT COSTS
8. TRAVEL
(1) TRANSPORTATION
(2) PER DIEM
TRAVEL SUBTOTAL:
b. EQUIPMENT, MATERIALS, SUPPLIES (Specify categories)
Telephone, copying .
C. SUBCONTRACTS
HOURLY
RATE
$
RATE z BASE _
1.J1956 $ 7,825.52 $
0. D6425
ESTIMATED
COST
ESTIMATED
COST
TOTALS
•.
till 4. t.1
$ 7,825.52
A ti
7,978.56 lit. ±%{ EI
OTY
d. OTHER (Specify categories)
EQUIPMENT SUBTOTAL:
SUBCONTRACTS SUBTOTAL:
OTHER SUBTOTAL:
e. OTHER DIRECT COSTS TOTAL:
114
ID. TOTAL ESTIMATED COST
11. PROFIT
12. TOTAL PRICE
EPA Form 5700-41 (2-76)
COST
$
ESTIMATED
COST
$ 4,483.00
$ 2,310.00
$ 6,793.00
$
ESTIMATED
COST
250.00
ESTIMATED
COST
$
ESTIMATED
COST
elf
/4i
$23,349.87
$ 3,150.13
$26,500.00
PAGE 1 OF
13. COMPETITPRS CATALOG LISTINGS, IN-HOUSE ESTIMATES, PRIOR QUOTES
(indicate basis for price comparison)
PART IV -CERTIFICATIONS
14. CONTRACTOR
14a. HAS A FEDERAL AGENCY OR A FEDERALLY CERTIFIED STATE OR LOCAL AGENCY PERFORMED ANY REVIEW OF YOUR
yy}}AppC,,COUNTS OR RECORDS IN CONNECTION WITH ANY OTHER FEDERAL GRANT OR CONTRACT WITHIN THE PAST TWELVE MONT
•1-"1 YES n NO (1f "Yes" give name address and telephone number of reviewing office)
MARKET
PRICEISI
PROPOSED
PRICE
Defense Contract Audit Agency
302 West Lexington
Independence, Missouri 64050
1413 .THIS SUMMARY CONFORMS WITH THE FOLLOWING COST PRINCIPLES
14c.
This proposal is submitted for use in connection with and in response to (7) Request from
City of Fayetteville, Arkansas . This is to certify to the best of my knowledge
and belief that the cost and pricing data summarized herein are complete, current, and accurate as of
(2) November 2, 1983 and that a financial management capability exists to fully and accu-
rately account for the financial transactions under this project. I further certify that I understand that the
subagreement price may be subject to downward renegotiation and/or recoupment where. the above cost and
pricing data have been determined, as a result of audit, not to have been complete, current and accurate as
of the date above.
(3) November 2, 1983
DATE OF EXECUTION SIGNATURE OF PROPOSER
BLACK & VEATCH Engineers -Architects
Resident Partner
TITLE OF PROPOSER
15.GRANTEE REVIEWER
I certify that I have reviewed the cost/price summary set forth herein and the proposed costs/price appear
acceptable for subagreement award,
DATE OF EXECUTION
16. EPA REVIEWER (1l applicable)
SIGNATURE OF REVIEWER
TITLE OF REVIEWER
DATE OF EXECUTION SIGNATURE OF REVIEWER
EPA Form 5700-41 (2-761.
TITLE OF REVIEWER
i
•
PAGE 2
Direct Labor
Staff
CITY OF FAYETTEVILLE, ARKANSAS
WASTEWATER PROJECT
Hours
Principal 16
Team Coordinator 126
Civil/Sanitary/
Recorder
Civil/Sanitary
Civil/Environmental
Process
Electrical
72
48
48
48
48
VALUE ENGINEERING
Rate
$ 32.20
19.19
17.19
22.75
16.81
18.98
16.80
Amount
$ 515.20
2,456.32
1,237.68
1,092.00
806.88
911.04
806.40
•
$7,825.52
Expenses
-Air Fare
Kansas
Dallas
(Round Trip -Coach)
City -Gainesville, F1 -
- Ganiesville, F1
Workshop
4 x 1 round trip x $570
2 x 1 round trip x $580
Follow -Up
1 x 1 round trip x $570
Auto Rental
$ 570
$ 580
Workshop
2 cars x 5 days x $31 per day
Gas
Follow -Up
1 car x 3 days x $31 per day
Gas
Subsistence -
Motel - $50
Meals - $20
$70
Per diem
per night
per day
per cay
Workshop
6 x 5 days x $70 per day $2,100
Follow -Up
1 x 3 days x $70 per day $ 210
$2,280
$1,160
$ 570
$ 310
$ 50
$ 93
20
$4,010
$ 473
$2,310
B LACK & VEATC H.
ENGINEERS -ARCHITECTS
Fayetteville, Arkansas
Wastewater Project
Value Engineering
Mr. Don Bunn.
City Engineer
City of Fayetteville
Drawer F
Fayetteville, Arkansas 72701
Dear Mr. Bunn•
TEL.(214) 386-0001
SUITE 3b0, 5728 LBJ FREEWAY
DALLAS, TEXAS 75240
• MAILING ADDRESS: P.O. BOX NO. 802004
DALLAS, TEXAS 75380-2004
November 2, 1983
Enclosed are two copies of our proposed Contract for Engineering Services
in connection with Value Engineering for the wastewater project.
The Contract outlines our Scope.of Services. The
in CH2M-Hill's Gainesville, Florida office during
Our teamwill assemble in Gainesville the evening
you for assigning Mike Lawrence of the City staff
`be a valuable addition to the team.
Our
Value Engineering team will consist of:
C. W. Duncan
J. L. Mohart
G: D. Middleton
M. J. Graham
R. A. Rinne
T. L. Johnson
J. R. Hendrick
study will be conducted
the week of -December 12.
of December 11. Thank
to the project. He will
Principal -in -Charge
Team Coordinator
Civil/Sanitary/Recorder
Civil/Sanitary
Civil/Environmental
Process..
Electrical
Mr. Mohart has -participated in 10.Value Engineering studies as Team
Coordinator and is well qualified to lead this group. All of the. other
team members have completed EPA Value Engineering Workshops and/or
participated in other 40 -hour -VE studies. Mr. Duncan, as Principal -in -
Charge, is responsible to the City for the completed study.
Thank you for this opportunity to:provide continued service' to Fayetteville.
Please let me know if you have any questions.
db
Enclosure
Very truly yours, _
BLACK & VEATCH
C. W. Duncan, P.E.
Resident Partner