Loading...
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