Loading...
HomeMy WebLinkAbout84-83 RESOLUTION• • RESOLUTION N0. Silt -23 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH CH94 HILL SOUTHEAST, INC. FOR WASTE WATER ENGINEERING SERVICES. 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 an agreement with CH2M Hill Southeast, Inc. for waste water engineering services. A copy of the contract authorized for execution hereby is attached hereto, marked Exhibit "A", and made a part hereof. .w.,, PASSED AND APPROVED this 'i day of July, 1983. o ,: COUOI "ATTEST: By: APPROVED: By: 4 r Mayor ?di -Lee& AGREEMENT TO FURNISH WASTEWATER ENGINEERING SERVICES TO THE CITY OF ?AYETTEVILLE, ARKANSAS Basic Agreement This Agreement made this AO day of between the firm of CH2M HILL Southeast, Inc.() heMinafter referred to as the ENGINEER, and the City of Fayetteville, Arkansas, hereinafter referred to as the OWNER, wherein the ENGINEER agrees to provide certain engineering services as defined in Article 1 and for the consideration defined in Article 2 herein. ARTICLE 1 The OWNER, utilizing the Professional Contract Policy (adopted April 21, 1981) for the selection of firms to provide professional services, has selected the ENGINEER to provide the necessary services to implement a wastewater program to serve the City of Fayetteville. These services, when requested by the OWNER, will be described in specific Task Orders which become a part of this Agreement upon execution. The ENGINEER agrees to perform the services described in the Task Orders after execution by both parties to the agreement. The services provided by the ENGINEER are anticipated to include Design Services (Task Order 1), Services during Construction (Task Order 2), and Plant Operation and Maintenance Services (Task Order 3). The ENGINEER guarantees that the treatment facilities to be designed and constructed, will consistently meet the applicable NPDES permit limits for a period of two years following plant start-up, provided Services during Construction (Task Order 2) and Plant Operation and Maintenance Services (Task Order 3) are provided to the OWNER by the ENGINEER. Services to be provided under Task Order 2 shall include but shall not be limited to: 1) Preparation of a Plan of Operation 2) Bid advertising and sale of plans and specifications at the Engineer's cost 3) Pre bid conference assistance and follow-up 4) Bid evaluation/recommendation 5) Pre -construction meeting assistance 6) Shop drawing submitted review 7) COE/Regulatory coordination 8) Resident and field engineering services 9) Preparation of record drawings 10) Grant administration submittal c 11) Preparation of Operation and Maintenance manual 12) Operation certification The ENGINEER agrees to provide a draft of Task Order 3 to the OWNER within 60 days following execution of Task Order 1 and to make every effort to conclude final negotiations within 30 additional days. Task Order 3 will detail provisions of the plant operation, guarantee, penalties, compensation, and other provisions relative to this service. ARTICLE 2 The compensation for services to be provided will be negotiated will be specified in each Task Order. ARTICLE 3 Payment to the ENGINEER for services provided as described in Article 1 is to be made within 15 days after date of billing, the amount due will be for services rendered during the previous month, unless prescribed differently in the Task Order. ARTICLE 4 It is further mutually agreed by the parties hereto: 4.1 That the OWNER will designate a representative to direct and coordinate the ENGINEER's efforts who will be the only source of instructions to the ENGINEER and who shall have the authority to interpret the OWNER's policy as necessary to maintain the ENGINEER's work schedule, administer the Agreement, and certify the ENGINEER's payment request. 4.2 That the OWNER shall make available to the ENGINEER all technical data in the OWNER's possession, including maps, surveys, borings, and other information required by the ENGINEER and relating to his work. 4.3 That, the estimates of cost for the Projects provided for herein are to be prepared by the ENGINEER through exercise of his experience and judgement in applying presently available cost data, but it is recognized that the ENGINEER has no control over cost of labor and materials conditions, so that he cannot warrant that the project construction costs will not vary from his cost estimates. 4.4 That, the ENGINEER's Salary Overheads are defined as a percentage of wages or salaries of employees working and premiums measured by or applicable at the time of performance to such wages or salaries, such as, but not limited to, Worker's Compensation Insurance, Social Security, State and Federal unemployment insurance, medical -hospital insurance, salary continuation insurance, pension plan costs, and pro rata allowances for vacation, sick pay, and holiday pay. — Direct Salary plus Salary Overhead is defined as Payroll Cost. 4.5 That, the ENGINEER's direct expenses are defined as the costs incurred on or directly for the Project, other than the Salary and General Overhead Costs (as defined hereinbefore). Such direct expenses shall be computed on the basis of actual purchase price for items obtained from commercial sources and on the basis of usual commercial charges for items provided by the ENGINEER. Direct expenses shall include, but not be limited to, necessary transportation costs, including mileage at the ENGINEER's current rate per mile when the ENGINEER's own automobiles are used, meals, and lodging, laboratory tests and analyses, computer services, word processing services, telephone, printing, binding, and multilith charges. 4.6 That, in soils investigation work and in determining subsurface conditions for the Project, the characteristics may vary greatly between successive test points and sample intervals. The ENGINEER will perform this work in accordance with generally accepted soils engineering practices and makes no other warranties, expressed or implied, as to the professional advice provided under the terms of this Agreement. 4.7 That, if payment of the amount due as prescribed in Article 2, or any portion thereof, is not made within the period specified in Article 3, interest on the unpaid balance thereof will accure at the rate of 12 percent per annum and become due and payable at the time said overdue payments are made. 4.8 That, the Engineer shall maintain a level of competency presently maintained by other practicing professional engineers in the same type of work in the southeastern United States, for the professional and technical soundness and accuracy of all designs, drawings, specifications, and other work and materials furnished under this Agreement. 4.9 Either party may terminate this Agreement any time by a notice in writing to the other party. If the Agreement is terminated as provided herein, the ENGINEER will be paid for services actually performed; the amount of said payment shall bear the same ratio to the total compensation specified in the executed task orders as the services actually performed bear to the total services of the Engineer covered by the executed task orders, less payments of compensation previously made. 4.10 The OWNER may, from time to time, request changes in the scope of the services of the ENGINEER to be performed hereunder. Such changes, including any increase or decrease in the amount of the ENGINEER;s compensation, which are mutually agreed upon by and between the OWNER and the ENGINEER, shall be incorporated in written amendments to this Agreement. 4.11 That, the OWNER, shall pay for all costs of publishing advertisements for bids and for obtaining permits and licenses that may be required by local, State, or Federal authorities and shall secure the necessary land, easements and rights-of-way as described by the ENGINEER. 4.12 That, all claims, counter -claims, disputes and other matters in question between the OWNER and the ENGINEER arising out of or relating to this Agreement or in the breach thereof will be decided by arbitration only if both parties hereto specifically agree to the use of arbitration in regard to the individual matter in dispute. 4.13 That, in the event of any legal or other controversy requiring. the services of the ENGINEER in providing expert testimony in connection with the Project, except suits or claims by third parties against the OWNER arising out of errors or omissions of the ENGINEER, the OWNER shall pay the ENGINEER for services rendered in regard to such legal or other controversy, on a basis to be negotiated. That, the OWNER will pay the ENGINEER for labor and expenses incurred in satisfying the requirements and assisting in any audit required by the OWNER, the United States Environmental Protection Agency, the Comptroller General, the United States Department of Labor, the State Regulatory Agency or any of their duly authorized representatives. The basis of payment will be specified in an Amendment to this Agreement. 4.14 That, visits to the construction site and observations made by the ENGINEER as part of his services shall not relieve the construction contractor(s) of his obligation to conduct comprehensive inspections of the work sufficient to ensure conformance with the intent • of the Contract Documents, and shall not relieve the construction dontractor(s) of his full responsibility for all construction means, methods, techniques, sequences, and procedures necessary for coordinating and completing all portions of the work under the construction contract(s) and for all safety precautions incidental thereto. Such visits by the ENGINEER are not to be construed as part of the inspection duties of the on-site inspection personnel defined in other parts of this AGREEMENT. 4.15 That, the ENGINEER shall provide on-site inspection personnel and will make reasonable efforts to guard the OWNER against defects and deficiencies in the work of the contractor(s) and to help determine if the construction contract has been fulfilled. Their day-to-day inspection will not, however, cause the ENGINEER to be responsible for those duties and responsibilities which belong to the construction contractor(s) and which include, but are not limited to, full responsibility for the techniques and sequences of construction and the safety precautions incidental thereto, and for performing the construction work in accordance with the Contract Documents. 4.16 That the ENGINEER has the right to subcontract services however the OWNER has the right to reject Subcontractors who perform work on the project in excess of $50,000. 4.17 All documents including drawings, specifications, estimates, field notes and other data pertaining to the work or to the project shall become the property of the OWNER. The OWNER shall not be restricted in the subsequent use of the design, design documents or ideas incorporated in the work. However, the ENGINEER shall bear no responsibility for such reuse of the design unless specifically agreed to in writing. 4.18 That, this Agreement is to be binding on the heirs, successors, and assigns of the parties hereto and is not to be assigned by either party without first obtaining the written consent of the other. ARTICLE 5 IN WITNESS WHEREOF, the parties hereto each herewith subscribe the same in triplicate. `ATTEST: • i FOR T �CITTY F FAYETTEVILLE,,ARKANSAS By: ( Call / � "Gv (Name) (Title) 2 ,g)14(,.,-_ ATTEST: 169.4144,601, 7h/CGT/032 FOR CH2M HILL SOUTHEAST, INC./// (Title) By Dated this day of 1983 TASK ORDER NUMBER 1 DETAIL DESIGN OF 201 FACILITY PLAN RECOMMENDED IMPROVEMENT This Task Order amends Articles 1, 2, and 5 of the Basic Agreement executed between CH2M HILL Southeast, Inc., (ENGINEER) and the City of Fayettville, Arkansas (OWNER) on the or"- day of P , 1983. ARTICLE 1 On March 22, 1983, the ENGINEER presented to the OWNER a detailed cost and technical proposal for engineer services. Since the proposal, the ENGINEER has amended the 201 Facility Plan and has submitted the amended plan to the appropriate agencies for review. Agency approval is , anticipated to require several months, however, only minor modifications to the proposed facilities are anticipated. This is the basis for the Scope of Services described herein. A summary description of the facilities to be designed is shown in Table 6-7 and 6-8 of the June, 1983, 201 Facility Plan which plan is incorporated herein by reference thereto and made a part thereof. The sewer rehabilitation program described in the Facility Plan is not included in this work. The objectives of these services are to provide plans and specifications of the facilities to allow competitive bidding and to allow the submittal of a complete Step III grant application. Specific services include: 1. Develop a predesign which will be the final basis of design. 2. Provide value engineering to meet state and federal requirement. 3. Complete the design of plans and preparation of specifications. The number of projects to be bid will be determined by the ENGINEER in the predesign effort. 4. Provide necessary topographic and boundary surveys and necessary easement descriptions. 5. Provide necessary geotechnical studies. Prepare Step III grant application; and, prepare and process all paper work required for said grant application. 7 Provide five (5) sets of the final plans and specifications. All of the above services shall be completed on or before May 1, 1984. Time is expressly made of the essence of this Agreement. ARTICLE 2 The total compensation for services to be provided in Article 1 is to be a lump sum in the amount of $1,550,000. ARTICLE 3 Payment to the ENGINEER for services as described in Article 1 is to be made within 15 days after date of billing. Prior to the initial billing, the ENGINEER will provide the OWNER with a budget for each of the seven (7) items described in Article 1 and each billing will be for an amount which bears the same ratio to the total compensation for each item as the services actually performed bear to the total services to be performed for each item. ARTICLE 5 IN WITNESS WHEREOF, the parties hereto each herewith subscribe the same in triplicate. ATTEST: • 7TEVILLEARKANSAS (Title) FOR CH2M HILL SOUTHEAST, INC. ATTEST: )h/CGT/032 Glege (Title) Dated this day of )tib , 1.983 -MICROFILMED TASK ORDER NUMBER 5 ENGINEERING SERVICES - ELECTRICAL REDESIGN Task Order Number 5 amends the Basic Agreement executed be- tween CH2M HILL Southeast, Inc. (Engineer), and'the City of Fayetteville, Arkansas (Owner), on the 20th day of July 1983. ARTICLE 1 The scope of work for this Task Order is:' The Engineer will redesign the electrical service to the treatment plant and the sludge management site per a proposal from the Contractor from Ozarks Electric Cooperative. The net effect of the change is an over- all decrease in project cost to the City. ARTICLE 2 As consideration for providing the services enumerated in Article 1 above, the Owner shall pay the Engineer on the basis of raw labor plus 163% for overhead plus 15% for prof- it plus all project related direct expenses. Subcontractor costs will be marked up 5%. The cost shall not exceed $2,775 unless an increase is authorized by the City in writ- ing. ARTICLE 3 Payment to the Engineer for services provided as described in Article 1 is due to be made within 30 days after date of billing. jh/MGDS/017 EXHIBIT A ARTICLE 4 IN WITNESS scribe the ATTEST: WHEREOF, the parties hereto each herewith sub - same in triplicate. FOR TI3E CfITY FA3Y T 'EVILLE, ARKANSAS By: ATT ST: jh/MGDS/017 FOR C HILL SOUTHEAST, INC. By: Name) Zedal (Title) 'Dated this 4th date of November, 1985 • • TASK ORDER NUMBER 6 MICROFILMED PROFESSIONAL SERVICES - EVIDENTIARY HEARING Task Order Number 6 amends the Basic Agreement executed between CH2M-Hill Southeast, Inc. (Engineer), and the City of Fayetteville, Arkansas (Owner), on the 20th day of July, 1983. Article 1 The scope of work is to provide engineering services on an as needed basis in support of the Owner's efforts for the evidentiary hearing granted to Oklahoma by the EPA. Article 2 As consideration for providing the services enumerated in Article 1 above, the Owner shall pay the Engineer on the basis of raw labor plus 163% for overhead plus 151 for profit plus all project related direct expenses. Subcontractor costs will be marked up 57... The cost shall not exceed $20,000 unless an increase is authorized by the City in writing. Article 3 Payment to the Engineer for services provided as described in Article 1 is due to be made within 30 days after date of billing. Article 4 IN WITNESS WHEREOF, the parties hereto each herewith subscribe the same in triplicate. ATTEST: ATTEST:Ay 'HILL SOUJHEAST, By: X//�/t��i(� Name INC• {/ / / Dyec///k G96Y Title Dated this llth day of February , 1986 TASK ORDER NUMBER 7 SLUDGE MANAGEMENT SITE REDESIGN Task Order -Number 7 amends the Basic Agreement executed be- tween CH2M HILL Southeast, Inc. (Engineer), and the City of Fayetteville, Arkansas (Owner), on the 20th day of July, 1983. Article 1 The scope of work is to provide engineering services to re- design the Sludge Management System to include the City's recent acquisition of the 40 -acre parcel bounded on the west and north by Wyman Road. Article 2 As consideration for providing the services enumerated in, Aiticle 1 above; the Ovrner`shall"pay the Engineer on the '- basis of raw labor plus 163% for overhead plus 15% for prof- it plus all project related direct expenses. Subcontractor costs will be marked up 5%. The cost shall not exceed $1,700 unless an increase is authorized by the City in writing. Article 3 Payment to the Engineer for services provided as described in Article 1 is due to be made within 30 days after date of billing. Article 4 IN WITNESS WHEREOF, the parties hereto each herewith sub- scribe the same in triplicate. ATTEST: FOR THE -CITY? 7TT VIL E, ARKANSAS Name � Tit e. By FOR CH2? ILL •SOUTTHHEAS , INC. By: r..A G/ Fro�./ys.'x,P� Name Title Dated this -2 ¢- day of FruGry - , 1986 v, Rt-JQtC jh/DS2/047 • ,fJLrttsrIuntiv TASK ORDER NUMBER 8 EXISTING PLANT EQUIPMENT REHABILITATION DESIGN AND SERVICES DURING CONSTRUCTION Task Order Number 8 amends the Basic Agreement executed be tween CH2M HILL Southeast, Inc. (Engineer), and the City of Fayetteville, Arkansas (Owner), on the 20th day of July, 1983. Article 1 The scope of work is to provide engineering services to prepare an addendum to the facility plan, prepare design plans and specifications for bidding the rehabilitation of the existing wastewater treatment plant's bar screens and conveyor, vacuators, grit separators, classifiers, pumps and conveyor, gravity thickeners and air float thickeners. The bid documents will be prepared to phase the work such that maximum use of the grant contingency for both the FY84 and 85 grants can be made as well as use of any additional FY86 grant or FY87 grant money that may become available. The Engineer shall also perform the engineering services during construction, including shop drawing review and resident observation. The resident observation is based on an assumed need of a resident observer half time for 20 weeks of construction. Article 2 As consideration for providing the services enumerated in Article 1 above, the Owner shall pay the Engineer on the basis of raw labor plus 163% for overhead plus 15% for prof- it plus all project related direct expenses. Subcontractor costs will be marked up 5%. The cost shall not exceed $65,595 unless an increase is authorized by the City in writing. Article 3 Payment to the Engineer for services provided as described in Article 1 is due to be made within 30 days after date of billing. Article 4 IN WITNESS WHEREOF, the parties hereto each herewith sub- scribe the same in triplicate. FOR ITY F YETTEVILLE, ARKANSAS Nam B ATTEST: T FOR/CJH2M, •. LL SO/U/�/TH ST, INC. / ems. Title ATTEST: - la _ c&Y ct 7h/DS2/047 By: Name Dated this ;/ day of 19ey/./ , 1986 Z `. sateertumo TASK ORDER NO. 8 AMENDMENT 1 EXISTING PLANT EQUIPMENT REHABILITATION DESIGN AND SERVICES DURING CONSTRUCTION This Amendment No. 1 amends Task Order No. 8 executed between CH2M Hill Southeast, Inc. (Engineer) and the City of• Fayetteville, Arkansas (Owner) on April 21, 1986. Article 1 The amended scope of work is toinclude preparation of design plans and specifications for bidding rehabilitation or replacement, as appropriate, of the existing non -potable water system;. pump #28 (future digested sludge transfer pump) and valves; the slide gates in the diversion box on the east side of lift station #2; the plant and storm sump pumps and controls; removal of old coil filter filtrate pumps; demolition of the filtrate pump and coil filter vacuum pump concrete mounting pads; the grit pumps, motors and controls; baffle plates downstream of bar screens; rodding and cleaning of suction and discharge pipeline from pump #11 and #12, #13 and #14; demolish the scum holding tank; the 2 six-inch valves in the drain lines for the #1 and #2 gravity thickeners; the six-inch valve in line #38 supplying activated sludge to the #1 diversion box; the six-inch valve in line #85 which supplys activated sludge to the #1' Lift Station; the eight -inch valve in Line #24 from the #1 Lift Station which can supply primary influent to air eductors and/or DAF .units; the 16 -inch valve in Line #61 which allows choice between primary influent and process water to DAF's and. pumps #5 and #6; the four personnel doors and frames for the bar screen room; the four outside personnel doors; the roll -up door with personnel door for the north bay opening on the east side of the lower level; two 7' x 16' metal frame windows on the east wall located above the sludge holding tank; replacement of several broken panes of glass in the existing windows together with glazing; and repair work on the other doors not listed herein. Article 2 As consideration for performing the additional services enumerated in Article 1 above the total amended cost shall be increased by $3,600 to a cost not to exceed $69,195 unless authorized by the City in writing. MGDS/040 Article 4 In witness whereof, the parties hereto each herewith subscribe the same in triplicate: ATTEST: VILLARKANSAS FOR CH2M ILL SOUTHEAST, INC. e BY: � 4�%4/'�, Nam i le DATED: A GG tAY OF �Zlilat � % G//, 1986 MGDS/040 Appendix A - Resumes and Appendix B Background to the PROPOSAL for STEP 1.- PLANNING and STEP 2- DESIGN ENGINEERING SERVICES presented to BOARD OF DIRECTORS CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS March 18,1983 C142M 11 HILL in association with McClelland Consulting Engineers Inc. 0-273 IMPLEMENTATION of WHITE RIVER ALTERNATIVE 9 of 9 1 1 1� 1' 1 1 1 1 1 1 1 1 MICRPHLME,. Ws - 9\ Appendix A Resumes