HomeMy WebLinkAbout37-00 RESOLUTIONRESOLUTION NO. 37-00
MICROFILMED
A RESOLUTION APPROVING AN AGREEMENT WITH BLACK
AND VEATCH, IN THE AMOUNT OF $359,720, FOR
ENGINEERING SERVICES IN CONNECTION WITH
IMPROVEMENTS AT THE NOLAND WASTEWATER
TREATMENT PLANT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS*
Section 1. That the City Council hereby approves an agreement with Black and Veatch,
in the amount of $359,720, for engineenng services in connection with improvements at the Noland
Wastewater Treatment Plant. A copy of the agreement is attached hereto marked Exhibit "A" and
made a part hereof.
PASSED AND APPROVED this 21" day of March , 2000.
APPROVED:
By:
ATTEST:
By: gale,
AfAre n_" `i
eather Woodruff, City Cle
Fred Hanna, Mayor
•
•
NAME OF FILE: Rts.37 DO/,PkAck 1 V ArcA/SAJ-. SEA/ ca//JOLA/O/ WASTE -
G)4T&2. 7 EATmeA)%
CROSS REFERENCE: PLAN
Date
Contents of File
Initials
g,Z/-oa
ES. 37- OD
--Xlir PT7 .A" (ArrREs &71)7--)
,f 29 -Dor-
40 l -A/. Czry co el ,frthAN) Ry..m✓
VFAARRLC x in AIoP AlAA),t),4
HIRAI ell ARLEs
6f: eoiJTRAc r5 -!'02. !"REtyn I
AM? �iUa. sad ice s/t y. Gf1ASTE
-
le) ATER l??nPRoVET„s,JTs a o.rpc )
,P-F-oo
n
0 7o t9/, (1,77/ Co2holerA. APO 271 j 4) 16(11.c/
5'11
T�,zt �,4A,2nE.s t)ni
Mk 0 2224#2 liAAJ.IA
�&:62O,v7-RAers _POR_tR.EA.z
.mg'/ ENG.
sFRVic r/494A.aNa
7A-4-4rAi.p,) % AA / or
&,UTS/e/ACK
9z
1_729PkDV&7,
14--A--rem XAAl cA S ��7/) in())
t3-1-.21
1
AGE,04A RPQu&is r AMYn
A
3-27-100
io C A<JA,Pi. Es i//Agie
ifrkom 1-4-A rf/Ft 1/49,4111/itc
)t9) ?VA
•
•• •
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
STATE OF ARKANSAS
COUNTY OF WASHINGTON
This Agreement entered into and executed this/ day of /MA//tel 2000, by
and between the City of Fayetteville acting by and through its Mayor hereinafter called
the "OWNER" and Black & Veatch Corporation with offices located in Kansas City,
Missouri hereinafter called the "ENGINEER".
WITNESSETH:
Whereas, the "OWNER" is planning to construct improvements at the Paul Noland
Wastewater Treatment Plant (the Project); and,
Whereas the "OWNER'S" forces are fully employed on other urgent wok that prevents
their early assignment to the aforementioned work; and Whereas, the "ENGINEER'S"
staff is adequate and well qualified and it has been determined that its current work load
will permit completion of the plans for the project on schedule;
Now therefore, it is considered to be in the best public interest for the "OWNER" to
obtain assistance of the "ENGINEER'S" organization in connection with said
engineering services. In consideration of the faithful performance of each party of the
mutual covenants and agreements set forth hereinafter, it is mutually agreed as follows:
SECTION I — EMPLOYMENT OF ENGINEER
The "OWNER" agrees to employ the "ENGINEER" to perform, and the "ENGINEER"
agrees to perform, professional engineering services in connection with the project set
forth in the Sections to follow; and the "OWNER" agrees to pay and the "ENGINEER"
agrees to accept, as specified in the Sections to follow as full and final compensation for
work accomplished in the specified time.
SECTION II — DESCRIPTION OF THE PROJECT
Plan, design and construct improvements at the existing Paul Noland Wastewater
Treatment Facilities. It is anticipated that the improvements will improve plant
performance, reduce operating costs, improve odor control measures and replace/upgrade
critical equipment.
City of Fayetteville Agree.
slw#6/asFebruary 29, 2000
90104.9402
t
EX/1-
• •
SECTION III — INFORMATION & SERVICES
The "OWNER" will furnish, free of charge, any specifications, standards, reports, plant
operating data, industrial pretreatment program information, and other data and
information which niay relate to the project including GPS survey data. Aerial mapping
data and plant operating data will be provided to the "ENGINEER" on magnetic media.
SECTION 1V — SERVICES TO BE FURNISHED BY THE "ENGINEER"
Item A — ADMINISTRATION, COORDINATION, AND MEETING
•
The "ENGINEER" shall provide the following services.
Task 100 — Meetings
101. Attend coordination, progress, and public information meeting as requested by the
"OWNER" or required to successfully complete the work. Up to fourteen meetings
are included in the project budget.
Task 200 — Administration
201. Maintain such files and records as necessary to provide a historical record for the
work and project billing. These files shall be maintained at the office of the
"ENGINEER".
202. Provide a monthly status reports describing the work completed to date and work to
be completed during the next month. Included with the report shall be a description
of coordination issues which could delay the `ENGINEER". Included with the
status report shall be a graphic schedule (bar chart) with activity descriptions.
Item B - PROJECT INVESTIGATIONS
The "ENGINEER" shall conduct the following investigations in preparation to design of
the improvements to the Paul Noland Wastewater Treatment Plant.
Task 100 — Develop Wastewater Characteristics
101. Make site visit to meet with "OWNER'S" representatives and collect data.
102. Analyze up to four years of historical data from the Paul Noland WWTP to
determine historical flows and loads. This data will include influent data, effluent
data, and operating data. From this data annual average and maximum month flow
and Toads will be identified.
City of Fayetteville Agree.
slw#6fasFebruary 29, 2000
90104.9402
2
• •
103. Identify industries which discharge significant pollutant quantities to the collection
system. Review industrial monitoring reports to assess the industrial loads to the
plant. if monitoring reports are not available, contact industries to get discharge
characteristics and flows.
104. Estimate university flow and loads using university student population.
105. Determine Noland WWTP influent characteristics based on a range of operating
modes using data from the recent master plans. Key variables are 1) domestic flow
and Toads diverted to new Westside WWTP, 2) industrial flow and load, and 3)
university flow and loads. A matrix of influent characteristics will be developed.
106. Determine Westside WWTP influent characteristics following completion of Task
105. Provide Task 105 information to McGoodwin, Williams, and Yates for their
determination of these characteristics. It is anticipated that the influent
characteristics to the Westside WWTP will differ from the Noland WWTP because
of the lack of industry and university loads.
107. Prepare Technical Memorandum #1 describing the data collected and conclusions
reached based on the data evaluated. Submit 10 copies to "OWNER" for review
and comment.
108. Meet with "OWNER" to review and discuss technical memorandum. Update
memorandum if required and submit 10 copies.
109. Prepare for and attend one public information meeting if required by "OWNER".
Task 200 — Evaluate Paul Noland WWTP Capacity
201. Using the influent wastewater matrix developed in Task 104, determine the
minimum flow which can be treated at the Noland facility without adversely
impacting operations. For this initial evaluation it will be assumed that the Noland
facility is not handling solids from the Westside WWTP. Two liquid schematics
will be considered: 1) existing liquid stream and 2) abandon primary treatment and
operate with secondary treatment only. Combination of models will be used
including BioWin and Cygnet.
202. Prepare Technical Memorandum #2 and provide 10 copies to "OWNER" for review
and comment.
203. Meet with "OWNER" to review and discuss technical memorandum. Update
memorandum if required and submit 10 copies.
204. Prepare for and attend one public information meeting if required by "OWNER".
City of Fayetteville Agree.
slw#6/asFebruary 29, 2000
90104.9402
3
i
Task 300 — Evaluate Nitrification Inhibition at Paul Noland WWTP.
301. Review historical data to determine exact times of inhibition. Compare influent and
operating conditions of the years with inhibition to years without inhibition to
identify any differences.
302. Meet with OMI staff to discuss periods of nitrification inhibition.
303. Meet with industries identified in Task 103 to identify operational pattern over the
past four years, i.e. wasting pattern through the week, clean up operations, periods
of shut down, and product changes. Determine if any industry changes coincide
with process upset.
304. Review university schedule to determine any major events, i.e. semester start/stop,
athletic functions, which coincide with process upset.
305. Model periods before, after and during inhibition to identify probable cause for
inhibition.
306. Prepare Technical Memorandum #3 and provide 10 copies to "OWNER" for review
and comment.
307. Meet with "OWNER" to review and discuss technical memorandum. Update
memorandum if required and submit 10 copies.
308. Develop an action plan to handle nitrification inhibition should it reoccur in the
summer of 2000 and meet with "OWNER" and OMI to discuss plan.
Task 400 — Estimate Sludge Quantities
401. Determine sludge quantities from Paul Noland WWTP based on the minimum
capacity identified in Task 201 without solids from Westside WWTP. Consider
cases with and without primary treatment as defined in Task 201,
Task 500 — Evaluate Solids Processing Alternatives.
501. Evaluate aerobic digestion, at the Noland WWTP. Up to four scenarios could be
considered assuming that the results of Task 200 indicate that the Noland WWTP
could treat reasonable flow without primary treatment. Evaluation will include
developing conceptual design criteria and digested sludge quantities. One option
will be evaluated which considers chemical treatment for phosphorus removal. For
the Westside solids, three conditions will be considered; 1) liquid transportation via
pipeline, 2) truck hauling of thickened sludge, and 3) truck hauling of dewatered
sludge. Cygnet and BioWin models will be used to evaluate solids handling
impacts on the liquid stream process.
1) Noland WWTP solids with primary treatment.
City of Fayetteville Agree.
slw#6/asFebruary 29, 2000
90104.9402
4
• •
2) Noland WWTP solids without primary treatment.
3) Regional treatment of Noland and Westside solids with primary treatment at
Noland WWTP but only secondary treatment at Westside.
4) Regional treatment of Noland and Westside solids with only secondary
treatment at both facilities.
502. -Evaluate anaerobic digestion, at the Noland WWTP. Up to four scenarios could be
considered assuming that the results of Task 201 indicate that the Noland WWTP
could treat reasonable flow without primary treatment. Evaluation will include
developing conceptual design criteria and digested sludge quantities. One option
will be evaluated which considers chemical treatment for phosphorus removal. For
the Westside solids, three conditions will be considered; 1) liquid transportation via
pipeline, 2) truck hauling of thickened sludge, and 3) truck hauling of dewatered
sludge. Cygnet and BioWin models will be used to evaluate solids handling
impacts on the liquid stream process.
1) Noland WWTP solids with primary treatment.
2) Noland WWTP solids without primary treatment.
3) Regional treatment of Noland and Westside solids with primary treatment at
Noland WWTP but only secondary treatment at Westside.
4) Regional treatment of Noland and Westside solids with only secondary
treatment at both facilities.
503. Evaluate impacts of dewatering at the Noland WWTP. Up to four scenarios could
be considered assuming that the results of Task 201 indicate that the Noland
WWTP could treat reasonable flow without primary treatment. One option will be
evaluated which considers chemical treatment for phosphorus removal. For the
Westside solids, three conditions will be considered; 1) liquid transportation via
pipeline, 2) truck hauling of thickened sludge, and 3) truck hauling of dewatered
sludge. Cygnet and BioWin models will be used to evaluate solids handling
impacts on the liquid stream process.
1) Noland WWTP solids with primary treatment.
2) Noland WWTP solids without primary treatment.
3) Regional treatment of Noland and Westside solids with primary treatment at
Noland WWTP but only secondary treatment at Westside.
4) Regional treatment of Noland and Westside solids with only secondary
treatment at both facilities.
504. Attend progress meeting to review and discuss results of the evaluations.
505. Prepare report chapters for Task 600.
City of Fayetteville Agree.
slw#6/asrcbruary 29, 2000
90104.9402
5
•
• •
Task 600 — Evaluate Solids Handling and Disposal Alternatives
601. Visit the Noland Plant to observe the existing solids processing and handling unit
operations and to evaluate land management practices in the region. The primary
objective of the visit will be to obtain background information that may be relevant
to the identification of alternatives for future biosolids management. Available
operations, cost data, drawings, and reports will be collected at this time.
602. Review data and reports collected during the site visit to develop a full
understanding of current operations and previous studies.
603. Utilize the estimates of raw solids quantities for the Westside plant developed by
McGoodwin, Williams, and Yates, Inc. and those developed in Task 401.
604. Contact appropriate state regulators to discuss the direction of future biosolids and
land management regulations. Attending one meeting with the regulators is
included in this task. A review of federal regulations that could affect future
biosolids management at the Noland plant will also be conducted.
605. Prepare for and conduct a screening workshop with "OWNER'S" representatives.
Objectives of the workshop are to:
1) Review current biosolids processing and handling practices, previous Facility
Plan conclusions and recommendations, and City objectives for processing
and disposal of biosolids.
2) It is anticipated that the primary outlets for the City's biosolids will consist of
land application of a Class B biosolid product, distribution of a heat dried
product, and distribution of a composted product. During the workshop,
technologies to achieve Class B, as well as the various drying and composting
technologies, will be discussed. The technologies of most interest to the City
will be identified for further evaluation.
3) Formulate no more than four system alternatives for detailed evaluation. Each
alternative will address: 1) processing and handling of only Noland plant
solids, and 2) processing and handling of both Noland and Westside plant
solids at the Noland plant. A separate evaluation of solids management for
only the Westside plant solids will be conducted by McGoodwin, Williams,
and Yates, Inc.
4) Establish non -cost factors to be used in the evaluation of alternatives.
606. Utilize the services of a specialty subcontractor to assess the opportunities and
obstacles for the distribution of biosolids-derived products. The subcontractor and
subcontract developed in connection with this task shall be subject to the approval
of the "OWNER". Any such subcontract shall become a part of this Agreement.
The assessment will include up to 4 types of biosolids products. It is anticipated
these will include three types of Class A products and a Class B stabilized biosolid
product suitable for land application. The area to be included in the assessment will
vary based on the economical haul distance for the type of product produced. The
assessment will include a combination of telephone and in-person interviews with
6
City of Fayetteville Agree.
slw#G/asFebruary 29, 2000
90104.9402
prospective product users and others with knowledge of the local agricultural
community and practices. Projected revenue for each type of product considered in
the assessment will be provided. A brief written report will be prepared,
summarizing the findings and conclusions from the assessment.
607. Perform an evaluation of the system alternatives based on both cost and non -cost
considerations. Cost considerations will include present worth values (or 20 year
life -cycle costs) for each alternative. Order -of -magnitude opinions of construction
and operations and maintenance costs will be prepared for each alternative. The
non -cost factors used in the evaluation will be developed jointly by the "OWNER"
and "ENGINEER" in Task 605.
608. Meet with City representatives to discuss preliminary conclusions from the
technical evaluation and market/outlets assessment and develop a consensus on the
approach to be used for future biosolids management.
609. Accompany "OWNER'S" representatives to visit 2 installations using different
technologies. The site visits will be used to help confirm technology selection and
to identify key considerations for facility design and operation. Costs will be
dependent on sites to be visited. The ENGINEER's budget includes the
ENGINEER's travel cost and time for these site visits.
610. Prepare a draft Project Development Report summarizing the project development
activity and submit 10 copies to the "OWNER" for review and comment. The basis
of the report will be the guidance received from the "OWNER" at the Results
Workshop and information from any site visits. Included in the report will be an
implementation plan for the preferred biosolids management option including a
refined opinion of costs for budgeting purposes. Incorporate changes, if needed,
based on the review comments and submit 10 copies of a final Project
Development Report.
611. Prepare for and attend one public information meeting if required by "OWNER".
Task 700 — Conduct Facilities Assessment
701. Conduct a project initiation meeting to clarify "OWNER"'s requirements for the
Project, review pertinent available data, review project staffing and organization,
present initial work plan, and present initial work schedule. A Data Request Letter
and a Basis for Assessment Letter will be transmitted to "OWNER" prior to this
initiation meeting.
702. Evaluate results of the initial meeting, review status of data received, and submit a
written request for additional data required for the Project.
7
City of Fayetteville Agree.
slw#6/asFebmary 29, 2000
90104.9402
t
•
703. Review Existing Facilities Data
1) Review existing drawings, specifications, and other information obtained from
"OWNER".
2) Prepare a preliminary inventory of structures, instrumentation and control
equipment, and all process equipment including major valves (6" and greater)
with actuators and gates, electrical panels, chemical feed equipment, motor
control centers, switchgear, and major HVAC equipment.
3) Submit the preliminary inventory to "OWNER" for review and comment.
4) Revise the preliminary inventory based upon "OWNER'S" comments.
704. Investigate Existing Facilities
1) Conduct a site visit of the wastewater treatment plant. This site visit will be a
conducted by a multi -disciplined team to verify the preliminary inventory, to
visually assess the physical condition of the structures, the electrical and
mechanical equipment, the instrumentation equipment, and to discuss the
facility with the plant maintenance personnel. This information will be used
to determine the recommended rehabilitation and the remaining useful life of
the structures and equipment.
2) Modify and expand the Inventory List based upon data gathered during the
site visit. The equipment listing will indicate the equipment tag number,
location, and year installed. The structure evaluation would indicate the year
constructed, current physical defects, and possible current code deficiencies
based on the codes in effect at the time of construction and the present codes
X including ADA compliance at the operation's building. The listing would
also include comments from the operations and maintenance staff detailing the
reliability of the equipment.
3) Submit the Inventory List to "OWNER" for review and comment.
4) Revise the Inventory List based upon "OWNER'S" comments.
705. Prepare Report
1) Expand the Inventory List to identify equipment replacement/rehabilitation
recommendations and structure rehabilitation and upgrade recommendations.
A cost opinion for the equipment recommended for replacement and structure
rehabilitation and upgrades will be provided. No effort will be made to
prioritize the recommended work.
2) Prepare a report summarizing the efforts in developing the Inventory List and
the results of the structure investigation. Include the Inventory List as an
appendix to the report.
3) Submit 10 copies of the draft report to the "OWNER" for review and
comment.
4) Meet with "OWNER" to discuss comments and revise report and submit 10
copies of the final report to the "OWNER".
City of Fayetteville Agree.
slw#6/asFebruary 29, 2000
90104.9402
8
• •
Task 800 — Preliminary Design Report
The work as described in Tasks 100 through 700 will be consolidated into a single
Preliminary Design Report which will contain all recommendations and cost estimates.
Ten (10) copies of the final Preliminary Design Report shall be delivered to the
"OWNER" as a final work product.
Item C - PROJECT DESIGN
The "ENGINEER" shall be prepared to design the improvements which are authorized by
the "OWNER" following completion of Section IV, Item B — PROJECT
INVESTIGATIONS.
The project will be designed and constructed to meet water and sewer standards in
accordance with the "OWNER'S" Water and Sewer, and other related Standards.
Construction specifications shall be based on latest special provisions and City of
Fayetteville Specifications relating to the design of this project. The design concept with
regard to water and sewer relocations, geometric, detours, right-of-way, utility easements,
and other related items shall be submitted by the "ENGINEER" (in the form of a
Preliminary Engineering Assessment) and approved by the "OWNER" prior to beginning
design work.
The "ENGINEER" shall provide all field survey data from field work for designing the
project and this shall be tied to the "OWNER'S" GPS control network.
The "ENGINEER" shall be responsible for obtaining, interpreting and evaluating
geotechnical or any other form of data necessary for the design of this project.
The "ENGINEER" shall furnish plans to all utility companies affected by the project and
if necessary, shall conduct a coordination meeting among all affected utility companies to
enable them to coordinate efforts for the necessary utility relocations. This coordination
meeting will take place at the City Engineer's office.
During the final "design" phase of the project, the "ENGINEER" shall conduct final
designs to prepare construction plans and specifications including final construction
details and quantities, special provisions, cost estimates, make final field inspection with
"OWNER", make any needed plan changes as a result of the final field inspection and all
other work required to advertise and receive bids.
"ENGINEER" shall have no liability for defects in the Services attributable to
"ENGINEER'S" reliance upon or use of information, data, design criteria, drawings,
specifications, or other information furnished by "OWNER" or third parties retained by
"OWNER"."
City of Fayetteville Agree.
slw#6/asFebruary 29, 2000
90104.9402
9
•
•
• •
SECTION V — COORDINATION WITH "OWNER"
The "ENGINEER" shall hold conferences throughout the investigation and design of the
Project with representatives of the "OWNER" to the end that the investigation and
design, as perfected, shall have full benefit of the "OWNER'S" knowledge and be
consistent with the current policies and construction practices of the "OWNER". The
"OWNER" reserves the right to accept or reject any or all investigation plans, but this
stipulation will not relieve the "ENGINEER ' of responsibility for the design of the
Project.
SECTION VI — OFFICE LOCATION FOR REVIEW OF WORK
Review of the work as it progresses under this Agreement shall be made at the
"OWNER'S" City Engineer's office.
SECTION VII — CONCEPT AND PRELIMINARY SUBMISSION
The "ENGINEER" shall submit ten (10) copies of each independent investigation for
review and comment.
The "ENGINEER" shall submit two (2) sets of design concept plans, two (2) sets of
preliminary plans and three (3) sets of the final plans for field inspections.
SECTION VIII — FINAL SUBMISSION
The final submission of Item B services shall consist of ten (10) copies of the Preliminary
Design Report.
The final design submission for the construction contract shall consist of the following:
A. One (1.) copy of design calculations. "OWNER" agrees to purchase
approximate software if required to evaluate `ENGINEER'S" calculations.
B. Three sets of final plans, contract documents, and specifications.
C. The originals of all drawings, specifications, and contract documents. All
design drawings on magnetic media shall be submitted on disks compatible
with AutoCAD Release 12 software.
D. The estimated cost of construction and a detailed estimate of time in calendar
days required for completion of the contract.
City of Fayetteville Agree.
slw#6/asFebruary 29, 2000
90104.9402
10
• •
SECTION IX — ENGINEER RESPONSIBILITY DURING `BIDDING" AND
"CONSTRUCTION" PHASES
During the "Bidding" phase of the project, the "ENGINEER"shall provide all
engineering and administrative services needed to obtain bids for the construction project,
evaluate the bids, and consult with and advise the "OWNER" as to the acceptability of
the best bidder.
During the "Construction" phase of work, the "ENGINEER" shall provide administrative
and engineering services including resident construction observation services to
determine whether the Contractor has met the requirements of the design plans and
specifications. The "ENGINEER" shall review the Contractors progress payment
requests based on the actual quantities of contract items completed and accepted, and
shall make a recommendation to the "OWNER" regarding payment.
SECTION X — SUBCONTRACTING
Subcontracting by the "ENGINEER" of any of the services provided herein shall require
prior approval by the "OWNER", "except that it may be subcontracted without such
approval to a related entity, an affiliate or wholly owned subsidiary of "ENGINEER."
SECTION XI — TIME OF BEGINNING AND COMPLETION
The "ENGINEER" shall begin work under this Agreement within ten (10) days of notice
to proceed and shall complete "Items A&B" services within 200 calendar days.
The above completion time is predicated upon the fact that the "OWNER" will cause to
be processed approvals of interim work in an expeditious manner 15 days per submittal.
SECTION XII — FEES AND PAYMENTS
A. "Items A & B" Services:
For, and in consideration of, the services to be rendered by the "ENGINEER", the
"OWNER" shall pay the "ENGINEER" on the basis of actual salary costs for work
time directly connected with work chargeable to the Project, plus payroll additives
and general overhead costs at 157 % of direct labor costs, plus direct reimbursable
expenses, plus a fixed fee which are payable as follows:
City of Fayetteville Agree.
slw#6/asrebruary 29, 2000
90104.9402
11
I. "Salary, payroll additive and general overhead costs
shall not exceed: $262,838
2. Fixed fee
3. Reimbursable expenses shall not exceed
4. Total costs of services shall not exceed
$ 39,426
$ 57,456
$359,720
The basis of this upper limit and justification for the fee is contained in Appendix
"A" attached hereto. "The breakdown of costs between the various work tasks are
given in Appendix "A" as a convenience and is not intended to set a maximum cost
for any of the work tasks. Costs may be transferred from one work task to another
so long as the maximum cost as given above is not exceeded."
Subject to the City Council approval, adjustment of the upper limit may be made
should the "ENGINEER" establish and the "OWNER" agree that there has been or
is to be a significant change in scope, complexity or character of the services to be
performed; or if the "OWNER" decides to shorten the duration of work from the
time period specified in the Agreement for completion of work and such
modification warrants such adjustment.
Appendix "B" covers the classification of personnel and the salary rate for all
personnel to be assigned to this project by the "ENGINEER".
"Invoices shall be submitted to the City for on a monthly basis. The City will make
every effort to pay invoices within 30 days of date the invoice is approved,
however, payment within 30 days is not guaranteed."
Final payment for "Items A&B" services shall be made upon the "OWNER'S"
approval and acceptance with the satisfactory completion of services.
B. "Design" Phase Services:
For, and in consideration of, the services to be rendered by the "ENGINEER", the
"OWNER" shall pay the "ENGINEER" on the basis of actual salary costs for work
time directly connected with work chargeable to the project, plus payroll additives
and general overhead costs of % of direct labor costs, plus reimbursable
expenses, plus a fixed fee which are payable as follows:
1. "Design" phase services, "surveying services" and
preparation of the Ownership Map/Utility Easements
Plan Costs not to exceed:
To be negotiated
Fixed fee for "Design" services: To be negotiated
City of Fayetteville Agree.
slw#6/asFcbruary 29, 2000
90104.9402
12
•
•
3. Engineering contract amount for "Design" phase
Services not to exceed: To be negotiated
The basis of this upper limit and justification for the fee is contained in Appendix
"A" attached hereto. Subject to the City Council approval, adjustment of the upper
limit may be made should the "ENGINEER" establish the "OWNER" agree that
there has been or is to be a significant change. in scope, complexity or character of
the services to be performed, or if the "OWNER" decides to shorten the duration of
work from the time period specified in the Agreement for completion of work and
such modification warrants such adjustment.
Appendix "B" covers the classification of personnel and the salary rate for all
personnel to be assigned to this project by the "ENGINEER".
Final payment for Design services shall be made upon the "OWNER'S" approval
and acceptance with the satisfactory completion of the "Design" phase for the
project.
C. "Bidding" Phase Services:
For "Bidding" phase services rendered by the "ENGINEER", the "OWNER" shall
pay the "ENGINEER" on the basis of salary costs for work -time directly connected
with the project, plus payroll additives and general overhead costs of % of
direct labor costs, plus direct reimbursable expenses, plus a fixed fee which are as
follows:
1. "Bidding" phase services costs not to exceed: To be negotiated
2. Fixed fee for "Bidding" services: To be negotiated
3. Engineering contract amount for "Bidding"
phase services not to exceed: To be negotiated
Final payment for "Bidding" phase services shall be made upon the "OWNER'S"
approval and acceptance with the satisfactory completion of the "Bidding" phase of
the project.
D. "Construction" Phase Services:
For "Construction" phase services rendered by the "ENGINEER", the "OWNER"
shall pay the "ENGINEER" on the basis of salary costs for work -time directly
connected with the project, plus payroll additives and general overhead costs of
_% of direct labor costs (plus direct reimbursable expenses associated with the
City of Fayetteville Agree.
slw#6/asFcbruary 29, 2000
90104.9402
13
•
project), plus a fixed fee which are as follows:
1) "Construction" phase services costs not to exceed: To be negotiated
2) Fixed fee for "Construction" phase services: To be negotiated
3) Engineering contract amount for "Construction"
Phase services not to exceed: To be negotiated
(Based upon an assumed construction period not to exceed days.)
The basis for this estimate is Appendix . The The "ENGINEER" shall invoice the
"OWNER" monthly for construction phase services, and the final payment for
"Construction" phase services shall be made upon the "OWNER'S" approval and
acceptance with the satisfactory completion of the "Construction" phase of the
project.
E. "Geotechnical Investigation" Services:
For geotechnical investigation services associated with design, the "OWNER" shall
pay the "ENGINEER" on the basis of hourly rates and unit prices set forth in
Appendix a fee, not to exceed $ . The basis of this upper limit and
justification for the fee is contained in Appendix attached hereto.
F. "Special" Services:
"Special" Services are described in APPENDIX "C".
SECTION XIII — CHANGES
The "OWNER" may at any time, by written order, make changes within the general
scope of the contract in the work and services to be performed. If any such change
causes an increase or decrease in the cost of, or the time required for, performance of this
contract, an equitable increase or decrease shall be made in the upper limit contract
amount, including fee or time of required performance, or both, and the contract shall be
modified in writing accordingly.
ti„;I4.f- ,&e 3l�o
Changes, �modifications or amendments in scope, price or fees to this contract shall not be
allowed w S itra formal contract amendment approved by the Mayor and the City
Council in advance of the change in scope, price of fees.
Any claim by the "ENGINEER" for adjustment under this clause must be asserted with
thirty (30) days from the date of receipt by the "ENGINEER" of the notification of
City of Fayetteville Agree.
slw#6/asFebruary 29,2000
90104.9402
14
•
change; provided, however, that the "OWNER" if it decides that the facts justify such
action, may receive and act upon any such claim assessed at any time prior to the date of
final payment under this contract. Failure to agree to any adjustment shall be cause for a
dispute concerning a question of fact within the meaning of the clause of this contract
entitled SECTION XVII MISCELLANEOUS PROVISIONS, (1) Dispute Resolutions.
However, nothing in this clause shall excuse the "ENGINEER" from proceeding with the
contract as changed.
SECTION XIV — OWNERSHIP OF DOCUMENTS
All documents, including original drawings, disks of CADD drawings and cross sections,
estimates, specification field notes, and data are and remain the property of the
"OWNER". The "ENGINEER" may retain reproduced copies of drawings and copies of
other documents.
"Engineering documents, drawings, and specifications prepared by "ENGINEER" as part
of the Services shall become the property of "OWNER" when "ENGINEER" has been
compensated for all Services rendered, provided, however, that "ENGINEER" shall have
the unrestricted right to their use. "ENGINEER" shall, however, retain its rights in its
standard drawing details, specifications, databases, computer software, and other
proprietary property. Rights to intellectual property developed, utilized, or modified in
the performance of the Services shall remain the property of "ENGINEER".
"Any files delivered in electronic medium may not work on systems and software
different than those with which they were originally produced. "ENGINEER" makes no
warranty as to the compatibility of these files with any other system or software. Because
of the potential degradation of electronic medium over time, in the event of a conflict
between the sealed original drawings/hard copies and the electronic files, the sealed
drawings/hard copies will govern."
SECTION XV — POSTPONEMENT OR CANCELLATION OF THE CONTRACT
It is understood that the "OWNER" will have the right to suspend or cancel the work at
any time.
A. Postponement — Should the "OWNER", for any reason whatsoever, decide to
postpone the work at any time, the "OWNER" will notify the "ENGINEER", who
will immediately suspend work. Should the "OWNER" decide during such
suspension not to resume the work, or should such suspension not be terminated
within a year, the work shall be cancelled as hereinafter provided.
B. Cancellation — Should the "OWNER", for any reason whatsoever, decide to cancel
or terminate the use of the "ENGINEER'S" service, the "OWNER" will give
written notice thereof to the "ENGINEER", who will immediately terminate the
City of Fayetteville Agree.
slw#6/asFebmary 29, 2000
90104.9402
15
• •
work. If the "OWNER" so elects, the "ENGINEER" may be instructed to bring a
reasonable stage of completion to those items whose value would otherwise be lost.
The "ENGINEER" shall turn over all data, charts, survey notes, figures, drawings,
and other records or information collected or produced hereunder whether partial or
complete. Upon such termination of the "ENGINEER'S" services, the
"ENGINEER" shall be paid on a proportional amount of the total fee, less prior
partial payments, based on the ratio of work done to the total amount of work to be
performed and for reasonable termination expenses.
SECTION XVII — MISCELLANEOUS PROVISIONS
1. Dispute resolution — Any dispute concerning a question of fact in connection
with the work and having a financial value of $10,000, or less, shall be referred
for determination to the Mayor of the City of Fayetteville whose decisions in the
matter shall be final and conclusive. Disputes resulting from claims greater than
$10,000 shall be subject to mediation in accordance with the Construction
Industries Mediation Rules of the American Arbitration Association.
2. Responsibility for Claims and Liability — The "ENGINEER" shall save
harmless the "OWNER" from all claim and liability due to its (the
"ENGINEER'S") negligent activities, or those subcontractors, its agents, or its
employees during the time this contract is in force.
In the event such liability, claims, actions, causes of action or demands are
caused by the joint or concurrent negligence of more than one party, such
liability shall be borne by each party in proportion to their own fault.
3. General Compliance with Laws — The "ENGINEER" shall comply with all
federal, state and local laws and ordinances applicable to the work. The
"ENGINEER" shall be a professional "ENGINEER", licensed in the State of
Arkansas.
4. "ENGINEER" Endorsement — The "ENGINEER" shall endorse and
recommend all plans, specifications, estimates and engineering data finished
by it. All design shall be checked in accordance with accepted engineering
practices. All plan quantities shall be checked and verified.
NO OTHER WARRANTY, EXPRESS OR IMPLIED, IS INCLUDED
IN THIS AGREEMENT OR IN ANY DRAWING, SPECIFICATION,
REPORT, OR OPINION PRODUCED PURSUANT TO THIS
AGREEMENT.
5. Opinions of Cost and Schedule - Since "ENGINEER" has no control over the
cost of labor, materials, or equipment furnished by others, or over the
City of Fayetteville Agree.
slw46lastrebruary 29, 2000
90104.9402
16
•
resources provided by others to meet Project schedules, "ENGINEER'S"
opinion of probable costs and of Project schedules shall be made on the basis
of experience and qualifications as a professional "ENGINEER".
"ENGINEER" does not guarantee that proposals, bids, or actual Project costs
will not vary from "ENGINEER's"cost estimates or that actual schedules will
not vary from "ENGINEER's projected schedules.
6. Waiver of Subrogation - The parties waive any and all rights against each
other, including their rights of subrogation, for damages covered by property
insurance during and after the completion of the services. If the services
extend to the construction phase of this Project, a similar provision shall be
included in all construction contracts, subcontracts and supply agreements
entered into by the "OWNER" and shall protect the "OWNER" and
"ENGINEER" to the same extent.
7. No Consequential Damages - To the fullest extent permitted by law, neither
party shall be liable to the other for any special, indirect, consequential,
punitive or exemplary damages resulting from the performance or non-
performance of this Agreement notwithstanding the fault, tort (including
negligence), strict liability or other basis of legal liability of the party so
released or whose liability is so limited and shall extend to the officers,
directors, employees, licensors, agents, subcontractors, vendors and related
entities of such party.
SECTION XVIII — SUCCESSORS AND ASSIGNS
The "OWNER" and the "ENGINEER" each binds itself and its partners, successors,
executors, administrators, and assigns to the other party of this Agreement, except as
above, neither the "OWNER" nor the "ENGINEER" shall assign, sublet or transfer its
interest in this Agreement without written consent of the other except that it may be
assigned without such consent to the successor of either party, or to a related entity, an
affiliate or wholly owned subsidiary of either party. Nothing herein shall be construed as
creating any possible personal liability on the part of any officer or agent of any public
body which may be party hereto.
SECTION XIX — COVENANT AGAINST CONTINGENT FEES
The "ENGINEER" warrants that it has not employed or retained by company or person,
other than a bonafide employee working solely for the "ENGINEER", to solicit or secure
this contract, and that it has not paid or agreed to pay any company or person, other than
a bonafide employee working solely for the "ENGINEER", any fee, commission,
percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting
from the award or making of this contract
City of Fayetteville Agree.
slw#6/asFebruary 29,2000
90104.9402
17
•
For breach or violation of this warranty, the "OWNER" shall have the right to annul this
contract without liability.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be duly
executed as of the date and year first herein written.
CITY OF FAYETTEVILLE ENGINEER
By:
ATTEST:
City Cler
Mayor
City of Fayetteville Agree.
slw#6/asFcbruary 29, 2000
90104.9402
%SA
18
Black & Veatch Corporation
Name of the Firm
By Aut�Representat
S
APPENDIX A - ENGINEERING COST BASIS
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
OWNER: City of Fayetteville, Arkansas
ENGINEERING FEE PREPARED BY: Black and Veatch Corporation
DATE: March 1, 2000
PROJECT NUMBER: 90104:9402
ITEM A AND B SERVICES (See attached work sheets)
TASK DESCRIPTIONS
100 Develop Wastewater Characteristics
200 Evaluate Noland Plant Capacity
300 Evaluate Nitrification Inhibition
400 Estimate Sludge Quantities
500 Evaluate Sludge Processing Alternatives
Estimate Cost for salary, payroll additive and general overhead $61675
600 Evaluate Solids Handling and Disposal Alternatives
Estimate Cost for salary, payroll additive and general overhead $78868
,
700 Facilities Assessment
Estimate Cost for salary, payroll additive and general overhead $75716
800 Preliminary Design Report
Estimate Cost for salary, payroll additive and general overhead $3968
Administration, Meeting, and Coordination
Estimate Cost for salary, payroll additive and general overhead $42,611
Total Estimated Cost for salary, payroll additive and general overhead $262,838
Fixed Fee 39,426
Reimbursable Expenses 57,456
Total Not to Exceed Billings for Items A & B $359,720
Fayetteville, Arkansas
0
ENGINEERMG FEE ESTIMATE
OWNER: City of Fryelnii, ArInsss
ENGINEER: BIck& Vetch Corporation
DATE: March 1.2000
PROJECT NUMBER: 801049402
PROJECT DESCRIPTION: Paul NolaS WWTP Imprownmms
MFTINOS. AND
.®ofd
.-
.
IThflflfl.l I.
_U
•
REIMBURSABLE EXPENSES
UNI
$Pm
Unit
Ouanlll
Cost
$
Ganaml En a
laborhI
750
512
$3040
Cm dm
ft__
Ptm!oC
Pmcd Post
L Got PWne Cab
Pmd
Inhmoet udrat
ies. Plot b. etc
Smm
Tmvd Eernes
Car Renml _II t _ wodayspar ttl
dsy
75
20
$2.100
Meatt2W I rson.5meob tltl
en
0
50
$460
Menlo hi .2 le._0meala perti
ee
0
20
51EO
LW i 12Oi 1 mn
nI�M
05
12
$7N
Lodoinc h sx e
m
05
4
$260
Total RNm%rsbM Efl,flSOs
$7920
SUMMARY
Tdnl Say to waheoh
$42.611
Tdnl flehnWtaeda Ex
$7020
Sul In
$0
Su[mmdo tlmdot matbl @5%
TO
SU5%
$50231
Fixed Fee @15% W Tidal Sninry plu, overheads
$0.082
TOTAL COST ESTIMATE for PROJECT AOMINISTRATMN,
MEETINGS,
A COORDINATION
$58,522
FayeOeSM, AAV
3/1AO9;35 AM
ENGINEERING FEE ESTIMATE •
OWNER: City of Fayetteville, Arkansas
ENGINEER: Black A Veatch Corporation
DATE: March 1, 2000
PROJECT NUMBER: 90104.9402
PROJECT DESCRIPTION: Paul Noland W WTP ImprovemrMs
PROJECT INVESTIGATIONS
TASKS 100, 200, 300, 400 and 500
LABOR COSTS PROCESS GROUP
Tills Director Sr. Process Lead Staff Tech
Vice Pre Specialists Process Process
Work Code Et1gf Engr
Category 1630 0809 0805 0802 0406
Total Hrs JoMeon Bernard CI W -L
Task 100. Develop Wastewater Characteristics
101 ScopIr Meeting and collect data 12 12
102 Analyze historical data 60 4 16 40
103 Determine bMcstdal Characteristics and loads 32 16 16
104 Determne university characteristics and bads 16 4 12
105 Determine Noland Plant wastewater characteristics 18 2 8 8
106 Determine Weslske wastewater charaderisOcs by MW 0
107 Prepare Technical Memorandum 0
10B Discuss Findings at Progress Mealin 12 12
109 Prepare for and attend one pubk information meeting 20 16 4
Task 200 • Evaluate Noland Plant C atl
201 Develop Capacity matrix based on ww Mar 52 4 16 32
202 Prepare Technical Memorandum 38 8 24 6
203 Discuss Findings at Prowess Meeting t2 12
204 Pre re for and Attend Public Information Muting 12 12
Task 300. Evaluate NNHlcatlort Inhibition
301 Review historical data 40 16 24
302 Discuss nitrification inhibition with OMI 24 B 16
303 Determine bidusUy operation patterns 40 40
301 Identity univnty tundions v let Influence beds 12 12
305 Modeling 48 B 40
306 Prepare Technical Memorandum 54 4 4 40 6
307 Discuss Findings at Progress Meeting 12 12
308 Nlldlicatlon Inhibition pie" of action 20 4 16
Task 400- Estimate Sludge Quantities
401 Determine sludge quantities for Noland 12 4 B
0
Task 500- Evaluate Sure Processing Alternatives 0
501 Evaluate aerobic digestion 36 12 24
502 Evaluate anaerodc digestion 36 12 24
503 Evahmte heat dryindewatering36 12 24
504 Prepare re pa Ch ers for Task 600 44 4 16 16 8
505 Discuss Ardr,gs at Progress Meeting 12 12
Total b Row hts 710
Total Col. hrs 710 54 4 400 232 20
Salary Rate $fob 2000 0 $67 $67 $35 $25 $15
Tole) Salary Cost by Labor Category $3629 $269 $14,000 $5800 $300
Total Salary $23998
Total Salary us overheads @1.57 $61,615
REIMBURSABLE EXPENSES Unit $ per Quanlliry Cost
Unit
General EteRses Per labor hr $7.50 710 $5325
Computer
Autographic
Photo Co
Postage
Long Distance Phone Calls
Parcel Post
In House Reproduction
Supplies, Phot hs, ete
Scanr
Travel Expenses 6 meetings) plus 1 public Information meet)
Car Rental 3 separate trips pius m @ 2 days each) de $75 8 $600
Travel Meals ea $B 40 $320
Lodgbq T night $65 7 $455
Total Reimbursable Expenses $6700
SUMMARY
Total Salary overheads $61,675
Tot Reimbursable Expenses $6,700
Subcontractors SO
Subcontractor markup @5% SO
Subtotal 560,375
Fixed Fee@ 15% of Tot Salary plus overheads $9,251
ESTIMATED COST for TASKS 100, 200, 300, 400 & 500 $77,627
Fayettevie, AMansas
I 3/1/009:35 AM
•
ENGINEERING FEE ESTIMATE 0 6
OWNER : City of Favettevllle, Arkansas
ENGINEER: Black & Veatch Corporation
DATE: March 1, 2000
PROJECT NUMBER: 90104.9402
PROJECT DESCRIPTION: Paul Noland WWTP Improvements
PROJECT INVESTIGATIONS
TASK 600 -EVALUATE SOLIDS HANDLING AND DISPOSAL ALTERNATIVES
LABOR COSTS
•
Title
Work Code
Category
Total hrs
•
RESIDUALS
GROUP
Director
0805
PM
0806
OC
0806
Residuals
Prof Engr
0805
Sr. Process
Engr
0805
Process
Engr
0803
Environ
Scientist
0507
Stair
Engr
0803
Tech
0304
Off
Sery
0208
Coordination Meetings (2 Meetings) -
32
32
Prepare for and attend 1 public Information meeting In Fayetteville
16
16
601 Site Visit and Review of In -plant Solids Handling
32
0
0
16
16
0
0
0
602 Evaluation of Data and Re its
56
0
0
24
32
0
0
0
603 Establish Future Solids Quantities
8
0
0
8
0
0
0
0
604 RegulatoryEvaluation
104
8
0
40
48
8
0
0
0
605 Screening Workshop
152
16
16
40
40
16
0
24
0
606 Markets/Outlets Assessment
16
0
0
16
0
0
0
0
607 Alternatives Evaluation
204
4
0
0
40
8
80
32
40
0
0
608 Results Worksh
64
16
0
16
8
8
16
0
0
0
609 Sne Vlslts
44
0
0
0
40
0
0
4
610 Project Development Re on
196
4
16
16
32
56
8
0
32
32
611 Prepare for and Attend Public Information Meeting
12
12
Total b Row. hrs
924
Total b Col.hrs
936
8
56
32
292
16
320
80
40
56
36
Salacy Rate $/hr 2000
$55
$40
$55
$35
$35
$30
$40
$28
$18
$15
Total Sala Costb Labor Cat o
$440
$2,240
$1,760
$10,220
$560
$9,600
$3,200
$1,120
$1,008
$540
S$30Total
Total Salary
Sala us overheads @ 1.57
REIMBURSABLE EXPENSES
Unit
$ per
Unit
Ouantl
Cost
$
General Expenses
r labor hr
$7.50
936
$7,020
Computer
Autographics hits
Photo Copies
Parcel Post
Long Dist Phone Cats
Postage
In house reproduction
Supplies, photograpls
Scanning
Travel Expenses (4 client meetln s, 2 coordination meetings)
Car Rental 6 trips @ 2 days each)
per day
575
12
$900
Meals (6 trips @ 2 days each)
ea
$8
36
$288
Airfare and Other Expense for Meeting with R ulators
ea
$700
1
$700
Airfare and Other Expense for Meeting with Unity
ea
$700
1
$700
Airfare and Other Expenses for Site Visits (2 trips) -
ea
$1,150
2
$2,300
Total Reimbursable expenses
$11,908
SUMMARY
Total Salary us overheads
$78,868
Total Reimbursable Expenses
$11,908
Subcontractors
$20,000
Subcontractor marku @ 5%
$1,000
Subtotal
$111,776
Fixed Fee @ 15% of Total Salary lus overheads
$11,630
ESTIMATED COST for TASK 600
$123,606
Fayetteville, Arkansas 1 3/1/00+9:35 AM
m
T
w
m
w
cc
0
0
C
n
m
8
n
o
?
w
C
"m
3m
a
m
o
E
o
c
N
N
N
a
w
y
pN
y
O
ry
O
o
T
m
flu
A
d_de
NN
d
0
C
N
pm
N
N
?
Gw
-•01
ON
i
a
W
fOH
tal
V
m
O
41
m
o
m
w
m
rt
d
C
m
m
n
x
w
r
r
m
m
y�
c
o
ry
o
m
a
N
N
N
m
--
w
m
m
-
m
n
O
m
u
�
9•
S
n
4
9
6
E
N.
n
X
a
m
g--
u
'
n
m
r$
n
n
N
i
m
=
N
x
n
N
l£
S
y
w
R
d
o
?
2
U
J
d
E
3
3
N
m
n
@
n
a
0
D
9
T
N
-
N
N
N
m
U
w
p
a
C
N
w
V
-
a
O
D
U
w
m
m
w N
fJ
0
000u,0
m
--
y
y
111 9
00
D
O
V m
on
D<
-n
mn
wy
DO
ya
ENGINEERING FEE ESTIMATE
OWNER: CITY of Feyo11MIM. Arkansas
ENGINEER: Sink IVelth Caporellm
DATE: MsrtK 1, 2X0
PROJECT NUMBER: MIIb.W02
PROJECT PESCRIPIION: PeN NoleS WWTP Inrpwwrrronle
PROJECT INVESTIGATOR
TASK e - PRELIMINARY DESIGN REPORT
U
flC�CC�CC
CC����C�CC
UCo����C�C
:C�CC���CC
REIMBURSABLE EXPENSES
Urh
$Pn
W
WaMAy
Cost
$
General E,re.s
bWrIt
$130
72
SSW
Nf ra b
Flglo
Po al_p
la LIPS__ Ceb
Inhoo t roEWbn
SwIet 4M
Trevd
Car RMMM 1T
a
15
2
$150
Mwb I I I erKn5 m tb l
w
8
5
$40
I ___IeI50fll
n' 01
65
1
S85
TCal RSrbjr tYe E,�ees
Si85
SURMAMY
Tgel $o4 ewnNwM
538(_
To ReM4nwEb
$]05
rka[rKfors
$0
S.jbcoMrnclor r cup @ 5%
So
SMder
£4 ,763
FhK Fro@1CAeToIlSs Uethda
$5S5
ESTIMATED COST tor PRELIMINARY DESIGN REPORT
SS.Ae
FayelleWM. AA
yIr�0.3sn
9 0
APPENDIX B
PERSONNEL CLASSIFICATION AND SALARY RANGE
City of Fayetteville
Agreement for Engineering Services
OWNER: City of Fayetteville
PREPARED BY: Black & Veatch Corporation
DATE: February 29, 2000
PROJECT NUMBER: 90104.9402
Classifications
Salary Range
Classifications
Salary Range
General Services 01
Offices Services 02
Level
Min.
Max.
Level
Min.
Max.
01
$6.29
$11.00
01
$6.63
$10.75
02
$8.31
$13.00
02
$7.65
$11.50
03
$9.58
$15.00
03
$8.15
$12.25
04
$11.02
$17.00
04
$9.25
$14.50
05
$12.46
$19.00
05
$9.75
$15.00
06
$14.37
$23.00
06
$10.50
$17.00
07
$15.92
$26.00
07
$11.50
$19.00
08
$17.88
$29.00
08
$12.50
$22.00
Graphics 03
Technical Support
04
Level
Min.
Max.
Level
Min.
Max.
01
$6.75
$12.00
01
$7.50
$12.00
02
$8.19
$14.00
02
$8.77
$14.00
03
$9.63
$17.00
03
$10.04
$17.00
04
$11.13
$20.00
04
$11.65
$20.00
05
$13.04
$24.00
05
$13.44
$24.00
06
$15.69
$29.00
06
$15.63
$27.00
07
$18.81
$37.00
07
$18.17
$32.00
08
$21.69
$45.00
08
$21.46
$39.00
09
$18.35
$45.00
09
$24.52
$48.00
B-1 of 2
Appendix B
slw6/aspebruary 29, 2000
90104.9402
PERSONPL CLASSIFICATION AND SALARRRANGE (CONT.)
Specialized Staff 05 Architecture 07
Level Min. Max. Level Min. Max.
01 $12.00 $20.00 01 $12.12 $19.00
02 $14.13 $23.00 02 $13.67 $22.00
03 $16.38 $28.00 03 $15.52 $26.00
04 $18.92 $33.00 04 $17.83 $30.00
05 $21.87 $39.00 05 $20.19 $34.00
06 $25.27 $47.00 06 $22.85 $40.00
07 $29.19 $55.00 07 $25.85 $47.00
08 $33.69 $66.00 08 $29.25 $54.00
09 $29.48 $66.00 09 $26.19 $54.00
Engineering 08 Administrative Business 09
Level Min. Max.
01 $15.92 $25.00 Level Min. Max.
02 $17.65 $29.00 01 $10.21 $17.00
03 $19.50 $33.00 02 $12.12 $20.00
04 $22.04 $39.00 03 $14.60 $24.00
05 $24.92 $45.00 04 $17.19 $29.00
06 $28.21 $50.00 05 $20.65 $35.00
07 $32.48 $55.00 06 $24.92 $43.00
08 $36.12 $70.00 07 $30.00 $54.00
09 _ $32.94 $70.00 08 $36.92 $68.00
09 $45.35 $86.00
10 $55.00 $100.00
Construction Management 10 Information Science 11
Level Min. Max. Level Min. Max.
01 $12.63 $20.00 01 $13.50 $22.00
02 $14.54 $22.00 02 $15.90 $25.00
03 $16.73 $28.00 03 $17.85 $28.00
04 $19.21 $33.00 04 $19.75 $32.00
05 $21.98 $38.00 05 $22.15 $36.00
06 $24.75 $46.00 06 $23.85 $41.00
07 $28.50 $53.00 07 $27.15 $47.00
08 $32.02 $61.00 08 $31.20 $54.00
09 $36.46 $69.00
10 $41.02 $78.00 Information Technology 12
Level Min. Max.
Executive Officer 16 01 $9.25 $14.00
Level Min. Max. 02 $10.25 $16.00
01 $46.00 $70.00 03 $11.25 $18.00
02 $56.00 $84.00 04 $13.25 $21.00
03 $70.00 $104.00 05 $14.75 $26.00
04 $83.00 $124.00 06 $18.25 $29.00
05 $102.00 $153.00 07 $22.15 $35.00
06 $206.00 $309.00
B-2 of 2
Appendix D
slw6/asFcbruary 29.2000
90104.9402
•
APPENDIX C
SPECIAL SERVICES
City of Fayetteville
Agreement for Engineering Services
OWNER: City of Fayetteville
PREPARED BY: Black & Veatch Corporation
DATE: February 29, 2000
PROJECT NUMBER: 90104.9402
Any Work requested by "OWNER" that is not included in one of the items listed in any
other phase will be classified as "Special" services.
Special services shall include, but are not limited to:
Additional meetings with local, State or Federal agencies to discuss the
Project.
2. Additional appearances at public hearings or before special boards.
Additional engineering Work required to meet the requirements of regulatory
or funding agencies that become effective subsequent to the date of this
Agreement.
4. Special consultants or independent professional associates requested or
authorized by "OWNER".
Assistance with bid protests and rebidding.
6. Preparation for litigation, arbitration, or other legal or administrative
proceedings; and appearances in court or at arbitration sessions in connection
with bid protests, change orders, or construction incidents.
7. Additions to an engineering report to update or revise original
recommendations.
8. Revisions of design, drawings, and specifications arising from Value
Engineering review which cause changes in the general scope, extent or
character of the project, including but not limited to changes in size,
complexity, "OWNER'S" schedule, character of construction, or method of
financing.
C-1
Appcndix C
slw6/asrebruary 29, 1999
90104.9402
9. Value Engineering reviews and services.
10. Provision, through a subcontract, of land and property surveys and property
descriptions, including legal property description, as required by the project.
11. Provisions, through a subcontract, of the services of a land surveyor to set
horizontal and vertical controls at the site and locate existing street, road
highway, utility rights -of -way and critical property corners at the site and to
provide additional records on rights -of -way and property information as
required.
12. Provision, through a subcontract, of the services of a title company to prepare
title reports on each parcel of property on which easements or rights -of -way
are required or which is to be purchased.
13. Provision, through a subcontract, of the service of a land surveyor to prepare
legal descriptions for the "OWNER'S" use in acquiring required property
rights -of -way and easements.
14. Provisions, through a subcontract, of a qualified appraiser to appraise the
property rights -of -way and easements to be acquired, and to meet and
negotiate with the property "OWNER'S" involved.
15. Engineering assistance to "OWNER" in negotiation meetings and
condemnation proceedings.
16. Provision, through a subcontract, of the necessary surveying to re-establish
streets to preconstruction grade, and referencing and re-establishing land
surveying monuments. In easement or right-of-way areas, marking the
easement of right-of-way limits.
17. Provision, through a subcontract, of aerial photography as requested or
approved by "OWNER".
18. Provision, through a subcontract, of photographs or videotapes of the
construction site topographic and infrastructure features along pipelines or
access roads prior to starting during construction and following completion of
construction.
19. Provision, through a subcontract(s), of preliminary geotechnical services and
reports.
20. Provision, through a subcontract during the Design Phase, of initial
geotechnical engineering services including exploratory work, laboratory and
field testing, and professional guidance on tests to be made and an initial
C-2
Appendix C
slw6/asFebruary 29, 1999
90104.9402
geotechnical report by a qualified geologist or geotechnical firm interpreting
the data on the exploratory work and testing.
Provision, through a subcontract, after design has proceeded to the required
stage, of a final geotechnical report and additional field Work as required.
An environmental assessment and/or environmental impact statement as
requested by "OWNER" or required by review agencies.
Provision, through a subcontract, of a cultural resources or archaeological
study and report on the construction site.
Provision, through a subcontract, of archaeological consultations regarding
artifacts that may be uncovered during construction.
Provision, through a subcontract, of laboratory and field testing required
during design, during construction, and of any special reports or studies on
materials and equipment requested by "OWNER".
Observing factory tests and/or field retesting of equipment that fails to pass
the initial test.
Conducting pilot plant studies and tests.
Visits to the construction site or to "OWNER'S" location in excess of the
number of such trips and the associated time set forth in other phases.
Receiving wage rate information submitted by the Contractor and forward the
information to "OWNER".
Preparation of a master construction schedule from individual schedules
submitted by construction contractors, and coordination and resolution of
conflicts with contractors' schedules.
Assistance in financially related transactions for the project.
Special reports requested by "OWNER" concerning facilities operation and
personnel matters during the operation startup period.
Submittal, at the end of one year of operation of the facilities, of a report to
"OWNER" either certifying that the plant complies with its NPDES permit or
stating the reasons for noncompliance, including recommendations for placing
the plant in compliance.
Where field conditions differ from the conditions indicated in the construction
contract documents or soil boring reports, preparing sketches of construction
Appendix C
slw6/asFebruary 29, 1999
90104.9402
i
work for approval by "OWNER", to supplement the drawings and
specifications as may be required; and providing redesign or relocation
information if required by underground obstructions, utilities, or other
conditions.
35. Services for making revisions to drawings and specifications made necessary
by the acceptance of substitutions proposed by the Contractor, and services
after the award of each contract for evaluating and determining the
acceptability of substitutions proposed by the Contractor.
36. Services resulting from significant delays, changes, or price increases caused
directly or indirectly by shortages of materials, equipment, or energy.
37. Additional or extended services during construction made necessary by (1)
work damaged by fire or other cause during construction, (2) a significant
amount of defective or neglected work by any Contractor, (3) acceleration of
the progress schedule involving service beyond normal working hours, (4)
default by any Contractor, and (5) failure of the Contractor to complete the
work within the construction contract time.
38. Services in connection with partial utilization of any part of the project by
"OWNER" prior to Substantial Completion which requires the Resident
Project Representative to work additional hours or requires employment of
additional onsite personnel.
39. Evaluation of unusually complex or unreasonably numerous claims submitted
by the Contractor or others in connection with the work.
40. Review and analysis of claims for differing subsurface and physical
conditions submitted by the Contractor or others in connection with the work.
41. Changes in the general scope, extent, or character of the project, including, but
not limited to:
a. Changes in size or complexity.
b. "OWNER'S" schedule, design, or character of construction.
c. Method of financing.
d. Revision of previously accepted studies, reports, design documents, or
construction contract documents when such revisions are required by
changes in laws, rules, regulations, ordinances, codes, or orders enacted
subsequent to the preparation of such studies, reports, documents, or
designs; or are required by any other causes beyond "ENGINEER'S"
control.
C-4
Appendix C
slw6/asFebruary 29, 1999
90104.9402
FAYETTEVR.LE
DEPARTMENTAL CORRESPONDEN
Fayetteville City Council
:rom: Don Bunn, Assistant Public Works Direc
Thru: Charles Venable, Public Works Director
Contracts for Preliminary Engineering Services
Fayetteville Wastewater Improvements Project
RECEIVED
CITY ATTORNEY'S OFFICE
The following three (3) items totaling $1,706,554.00 are proposed contracts for engineering
services related to the Fayetteville Wastewater Improvements Project. The proposed
contracts are with (1) Black & Veatch for services relating to improvements to the Noland
Wastewater Treatment Plant, $359,720.00, (2) Garver Engineers for services related to
sewer collection system improvements within the White River Watershed, $391,532.00, an(
(3) McGoodwin, Williams, and Yates for services relating to the new west side wastewater
treatment facility, $955,302.00. The Council approved a contract with RJN for services in
connection with the project in the amount of $638,267.00. All of the contracts authorize the
development of a preliminary engineering report as a first phase of the engineering work
and provide for future phases as the work progresses.
Attached to this memorandum is an outline of the procedure that the Staff followed in
selecting the above named consultants. The process began last May immediately following
the approval by the Council for the purchase of land west of Fayetteville for the purpose of
siting a new treatment facility.
The Design Reports are due to be completed by November of this year. The Preliminary
Design Reports will serve several purposes. The Reports will serve to update and revise the
Facility Plan where needed to account for changes in conditions and costs since the Facility
Plan was prepared (1995-1997). The basic conclusions of the Facility Plan will not change
since those conclusions were based on comparative costs, however, the location and sizing
of sewers and interceptors may change as well as the type of treatment considered, and the
economics of various sludge alternatives.
Also, enough detail will be generated by the studies to determine the size and location of
new facilities and to establish reasonably accurate cost estimates of the work. The work
program and cost estimates will be used to plan the financing of the improvements and will
serve as a basis for the scope of work and cost of preparing the detailed plans and
specifications.
We are considering utilizing the State's Revolving Loan Fund as the major source of funds
for this project. The loan fund is managed by the Arkansas Department of Environmental
Quality and is backed by grants from the Environmental Protection Agency. They have
indicated that a total of $60,000,000 would be available to Fayetteville over a two or three
year construction period. The current lending rate is 3.75 percent.
We have submitted materials to the State to determine the areas where we are already in
compliance with their conditions and regulations, and how much additional work may be
required to come into compliance. Areas that will be examined include our engineering
selection process, form of engineering contracts, public involvement, sewer system
evaluations as it relates to infiltration and inflow control, sewer rates, and accounting
procedures.
If we make the decision to participate in the program there will have to be amendments to
these contracts to account for whatever extra effort that may be required to comply with
ADEQ regulations. However, it is expected that the savings in interest costs over the life of
the ADEQ loan will more than offset whatever additional costs that we incur because of our
participation in the program.
Fayetteville Wastewater Improvements Project
Consultant Selection Procedure and Contract Negotiation
Last May the City Council authorized the City Staff to purchase about 316.5 acres of land
west of Fayetteville for the purpose of constructing a new wastewater treatment plant. As a
result of that action by the Council, the City Staff began the process of hiring consultants in
connection with our wastewater improvements project.
In late May 1999 a Wastewater Engineering Selection Committee was formed. The
Committee members were:
Charles Venable, Public Works Director Don Bailey, Personnel Director
Trent Trumbo, Council Member Jim Beavers, City Engineer
Sid Norbash, Staff Engineer David Jurgens, W/S Maintenance
Don Bunn, Assistant Public Works Director
On June 13, 1999, advertisements appeared the Northwest Arkansas Times, the Morning
News of Northwest Arkansas, and the Arkansas Democrat -Gazette requesting Statements
Qualifications from consulting firms interested in providing wastewater engineering services
to the City. An advertisement also appeared in the June 14 issue of the Engineering News -
Record requesting Statements of Qualifications. Statements of Qualifications were received
by the City on July 16, 1999.
The Selection Committee met in late July and in early August to review the Qualification
Statements and to decide which engineering firms should be asked to submit detailed
proposals. After careful review, the Committee sent a Request for Proposals (due
September 17, 1999) to eleven engineering firms. They were:
Black and Veatch, Kansas City
RJN, Dallas, Texas
CDM, Dallas, Texas
CH2M Hill, Tulsa, Okla.
Garver Engineers, Fayetteville
McClelland, Fayetteville
McGoodwin, Fayetteville
Carter -Burgess, Little Rock
Burns and McDonnell, Kansas City
Grafton and Tull, Rogers, Arkansas
CTE, Tulsa, Okla.
The Request for Proposals notified the engineering firms that it would be the intent of the
City to award a maximum of four (4) engineering contracts. There would be one engineering
contract awarded in connection with the work at the existing Noland Wastewater Treatment
Facility, one engineering contract awarded in connection with the new treatment facility on
the west side of Fayetteville, and two engineering contracts awarded for work in connection
with the collection system. As a result of our Request for Proposals, the City received nine
detailed proposals. CDM did not submit a detailed proposal and McClelland submitted in
conjunction with RJN of Dallas.
The Selection Committee met in late September and decided to interview all of the firms
S
submitting proposals. The interview dates were set for Wednesday, October 6 and
Thursday, October 7.
After the last interview on Thursday, October 7, the Committee met and made these
selections:
a) McGoodwin, Williams, and Yates of Fayetteville - Design services related to the
new treatment plant on the west side of Fayetteville.
b)
Black
and Veatch
of
Kansas City,
Missouri -
Design services related to the
improvements at the
existing Noland
Treatment
Plant on the east side.
c)
RJN
and Associates
of
Dallas,
Texas
and
McClelland
Engineers of
Fayetteville
-
Design
services related
to
the
sewage collection
system.
d) Garver Engineers of Fayetteville - Design services related to the sewage
collection system.
Over the past three (3) months the Staff has been working with the selected consultants,
both individually and jointly, to development an appropriate scope of work and contract price
for each of them. Generally, the form of the contract will be in accordance with the City's
standard engineering contract. The contract will contain a detailed scope of work and
detailed price for a Preliminary Design Report. The contract will contain a provision for the
preparation of plans and specifications, bidding services, and observation/management
services. A detailed scope of work and prices for those services will be negotiated after
completion of the Preliminary Design Report.
d.
•
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPON
E
February 29, 2000
To: Fayetteville City Council
From: Don Bunn, Assistant Public Works Director
Thru: Charles Venable, Public Works Director
Mayor Fred Hanna
Subject: Contracts for Preliminary Engineering Services
Fayetteville Wastewater Improvements Project
The following three (3) items totaling $1,706,554.00 are proposed contracts for engineering
services related to the Fayetteville Wastewater Improvements Project. The proposed
contracts are with (1) Black & Veatch for services relating to improvements to the Noland
Wastewater Treatment Plant, $359,720.00, (2) Garver Engineers for services related to
sewer collection system improvements within the White River Watershed, $391,532.00, and
(3) McGoodwin, Williams, and Yates for services relating to the new west side wastewater
treatment facility, $955,302.00. The Council approved a contract with RJN for services in
connection with the project in the amount of $638,267.00. All of the contracts authorize the
development of a preliminary engineering report as a first phase of the engineering work
and provide for future phases as the work progresses.
Attached to this memorandum is an outline of the procedure that the Staff followed in
selecting the above named consultants. The process began last May immediately following
the approval by the Council for the purchase of land west of Fayetteville for the purpose of
siting a new treatment facility.
The Design Reports are due to be completed by November of this year. The Preliminary
Design Reports will serve several purposes. The Reports will serve to update and revise the
Facility Plan where needed to account for changes in conditions and costs since the Facility
Plan was prepared (1995-1997). The basic conclusions of the Facility Plan will not change
since those conclusions were based on comparative costs, however, the location and sizing
of sewers and interceptors may change as well as the type of treatment considered, and the
economics of various sludge alternatives.
Also, enough detail will be generated by the studies to determine the size and location of
new facilities and to establish reasonably accurate cost estimates of the work. The work
program and cast estimates will be used to plan the financing of the improvements and will
serve as a basis for the scope of work and cost of preparing the detailed plans and
specifications.
We are considering utilizing the State's Revolving Loan Fund as the major source of funds
for this project. The loan fund is managed by the Arkansas Department of Environmental
Quality and is backed by grants from the Environmental Protection Agency. They have
indicated that a total of $60,000,000 would be available to Fayetteville over a two or three
year construction period. The current lending rate is 3.75 percent.
We have submitted materials to the State to determine the areas where we are already in
compliance with their conditions and regulations, and how much additional work may be
required to come into compliance. Areas that will be examined include our engineering
selection process, form of engineering contracts, public involvement, sewer system
evaluations as it relates to infiltration and inflow control, sewer rates, and accounting
procedures.
If we make the decision to participate in the program there will have to be amendments to
these contracts to account for whatever extra effort that may be required to comply with
ADEQ regulations. However, it is expected that the savings in interest costs over the life of
the ADEQ loan will more than offset whatever additional costs that we incur because of our
participation in the program.
Fayetteville Wastewater Improvements Project
Consultant Selection Procedure and Contract Negotiation
Last May the City Council authorized the City Staff to purchase about 316.5 acres of land
west of Fayetteville for the purpose of constructing a new wastewater treatment plant. As a
result of that action by the Council, the City Staff began the process of hiring consultants in
connection with our wastewater improvements project.
In late May 1999 a Wastewater Engineering Selection Committee was formed. The
Committee members were:
Charles Venable, Public Works Director Don Bailey, Personnel Director
Trent Trumbo, Council Member Jim Beavers, City Engineer
Sid Norbash, Staff Engineer David Jurgens, W/S Maintenance
Don Bunn, Assistant Public Works Director
On June 13, 1999, advertisements appeared the Northwest Arkansas Times, the Morning
News of Northwest Arkansas, and the Arkansas Democrat -Gazette requesting Statements
Qualifications from consulting firms interested in providing wastewater engineering services
to the City. An advertisement also appeared in the June 14 issue of the Engineering News -
Record requesting Statements of Qualifications. Statements of Qualifications were received
by the City on July 16, 1999.
The Selection Committee met in late July and in early August to review the Qualification
Statements and to decide which engineering firms should be asked to submit detailed
proposals. After careful review, the Committee sent a Request for Proposals (due
September 17, 1999) to eleven engineering firms. They were:
Black and Veatch, Kansas City
RJN, Dallas, Texas
CDM, Dallas, Texas
CH2M Hill, Tulsa, Okla.
Garver Engineers, Fayetteville
McClelland, Fayetteville
McGoodwin, Fayetteville
Carter -Burgess, Little Rock
Burns and McDonnell, Kansas City
Grafton and Tull, Rogers, Arkansas
CTE, Tulsa, Okla.
The Request for Proposals notified the engineering firms that it would be the intent of the
City to award a maximum of four (4) engineering contracts. There would be one engineering
contract awarded in connection with the work at the existing Noland Wastewater Treatment
Facility, one engineering contract awarded in connection with the new treatment facility on
the west side of Fayetteville, and two engineering contracts awarded for work in connection
with the collection system. As a result of our Request for Proposals, the City received nine
detailed proposals. CDM did not submit a detailed proposal and McClelland submitted in
conjunction with RJN of Dallas.
The Selection Committee met in late September and decided to interview all of the firms
submitting proposals. The interview dates were set for Wednesday, October 6 and
Thursday, October 7.
After the last interview on Thursday, October 7, the Committee met and made these
selections:
a) McGoodwin. Williams. and Yates of Fayetteville - Design services related to the
new treatment plant on the west side of Fayetteville.
b) Black and Veatch of Kansas City. Missouri - Design services related to the
improvements at the existing Noland Treatment Plant on the east side.
c) RJN and Associates of Dallas Texas and McClelland Engineers of Fayetteville -
Design services related to the sewage collection system.
d) Garver Engineers of Fayetteville - Design services related to the sewage
collection system.
Over the past three (3) months the Staff has been working with the selected consultants,
both individually and jointly, to development an appropriate scope of work and contract price
for each of them. Generally, the form of the contract will be in accordance with the City's
standard engineering contract. The contract will contain a detailed scope of work and
detailed price for a Preliminary Design Report. The contract will contain a provision for the
preparation of plans and specifications, bidding services, and observation/management
services. A detailed scope of work and prices for those services will be negotiated after
completion of the Preliminary Design Report.
AGENDA REQUEST FORM
Council Meeting of March 21 ,2000
FROM Don Bunn Public Works Admin Public Works
Name Division Department
ACTION REQUIRED A resolution approving the contract with Black and Veatch
for engineering services in connection with improvements at the Noland
Wastewater Treatment Plant in the amount of $359,720.00.
COST TO CITY
$ 359,720.00
Cost of this Request
5400 5700 5314 00
Account Number
98047-10
Project Number
BUDGET/CONTRACT REVIEW
Budget Coordinator
$ 1,926,111.00
Category/Project Budget
697.871.00
Funds Used to Date
$ 1,228,240.00
Funds Remaining
XX Budgeted Item
Impvts to Noland Waste -
Water Treatment Plant
Category/Project Name
Program Name
Water and Sewer
Fund Category
Budget Adj. Attached
Date Admin Services Director Date
Accounting Manager Date
City Attorney Date
Purchasing Officer Date
ADA Coordinator
Internal Auditor
Date
Date
STAFF RECOMMENDATION It is the recommendation of the Staff that the Council
approve the contract with Black and Veatch for engineering services in
connection with
the Noland Wastewater Treatment Plant.
____2) 03-03-00
Asst Public Works Director Date Cross Reference
Department Director Date New Item: Yes No
Prev Ord/Res # _
Admin Services Director Date
Orig. Contract #
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
February 29, 2000
To: Fayetteville City Council
From: Don Bunn, Assistant Public Works Director
Thru: Charles Venable, Public Works Director
Mayor Fred Hanna
Subject: Contract for Preliminary Engineering Services
Noland Treatment Plant Improvements
Black and Veatch, Kansas City, Mo.
The City began the procedure of engineer selection in the late spring of 1999. The
attachment to this memorandum outlines the selection process beginning in late May and
ending in December of 1999.
The Selection Committee made the following engineer selections:
1) McGoodwin, Williams, and Yates of Fayetteville - Design services related to the
new treatment plant on the west side of Fayetteville.
2) Black and Veatch of Kansas City. Missouri - Design services related to the
improvements at the existing Noland Treatment Plant on the east side.
3) RJN and Associates of Dallas, Texas and McClelland Engineers of Fayetteville -
Design services related to the sewage collection system.
4) Garver Engineers of Fayetteville - Design services related to the sewage
collection system.
The Council, at its February 1 regular meeting, approved an engineering contract with RJN
of Dallas, Texas for work associated with the development of design flows and sewer line
and pump station improvements in the Illinois River Basin. The amount of the contract was
a not to exceed figure of $638,267.00.
Attached for your review and approval is an engineering contract with Black and Veatch of
Kansas City, Missouri for services related to improvements at the existing Noland Sewage
Treatment Plant. The proposed contract provides for three separate work elements, the
Preliminary Design Report, the preparation of detailed plans and specifications, and
observation/management services during construction. A cost and detailed scope of work is
given for the preparation of the Preliminary Design Report only. The cost and detailed
scope of work for the other two elements will be negotiated after completion of the
Preliminary Design Report.
Scope of Work: The scope of work generally involves the planning of improvements to
the Noland Plant required by the split of the flow between the Illinois River Basin and the
White River Basin, the evaluation of sludge treatment and ultimate disposal of sludge
solids, and the assessment of existing facilities. An outline of the scope of work is given
below. The detailed scope of work is given in the body of the proposed contract.
1. Project Administration and Coordination Meeting, and Public Meetings
2. Evaluation of Existing Noland Plant - This includes the determination of existing
and future wastewater characteristics and the evaluation of the current capacity of
the plant.
3. Evaluation of Sludge Processing Alternatives This involves the assessment of
our current sludge handling practices at the plant and study and evaluation of sludge
handling and disposal alternatives.
4. Conduct Facilities Assessment Make an assessment of the existing structures,
process equipment and controls at the plant and make recommendations on
rehabilitation or replacement of such equipment and controls.
5. Preparation of the Final Design Report
Although it is not listed as a separate work item, the evaluation of odor control measures
and the recommendations for odor control is an integral part of the scope of work and will
be considered in all recommendations for sludge handling and other unit processes.
Cost of Services: The proposed contract price is $ 359,720.00. A breakdown of the price
is:
1.
Salary Expense &
$ 102,272.00
2.
Overhead Costs (1.57)
160,566.00
3.
Fixed Fee, 15%
39,426.00
4.
Expenses (includes subcontracts)
57,456.00
5.
Total Cost (Not to Exceed)
$ 359,720.00
The total cost given above will not be exceeded without a change order being approved
which also amends the scope of work. Any additional costs for this portion of the work will
be computed on the same basis as the prices given above. It should be pointed out that
the costs given for each of the line items of work is an estimate only and that funds can be
shifted between the various work items as long as the total cost does not go beyond the
not -to -exceed figure given in the contract.
Staff Recommendation: The Staff believes the proposed contract price is reasonable
and represents fair compensation in exchange for the work proposed to be furnished.
Therefore, it is the recommendation of the Staff that the Council approve the proposed
contract with Black and Veatch in the amount of $ 359,720.00.
• . •
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
STATE OF ARKANSAS
COUNTY OF WASHINGTON
This Agreement entered into and executed this _ day of 2000, by
and between the City of Fayetteville acting by and through its Mayor hereinafter called
the "OWNER" and Black & Veatch Corporation with offices located in Kansas City,
Missouri hereinafter called the "ENGINEER".
WITNESSETH:
Whereas, the "OWNER" is planning to construct improvements at the Paul Noland
Wastewater Treatment Plant (the Project); and,
Whereas the "OWNER'S" forces are fully employed on other urgent wok that prevents
their early assignment to the aforementioned work; and Whereas, the "ENGINEER'S"
staff is adequate and well qualified and it has been determined that its current work load
will permit completion of the plans for the project on schedule;
Now therefore, it is considered to be in the best public interest for the "OWNER" to
obtain assistance of the "ENGINEER'S" organization in connection with said
engineering services. In consideration of the faithful performance of each party of the
mutual covenants and agreements set forth hereinafter, it is mutually agreed as follows:
SECTION I - EMPLOYMENT OF ENGINEER
The "OWNER" agrees to employ the "ENGINEER" to perform, and the "ENGINEER"
agrees to perform, professional engineering services in connection with the project set
forth in the Sections to follow; and the "OWNER" agrees to pay and the "ENGINEER"
agrees to accept, as specified in the Sections to follow as full and final compensation for
work accomplished in the specified time.
SECTION II - DESCRIPTION OF THE PROJECT
Plan, design and construct improvements at the existing Paul Noland Wastewater
Treatment Facilities. It is anticipated that the improvements will improve plant
performance, reduce operating costs, improve odor control measures and replace/upgrade
critical equipment.
City of Fayetteville Agree.
slw#6/asFcbruary 29, 2000
90104.9402
SECTION III - INFORMATION & SERVICES
The "OWNER" will furnish, free of charge, any specifications, standards, reports, plant
operating data, industrial pretreatment program information, and other data and
information which may relate to the project including GPS survey data. Aerial mapping
data and plant operating data will be provided to the "ENGINEER" on magnetic media.
SECTION IV - SERVICES TO BE FURNISHED BY THE "ENGINEER"
Item A — ADMINISTRATION, COORDINATION, AND MEETING
The "ENGINEER" shall provide the following services.
Task 100 — Meetings
101. Attend coordination, progress, and public information meeting as requested by the
"OWNER" or required to successfully complete the work. Up to fourteen meetings
are included in the project budget.
Task 200— Administration
201. Maintain such files and records as necessary to provide a historical record for the
work and project billing. These files shall be maintained at the office of the
"ENGINEER".
202. Provide a monthly status reports describing the work completed to date and work to
be completed during the next month. Included with the report shall be a description
of coordination issues which could delay the `ENGINEER". Included with the
status report shall be a graphic schedule (bar chart) with activity descriptions.
Item B — PROJECT INVESTIGATIONS
The "ENGINEER" shall conduct the following investigations in preparation to design of
the improvements to the Paul Noland Wastewater Treatment Plant.
Task 100 — Develop Wastewater Characteristics
101. Make site visit to meet with "OWNER'S" representatives and collect data.
102. Analyze up to four years of historical data from the Paul Noland WWTP to
determine historical flows and loads. This data will include influent data, effluent
data, and operating data. From this data annual average and maximum month flow
and loads will be identified.
City of Fayetteville Agree.
slw#6/asFebruary 29, 2000
90104.9402
103. Identify industries which discharge significant pollutant quantities to the collection
system. Review industrial monitoring reports to assess the industrial loads to the
plant. If monitoring reports are not available, contact industries to get discharge
characteristics and flows.
104. Estimate university flow and loads using university student population.
105. Determine Noland WWTP influent characteristics based on a range of operating
modes using data from the recent master plans. Key variables are 1) domestic flow
and loads diverted to new Westside WWTP, 2) industrial flow and load, and 3)
university flow and loads. A matrix of influent characteristics will be developed.
106. Determine Westside WWTP influent characteristics following completion of Task
105. Provide Task 105 information to McGoodwin, Williams, and Yates for their
determination of these characteristics. It is anticipated that the influent
characteristics to the Westside WWTP will differ from the Noland WWTP because
of the lack of industry and university loads.
107. Prepare Technical Memorandum #1 describing the data collected and conclusions
reached based on the data evaluated. Submit 10 copies to "OWNER" for review
and comment.
108. Meet with "OWNER" to review and discuss technical memorandum. Update
memorandum if required and submit 10 copies.
109. Prepare for and attend one public information meeting if required by "OWNER".
Task 200 — Evaluate Paul Noland WWTP Capacity
201. Using the influent wastewater matrix developed in Task 104, determine the
minimum flow which can be treated at the Noland facility without adversely
impacting operations. For this initial evaluation it will be assumed that the Noland
facility is not handling solids from the Westside WWTP. Two liquid schematics
will be considered: 1) existing liquid stream and 2) abandon primary treatment and
operate with secondary treatment only. Combination of models will be used
including BioWin and Cygnet.
202. Prepare Technical Memorandum #2 and provide 10 copies to "OWNER" for review
and comment.
203. Meet with "OWNER" to review and discuss technical memorandum. Update
memorandum if required and submit 10 copies.
204. Prepare for and attend one public information meeting if required by "OWNER".
Cily of Fayetteville Agree.
slw#6/asFebruary 29, 2000
90104.9402
Task 300 — Evaluate Nitrification Inhibition at Paul Noland WWTP.
301. Review historical data to determine exact times of inhibition. Compare influent and
operating conditions of the years with inhibition to years without inhibition to
identify any differences.
302. Meet with OMI staff to discuss periods of nitrification inhibition.
303. Meet with industries identified in Task 103 to identify operational pattern over the
past four years, i.e. wasting pattern through the week, clean up operations, periods
of shut down, and product changes. Determine if any industry changes coincide
with process upset.
304. Review university schedule to determine any major events, i.e. semester start/stop,
athletic functions, which coincide with process upset.
305. Model periods before, after and during inhibition to identify probable cause for
inhibition.
306. Prepare Technical Memorandum #3 and provide 10 copies to "OWNER" for review
and comment.
307. Meet with "OWNER" to review and discuss technical memorandum. Update
memorandum if required and submit 10 copies.
308. Develop an action plan to handle nitrification inhibition should it reoccur in the
summer of 2000 and meet with "OWNER" and OMI to discuss plan.
Task 400 — Estimate Sludge Quantities
401. Determine sludge quantities from Paul Noland WWTP based on the minimum
capacity identified in Task 201 without solids from Westside WWTP. Consider
cases with and without primary treatment as defined in Task 201,
Task 500 — Evaluate Solids Processing Alternatives.
501. Evaluate aerobic digestion, at the Noland WWTP. Up to four scenarios could be
considered assuming that the results of Task 200 indicate that the Noland WWTP
could treat reasonable flow without primary treatment. Evaluation will include
developing conceptual design criteria and digested sludge quantities. One option
will be evaluated which considers chemical treatment for phosphorus removal. For
the Westside solids, three conditions will be considered; 1) liquid transportation via
pipeline, 2) truck hauling of thickened sludge, and 3) truck hauling of dewatered
sludge. Cygnet and BioWin models will be used to evaluate solids handling
impacts on the liquid stream process.
1) Noland WWTP solids with primary treatment.
City of Fayetteville Agree.
slw#6/asFebruary 29, 2000
90104.9402
•
I
•
2) Noland WWTP solids without primary treatment.
3) Regional treatment of Noland and Westside solids with primary treatment at
Noland WWTP but only secondary treatment at Westside.
4) Regional treatment of Noland and Westside solids with only secondary
treatment at both facilities.
502. Evaluate anaerobic digestion, at the Noland WWTP. Up to four scenarios could be
considered assuming that the results of Task 201 indicate that the Noland WWTP
could treat reasonable flow without primary treatment. Evaluation will include
developing conceptual design criteria and digested sludge quantities. One option
will be evaluated which considers chemical treatment for phosphorus removal. For
the Westside solids, three conditions will be considered; 1) liquid transportation via
pipeline, 2) truck hauling of thickened sludge, and 3) truck hauling of dewatered
sludge. Cygnet and BioWin models will be used to evaluate solids handling
impacts on the liquid stream process.
1) Noland WWTP solids with primary treatment.
2) Noland WWTP solids without primary treatment.
3) Regional treatment of Noland and Westside solids with primary treatment at
Noland WWTP but only secondary treatment at Westside.
4) Regional treatment of Noland and Westside solids with only secondary
treatment at both facilities.
503. Evaluate impacts of dewatering at the Noland WWTP. Up to four scenarios could
be considered assuming that the results of Task 201 indicate that the Noland
WWTP could treat reasonable flow without primary treatment. One option will be
evaluated which considers chemical treatment for phosphorus removal. For the
Westside solids, three conditions will be considered; 1) liquid transportation via
pipeline, 2) truck hauling of thickened sludge, and 3) truck hauling of dewatered
sludge. Cygnet and BioWin models will be used to evaluate solids handling
impacts on the liquid stream process.
1) Noland WWTP solids with primary treatment.
2) Noland WWTP solids without primary treatment.
3) Regional treatment of Noland and Westside solids with primary treatment at
Noland WWTP but only secondary treatment at Westside.
4) Regional treatment of Noland and Westside solids with only secondary
treatment at both facilities.
504. Attend progress meeting to review and discuss results of the evaluations.
505. Prepare report chapters for Task 600.
City of Fayetteville Agree.
slw#6fasfebruary 29, 2000
90104.9402
Task 600 — Evaluate Solids Handling and Disposal Alternatives
601. Visit the Noland Plant to observe the existing solids processing and handling unit
operations and to evaluate land management practices in the region. The primary
objective of the visit will be to obtain background information that may be relevant
to the identification of alternatives for future biosolids management. Available
operations, cost data, drawings, and reports will be collected at this time.
602. Review data and reports collected during the site visit to develop a full
understanding of current operations and previous studies.
603. Utilize the estimates of raw solids quantities for the Westside plant developed by
McGoodwin, Williams, and Yates, Inc. and those developed in Task 401.
604. Contact appropriate state regulators to discuss the direction of future biosolids and
land management regulations. Attending one meeting with the regulators is
included in this task. A review of federal regulations that could affect future
biosolids management at the Noland plant will also be conducted.
605. Prepare for and conduct a screening workshop with "OWNER'S" representatives.
Objectives of the workshop are to:
1) Review current biosolids processing and handling practices, previous Facility
Plan conclusions and recommendations, and City objectives for processing
and disposal of biosolids.
2) It is anticipated that the primary outlets for the City's biosolids will consist of
land application of a Class B biosolid product, distribution of a heat dried
product, and distribution of a composted product. During the workshop,
technologies to achieve Class B, as well as the various drying and composting
technologies, will be discussed. The technologies of most interest to the City
will be identified for further evaluation.
3) Formulate no more than four system alternatives for detailed evaluation. Each
alternative will address: 1) processing and handling of only Noland plant
solids, and 2) processing and handling of both Noland and Westside plant
solids at the Noland plant. A separate evaluation of solids management for
only the Westside plant solids will be conducted by McGoodwin, Williams,
and Yates, Inc.
4) Establish non -cost factors to be used in the evaluation of alternatives.
606. Utilize the services of a specialty subcontractor to assess the opportunities and
obstacles for the distribution of biosolids-derived products. The subcontractor and
subcontract developed in connection with this task shall be subject to the approval
of the "OWNER". Any such subcontract shall become a part of this Agreement.
The assessment will include up to 4 types of biosolids products. It is anticipated
these will include three types of Class A products and a Class B stabilized biosolid
product suitable for land application. The area to be included in the assessment will
vary based on the economical haul distance for the type of product produced. The
assessment will include a combination of telephone and in -person interviews with
City or Fayetteville Agree.
slw#6/asFebruary 29, 2000
90104.9402
i 0.
prospective product users and others with knowledge of the local agricultural
community and practices. Projected revenue for each type of product considered in
the assessment will be provided. A brief written report will be prepared,
summarizing the findings and conclusions from the assessment.
607. Perform an evaluation of the system alternatives based on both cost and non -cost
considerations. Cost considerations will include present worth values (or 20 year
life -cycle costs) for each alternative. Order -of -magnitude opinions of construction
and operations and maintenance costs will be prepared for each alternative. The
non -cost factors used in the evaluation will be developed jointly by the "OWNER"
and "ENGINEER" in Task 605.
608. Meet with City representatives to discuss preliminary conclusions from the
technical evaluation and market/outlets assessment and develop a consensus on the
approach to be used for future biosolids management.
609. Accompany "OWNER'S" representatives to visit 2 installations using different
technologies. The site visits will be used to help confirm technology selection and
to identify key considerations for facility design and operation. Costs will be
dependent on sites to be visited. The ENGINEER's budget includes the
ENGINEER's travel cost and time for these site visits.
610. Prepare a draft Project Development Report summarizing the project development
activity and submit 10 copies to the "OWNER" for review and comment. The basis
of the report will be the guidance received from the "OWNER" at the Results
Workshop and information from any site visits. Included in the report will be an
implementation plan for the preferred biosolids management option including a
refined opinion of costs for budgeting purposes. Incorporate changes, if needed,
based on the review comments and submit 10 copies of a final Project
Development Report.
611. Prepare for and attend one public information meeting if required by "OWNER".
Task 700 — Conduct Facilities Assessment
701. Conduct a project initiation meeting to clarify "OWNER"s requirements for the
Project, review pertinent available data, review project staffing and organization,
present initial work plan, and present initial work schedule. A Data Request Letter
and a Basis for Assessment Letter will be transmitted to "OWNER" prior to this
initiation meeting.
702. Evaluate results of the initial meeting, review status of data received, and submit a
written request for additional data required for the Project.
City of Fayetteville Agree.
slw#6/a February 29, 2000
90104.9402
703. Review Existing Facilities Data
I) Review existing drawings, specifications, and other information obtained from
"OWNER".
2) Prepare a preliminary inventory of structures, instrumentation and control
equipment, and all process equipment including major valves (6" and greater)
with actuators and gates, electrical panels, chemical feed equipment, motor
control centers, switchgear, and major HVAC equipment.
3) Submit the preliminary inventory to "OWNER" for review and comment.
4) Revise the preliminary inventory based upon "OWNER'S" comments.
704. Investigate Existing Facilities
1) Conduct a site visit of the wastewater treatment plant. This site visit will be a
conducted by a multi -disciplined team to verify the preliminary inventory, to
visually assess the physical condition of the structures, the electrical and
mechanical equipment, the instrumentation equipment, and to discuss the
facility with the plant maintenance personnel. This information will be used
to determine the recommended rehabilitation and the remaining useful life of
the structures and equipment.
2) Modify and expand the Inventory List based upon data gathered during the
site visit. The equipment listing will indicate the equipment tag number,
location, and year installed. The structure evaluation would indicate the year
constructed, current physical defects, and possible current code deficiencies
based on the codes in effect at the time of construction and the present codes
X including ADA compliance at the operation's building. The listing would
also include comments from the operations and maintenance staff detailing the
reliability of the equipment.
3) Submit the Inventory List to "OWNER" for review and comment.
4) Revise the Inventory List based upon "OWNER'S" comments.
705. Prepare Report
1) Expand the Inventory List to identify equipment replacement/rehabilitation
recommendations and structure rehabilitation and upgrade recommendations.
A cost opinion for the equipment recommended for replacement and structure
rehabilitation and upgrades will be provided. No effort will be made to
prioritize the recommended work.
2) Prepare a report summarizing the efforts in developing the Inventory List and
•the results of the structure investigation. Include the Inventory List as an
appendix to the report.
3) Submit 10 copies of the draft report to the "OWNER" for review and
comment.
4) Meet with "OWNER" to discuss comments and revise report and submit 10
copies of the final report to the "OWNER".
City of Fayetteville Agree.
slw#6/asFebruary 29, 2000
90104.9402
Task 800 — Preliminary Design Report
The work as described in Tasks 100 through 700 will be consolidated into a single
Preliminary Design Report which will contain all recommendations and cost estimates.
Ten (10) copies of the final Preliminary Design Report shall be delivered to the
"OWNER" as a final work product.
Item C - PROJECT DESIGN
The "ENGINEER" shall be prepared to design the improvements which are authorized by
the "OWNER" following completion of Section IV, Item B — PROJECT
INVESTIGATIONS.
The project will be designed and constructed to meet water and sewer standards in
accordance with the "OWNER'S" Water and Sewer, and other related Standards.
Construction specifications shall be based on latest special provisions and City of
Fayetteville Specifications relating to the design of this project. The design concept with
regard to water and sewer relocations, geometric, detours, right-of-way, utility easements,
and other related items shall be submitted by the "ENGINEER" (in the form of a
Preliminary Engineering Assessment) and approved by the "OWNER" prior to beginning
design work.
The "ENGINEER" shall provide all field survey data from field work for designing the
project and this shall be tied to the "OWNER'S" GPS control network.
The "ENGINEER" shall be responsible for obtaining, interpreting and evaluating
geotechnical or any other form of data necessary for the design of this project.
The "ENGINEER" shall furnish plans to all utility companies affected by the project and
if necessary, shall conduct a coordination meeting among all affected utility companies to
enable them to coordinate efforts for the necessary utility relocations. This coordination
meeting will take place at the City Engineer's office.
During the final "design" phase of the project, the "ENGINEER" shall conduct final
designs to prepare construction plans and specifications including final construction
details and quantities, special provisions, cost estimates, make final field inspection with
"OWNER", make any needed plan changes as a result of the final field inspection and all
other work required to advertise and receive bids.
"ENGINEER" shall have no liability for defects in the Services attributable to
"ENGINEER'S" reliance upon or use of information, data, design criteria, drawings,
specifications, or other information furnished by "OWNER" or third parties retained by
"OWNER"."
City of Fayetteville Agree.
sIwH6/asFebruary 29, 2000
90104.9402
S
SECTION V — COORDINATION WITH "OWNER"
The "ENGINEER" shall hold conferences throughout the investigation and design of the
Project with representatives of the "OWNER" to the end that the investigation and
design, as perfected, shall have full benefit of the "OWNER'S" knowledge and be
consistent with the current policies and construction practices of the "OWNER". The
"OWNER" reserves the right to accept or reject any or all investigation plans, but this
stipulation will not relieve the "ENGINEER" of responsibility for the design of the
Project.
SECTION VI - OFFICE LOCATION FOR REVIEW OF WORK
Review of the work as it progresses under this Agreement shall be made at the
"OWNER'S" City Engineer's office.
SECTION VII - CONCEPT AND PRELIMINARY SUBMISSION
The "ENGINEER" shall submit ten (10) copies of each independent investigation for
review and comment.
The "ENGINEER" shall submit two (2) sets of design concept plans, two (2) sets of
preliminary plans and three (3) sets of the final plans for field inspections.
SECTION VIII — FINAL SUBMISSION
The final submission of Item B services shall consist of ten (10) copies of the Preliminary
Design Report.
The final design submission for the construction contract shall consist of the following:
A. One (1) copy of design calculations. "OWNER" agrees to purchase
approximate software if required to evaluate `ENGINEER'S" calculations.
B. Three sets of final plans, contract documents, and specifications.
C. The originals of all drawings, specifications, and contract documents. All
design drawings on magnetic media shall be submitted on disks compatible
with AutoCAD Release 12 software.
D. The estimated cost of construction and a detailed estimate of time in calendar
days required for completion of the contract.
10
City of Fayetteville Agree.
slw#6/asFcbtuary 29, 2000
90104.9402
I,,
SECTION IX - ENGINEER RESPONSIBILITY DURING "BIDDING" AND
"CONSTRUCTION" PHASES
During the "Bidding" phase of the project, the "ENGINEER" shall provide all
engineering and administrative services needed to obtain bids for the construction project,
evaluate the bids, and consult with and advise the "OWNER" as to the acceptability of
the best bidder.
During the "Construction" phase of work, the "ENGINEER" shall provide administrative
and engineering services including resident construction observation services to
determine whether the Contractor has met the requirements of the design plans and
specifications. The "ENGINEER" shall review the Contractors progress payment
requests based on the actual quantities of contract items completed and accepted, and
shall make a recommendation to the "OWNER" regarding payment.
SECTION X — SUBCONTRACTING
Subcontracting by the "ENGINEER" of any of the services provided herein shall require
prior approval by the "OWNER", "except that it may be subcontracted without such
approval to a related entity, an affiliate or wholly owned subsidiary of "ENGINEER."
SECTION XI - TIME OF BEGINNING AND COMPLETION
The "ENGINEER" shall begin work under this Agreement within ten (10) days of notice
to proceed and shall complete "Items A&B" services within 200 calendar days.
The above completion time is predicated upon the fact that the "OWNER" will cause to
be processed approvals of interim work in an expeditious manner 15 days per submittal.
SECTION XII — FEES AND PAYMENTS
A. "Items A & B" Services:
For, and in consideration of, the services to be rendered by the "ENGINEER", the
"OWNER" shall pay the "ENGINEER" on the basis of actual salary costs for work
time directly connected with work chargeable to the Project, plus payroll additives
and general overhead costs at 157 % of direct labor costs, plus direct reimbursable
expenses, plus a fixed fee which are payable as follows:
11
City of Fayetteville Agree.
slw#6/asf ebruary 29, 2000
90104.9402
Is'
1. "Salary, payroll additive and general overhead costs
shall not exceed:
$262,838
2. Fixed fee $ 39,426
Reimbursable expenses shall not exceed
$ 57,456
4. Total costs Of services shall not exceed $359,720
The basis of this upper limit and justification for the fee is contained in Appendix
"A" attached hereto. "The breakdown of costs between the various work tasks are
given in Appendix "A" as a convenience and is not intended to set a maximum cost
for any of the work tasks. Costs may be transferred from one work task to another
so long as the maximum cost as given above is not exceeded."
Subject to the City Council approval, adjustment of the upper limit may be made
should the "ENGINEER" establish and the "OWNER" agree that there has been or
is to be a significant change in scope, complexity or character of the services to be
performed; or if the "OWNER" decides to shorten the duration of work from the
time period specified in the Agreement for completion of work and such
modification warrants such adjustment.
Appendix "B" covers the
classification
of
personnel and.the salary rate for all
personnel to be
assigned
to this project
by
the "ENGINEER".
"Invoices shall be submitted to the City for on a monthly basis. The City will make
every effort to pay invoices within 30 days of date the invoice is approved,
however, payment within 30 days is not guaranteed."
Final payment for "Items A&B" services shall be made upon the "OWNER'S"
approval and acceptance with the satisfactory completion of services.
"Design" Phase Services:
For, and in consideration of, the services to be rendered by the "ENGINEER", the
"OWNER" shall pay the "ENGINEER" on the basis of actual salary costs for work
time directly connected with work chargeable to the project, plus payroll additives
and general overhead costs of _ % of direct labor costs, plus reimbursable
expenses, plus a fixed fee which are payable as follows:
1. "Design" phase services, "surveying services" and
preparation of the Ownership Map/Utility Easements
Plan Costs not to exceed:
2. Fixed fee for "Design" services:
12
City of Fayetteville Agree.
slw#6/asFebruary 29, 2000
90104.9402
To be negotiated
To be negotiated
3. Engineering contract amount for "Design" phase
Services not to exceed: To be negotiated
The basis of this upper limit and justification for the fee is contained in Appendix
"A" attached hereto. Subject to the City Council approval, adjustment of the upper
limit may be made should the "ENGINEER" establish the "OWNER" agree that
there has been or is to be a significant change -in scope, complexity or character of
the services to be performed; or if the "OWNER" decides to shorten the duration of
work from the time period specified in the Agreement for completion of work and
such modification warrants such adjustment.
Appendix "B" covers the
classification
of personnel and the salary rate for all
personnel to be
assigned
to this project
by the "ENGINEER".
Final payment for Design services shall be made upon the "OWNER'S" approval
and acceptance with the satisfactory completion of the "Design" phase for the
project.
C.
"Bidding" Phase Services:
For "Bidding" phase services rendered by the "ENGINEER", the "OWNER" shall
pay the "ENGINEER" on the basis of salary costs for work -time directly connected
with the project, plus payroll additives and general overhead costs of % of
direct labor costs, plus direct reimbursable expenses, plus a fixed fee which are as
follows:
1.
"Bidding" phase services costs not to exceed:
To
be
negotiated
2.
Fixed fee for "Bidding" services:
To
be
negotiated
3. Engineering contract amount for "Bidding"
phase services not to exceed: To be negotiated
Final payment for "Bidding" phase services shall be made upon the "OWNER'S"
approval and acceptance with the satisfactory completion of the "Bidding" phase of
the project.
"Construction" Phase Services:
For "Construction" phase services rendered by the "ENGINEER", the "OWNER"
shall pay the "ENGINEER" on the basis of salary costs for work -time directly
connected with the project, plus payroll additives and general overhead costs of
% of direct labor costs (plus direct reimbursable expenses associated with the
13
City of Fayetteville Agree.
slw#6/asFcbruary 29, 2000
90104.9402
11
project), plus a fixed fee which are as follows:
1) "Construction" phase services costs not to exceed
To be negotiated
2) Fixed fee for "Construction" phase services: To be negotiated
3) Engineering contract amount for "Construction"
. Phase services not to exceed:
(Based upon an assumed construction period not to exceed
To be negotiated
days.)
The basis for this estimate is Appendix _. The "ENGINEER" shall invoice the
"OWNER" monthly for construction phase services, and the final payment for
"Construction" phase services shall be made upon the "OWNER'S" approval and
acceptance with the satisfactory completion of the "Construction" phase of the
project.
E. "Geotechnical Investigation" Services:
For geotechnical investigation services associated with design, the "OWNER" shall
pay the "ENGINEER" on the basis of hourly rates and unit prices set forth in
Appendix a fee, not to exceed $ . The basis of this upper limit and
justification for the fee is contained in Appendix _ attached hereto.
F. "Special" Services:
"Special" Services are described in APPENDIX "C".
SECTION XIII - CHANGES
The "OWNER" may at any time, by written order, make changes within the general
scope of the contract in the work and services to be performed. If any such change
causes an increase or decrease in the cost of, or the time required for, performance of this
contract, an equitable increase or decrease shall be made in the upper limit contract
amount, including fee or time of required performance, or both, and the contract shall be
modified in writing accordingly.
Changes, modifications or amendments in scope, price or fees to this contract shall not be
allowed within a formal contract amendment approved by the Mayor and the City
Council in advance of the change in scope, price of fees.
Any claim by the "ENGINEER" for adjustment under this clause must be asserted with
thirty (30) days from the date of receipt by the "ENGINEER" of the notification of
14
City of Fayetteville Agree.
slw#6/asFebruary 29, 2000
90104.9402
change; provided, however, that, the "OWNER" if it decides that the facts justify such
action, may receive and act upon any such claim assessed at any time prior to the date of
final payment under this contract. Failure to agree to any adjustment shall be cause for a
dispute concerning a question of fact within the meaning of the clause of this contract
entitled SECTION XVII MISCELLANEOUS PROVISIONS, (1) Dispute Resolutions.
However, nothing in this clause shall excuse the "ENGINEER" from proceeding with the
contract as changed.
SECTION XIV — OWNERSHIP OF DOCUMENTS
All documents, including original drawings, disks of CADD drawings and cross sections,
estimates, specification field notes, and data are and remain the property of the
"OWNER". The "ENGINEER" may retain reproduced copies of drawings and copies of
other documents.
"Engineering documents, drawings, and specifications prepared by "ENGINEER" as part
of the Services shall become the property of "OWNER" when "ENGINEER" has been
compensated for all Services rendered, provided, however, that "ENGINEER" shall have
the unrestricted right to their use. "ENGINEER" shall, however, retain its rights in its
standard drawing details, specifications, databases, computer software, and other
proprietary property. Rights to intellectual property developed, utilized, or modified in
the performance of the Services shall remain the property of "ENGINEER".
"Any files delivered in electronic medium may not work on systems and software
different than those with which they were originally produced. "ENGINEER" makes no
warranty as to the compatibility of these files with any other system or software. Because
of the potential degradation of electronic medium over time, in the event of a conflict
between the sealed original drawings/hard copies and the electronic files, the sealed
drawings/hard copies will govern."
SECTION XV - POSTPONEMENT OR CANCELLATION OF THE CONTRACT
It is understood that the "OWNER" will have the right to suspend or cancel the work at
any time.
A. Postponement — Should the "OWNER", for any reason whatsoever, decide to
postpone the work at any time, the "OWNER" will notify the "ENGINEER", who
will immediately suspend work. Should the "OWNER" decide during such
suspension not to resume the work, or should such suspension not be terminated
within a year, the work shall be cancelled as hereinafter provided.
B. Cancellation — Should the "OWNER", for any reason whatsoever, decide to cancel
or terminate the use of the "ENGINEER'S" service, the "OWNER" will give
written notice thereof to the "ENGINEER", who will immediately terminate the
15
City of Fayetteville Agree.
slw#G/asrebruary 29, 2000
90104.9402
work. If the "OWNER" so elects, the "ENGINEER" may be instructed to bring a
reasonable stage of completion to those items whose value would otherwise be lost.
The "ENGINEER" shall turn over all data, charts, survey notes, figures, drawings,
and other records or information collected or produced hereunder whether partial or
complete. Upon such termination of the "ENGINEER'S" services, the
"ENGINEER" shall be paid on a proportional amount of the total fee, less prior
partial payments, based on the ratio of work done to the total amount of work to be
performed and for reasonable termination expenses.
SECTION XVII - MISCELLANEOUS PROVISIONS
1. Dispute resolution — Any dispute concerning a question of fact in connection
with the work and having a financial value of $10,000, or less, shall be referred
for determination to the Mayor of the City of Fayetteville whose decisions in the
matter shall be final and conclusive. Disputes resulting from claims greater than
$10,000 shall be subject to mediation in accordance with the Construction
Industries Mediation Rules of the American Arbitration Association.
2. Responsibility for Claims and Liability — The "ENGINEER" shall save
harmless the "OWNER" from all claim and liability due to its (the
"ENGINEER'S") negligent activities, or those subcontractors, its agents, or its
employees during the time this contract is in force.
In the event such liability, claims, actions, causes of action or demands are
caused by the joint or concurrent negligence of more than one party, such
liability shall be borne by each party in proportion to their own fault.
3. General Compliance with Laws — The "ENGINEER" shall comply with all
federal, state and local laws and ordinances applicable to the work. The
"ENGINEER" shall be a professional "ENGINEER", licensed in the State of
Arkansas.
4. "ENGINEER" Endorsement — The "ENGINEER" shall endorse and
recommend all plans, specifications, estimates and engineering data finished
by it. All design shall be checked in accordance with accepted engineering
practices. All plan quantities shall be checked and verified.
NO OTHER WARRANTY, EXPRESS OR IMPLIED, IS INCLUDED
IN THIS AGREEMENT OR IN ANY DRAWING, SPECIFICATION,
REPORT, OR OPINION PRODUCED PURSUANT TO THIS
AGREEMENT.
5. Opinions of Cost and Schedule - Since "ENGINEER" has no control over the
cost of labor, materials, or equipment furnished by others, or over the
16
City of Fayetteville Agree.
slw#6/asFebruary 29, 2000
90104.9402
0 •
resources provided by others to meet Project schedules, "ENGINEER'S"
opinion of probable costs and of Project schedules shall be made on the basis
of experience and qualifications as a professional "ENGINEER".
"ENGINEER" does not guarantee that proposals, bids, or actual Project costs
will not vary from "ENGINEER'S"cost estimates or that actual schedules will
not vary from "ENGINEER"s projected schedules.
6. Waiver of Subrogation - The parties waive any and all rights against each
other, including their rights of subrogation, for damages covered by property
insurance during and after the completion of the services. If the services
extend to the construction phase of this Project, a similar provision shall be
included in all construction contracts, subcontracts and supply agreements
entered into by the "OWNER" and shall protect the "OWNER" and
"ENGINEER" to the same extent.
7. No Consequential Damages - To the fullest extent permitted by law, neither
party shall be liable to the other for any special, indirect, consequential,
punitive or exemplary damages resulting from the performance or non-
performance of this Agreement notwithstanding the fault, tort (including
negligence), strict liability or other basis of legal liability of the party so
released or whose liability is so limited and shall extend to the officers,
directors, employees, licensors, agents, subcontractors, vendors and related
entities of such party.
SECTION XVIII - SUCCESSORS AND ASSIGNS
The "OWNER" and the "ENGINEER" each binds itself and its partners, successors,
executors, administrators, and assigns to the other party of this Agreement, except as
above, neither the "OWNER" nor the "ENGINEER" shall assign, sublet or transfer its
interest in this Agreement without written consent of the other except that it may be
assigned without such consent to the successor of either party, or to a related entity, an
affiliate or wholly owned subsidiary of either party. Nothing herein shall be construed as
creating any possible personal liability on the part of any officer or agent of any public
body which may be party hereto.
SECTION XIX — COVENANT AGAINST CONTINGENT FEES
The "ENGINEER" warrants that it has not employed or retained by company or person,
other than a bonafide employee working solely for the "ENGINEER", to solicit or secure
this contract, and that it has not paid or agreed to pay any company or person, other than
a bonafide employee working solely for the "ENGINEER", any fee, commission,
percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting
from the award or making of this contract.
17
Cily of Fayetteville Agree.
slw#6/asFcbruary 29, 2000
90104.9402
0
For breach or violation of this warranty, the "OWNER" shall have the right to annul this
contract without liability.
IN WITNESS
WHEREOF,
the parties hereto have caused
this Agreement to be duly
executed as of
the date and
year first herein written.
CITY OF FAYETTEVILLE ENGINEER
By:
Mayor
ATTEST:
City Clerk
Fri
City of Fayetteville Agree.
slw#6/asFebruary 29, 2000
90104.9402
Black & Veatch Corporation
Name of the Firm
By: 'C r �L
Authorized Representativ
l 0
APPENDIX A - ENGINEERING COST BASIS
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
OWNER: City of Fayetteville, Arkansas
ENGINEERING FEE PREPARED BY: Black and Veatch Corporation
DATE: March 1, 2000
PROJECT NUMBER: 90104:9402
ITEM A AND B SERVICES (See attached work sheets)
TASK DESCRIPTIONS
100 Develop Wastewater Characteristics
200 Evaluate Noland Plant Capacity
300 Evaluate Nitrification Inhibition
400 Estimate Sludge Quantities
500 Evaluate Sludge Processing Alternatives
Estimate Cost for salary, payroll additive and general overhead $61,675
600 Evaluate Solids Handling and Disposal Alternatives
Estimate Cost for salary, payroll additive and general overhead $78868
,
700 Facilities Assessment
Estimate Cost for salary, payroll additive and general overhead $75,716
800 Preliminary Design Report
Estimate Cost for salary, payroll additive and general overhead $3,968
Administration, Meeting, and Coordination
Estimate Cost for salary, payroll additive and general overhead $42,611
Total Estimated Cost for salary, payroll additive and general overhead $262,838
Fixed Fee 39,426
Reimbursable Expenses 57,456
Total Not to Exceed Billings for Items A & B $359,720
Fayetteville, Arkansas
a a
ENGINEERING FEE ESTIMATE
OWNER: City alcryelbvltchAMneas
DATE: Ims 1. 2O V4atoh Carpetelbn
PROF:CTN 1, 3080
PROJECT NUMBER: f01048462
PROJECT DESCRIPTOR: Peel Noland WWTP NeeleMell
AOMd5TRATION. MEETINGS, AND COORDINATION
LABOR COSTS PROJECT OFFICE RESIDUALS GROUP PROCESS GROUP
TRW PIC PM PE DE DE TECH OFFSER • DIR PE SE Ted, OFF SEA - OIR PE SE TECH OFF SEA
weekWeI*C6t A A A A A A L • B B B B B • C C C C C
P•M level 1610 a806 a800 OM3 0803 0406 0204 • 0®6 OW5 OBJS 0406 @06 • a O805 a&V 0406 O206
Total. Ms
IUA.on MCHI B6• 16 16 4
CrcN'velion Meet• 64 • 00 12 12
PO9rOSS Mehl en,A d d
•
PGnenMt6Wn 9 m Anal 8
I 2] • 16
Progcessrepv.t L 27 • 9 18 8
PI 12 • 0 6 e
FE TNRemEs IW • 20 W
PiMic Mectlnos p Metl, Feelar lle d 48 16
fl
CmnMibn Fee Del zniMt fl 1 0
P,opceslGao16M1Me Me.l 80 52 J3 16
Toles flOW hn 3 513
ioI& by Cd. hr. L 512 • 10.80 28680 Io.W OW 080 OW 134.80 0.00 32.80 OW O.W OW 2. OW 2880 OW OW 0.80
SaryRele. $200 • 5580 40.80 dW 20.80 2780 IB.W 13.80 4080 0080 YJ.W 1080 IJW • 3080 '16.80 bW 1880 IdW
To4alS Co,tb,tabo. Cal $900$11360 $544 $0 f0 b $1,742 60 $1215 50 $00 $0 $0 $128 $0 $0 W
ISI f10.5O1
Tales Salary Ws we+INads®15] *42.611
REIMBURSABLE EXPENSES USI $pm OMMM1y Cost
UM $
GenmelE n NM S 7.50 512 $3,840
Co Net
Au to
PMIo
pmcel Post
LcnDSPhaieC&73
Posse
M hoos. e10dudle0
S lea. Free a Mc
Sweet
TravE,eroS
Casflenlel 141 hm6 a 75 26 $2180
Meaty 12 t 1 m S nt s M it 8 W $480
Meals Itl .3 people. lO mom pery es 5 20 $180
Lod12 b s l p,allM 65 12 5780
L0dr M1 .2 65 4 52W
Tdnl Revnbmeeble Ee nsa $]020
SUMMARY
Tda10aN mwheads $42$I1
Tdel ReMbunabl Ea Mn $7610
5ublmtatlan 80
SubmMadw ® 5% 80
Subtotal $50,2]1
FS Fee @5% STotaI Sal,bs wmhwdf 56.'392
III
TOTAL COST ESTIMATE Im PROJECT AOMINRTRA11ON. MEETNG5, / COONOINATIOH RS,68
Faete me. Am
1 WI 09 SAM
ENGINEERING FEE ESTIMATE
S
t
OWNER: City of Fayetteville, Arkansas
ENGINEER: Black IT Veatch Corporation
GATE: March 1, 2000
PROJECT NUMBER: 001049402
PROJECT DESCRIPTION: Paul Noland WWIP Improvements
PROJECT INVESTIGATIONS
M 1nI, .M ...I An
LABOR v ♦ "�
LABOR COSTS
Title
Code
Cat Cete0ory
Total, Hrs
PROCESS
GROUP
Tech
0006
Director
Vice Re
1630
Johnson
Sr. Process
Speclalisls
0809
Bernard
Peed Staff
Process
Engr
0805
Cbdy Wt
Process
Engr
0802
Task 100 • Develop Wastewater Charadedstea
101 Sco�g MeetinQ and Collectdata
12
12
102 M e Metered! data
60
4
16
40
103 Determine IndusHal dioractedstiw and loads
32
16
16
104 Determine universitydterecledstla one bads
16
4
12
105 Determine Noland Renl wastewater dtarededstics
18
2
8
8
106 Determine Weslside wastewater characledatics (by M
107 Pre re Technical Memorandum
0
0
106 Discuss Fbidhi�s at Promess Meeti
12
12
109 Prepare for and attend one public Informalion meets
20
16
4
Task 200 . Evaluate Noland Plant Cepacfty
201 Develop Cedty maMx based on ww Cam
202 Prepare Technlcal Memorandum
52
38
4
16
8
32
24
6
203 Dswss Findings al Progress Meetln
12
12
200 Prepare for and Attend Public IMonnalion Meet'
12
12
Task 300 - Evaluate M1riicatlon Inhibition
301 Review hitodcal data
40
16
24
302 Discuss nlifcetion lnMMtion with OMl
24
6
16
303 Detemine lnd'nty operation patterns
304 Identif ur*versty functions vwkh Influence loads
305 Modeling
306 Prepare Techneel Memorandum
307 Discuss Findings at Progress Meeting
308 Nitrification MfuMfon an of action
4D
12
40
12
48
54
12
20
8
4
4
4
40
40
12
16
6
Task 400 - Estimate Scud a Quantities
401 Determine sludge quantities Ira Noland
12
4
8
0
Task 500- Evaluate Sludge ProcessIng Abdul
501 Evaluate aerobic digestion
502 Evaluate anaerobic digestion
503 Evaluate heat d I dewated
504 Prepare reorl ch tare for Task 600
505 Discuss Findin at R s Meeting
0
36
36
36
44
12
4
12
12
12
16
12
24
24
24
16
8
Total by Row furs
Total by Col, hM
Salary Rats Smr 2000
Total Safe Cost by Labor Cat
710
710
0
54
$67
$3,629
4
$6]
$269
400
635
$14000
232
325
$5,000
20
$15
$300
Total Salary
$23,998
Total Salary plus overheads @ 1.5]
$61 675
BLE EXPENSES
Unit
S Per
Unit
Quantity
Cost
Expenses
Per labor hr
$7.50
710
$5,325
CotorT�uter
e
copies
Iiii
I_one istance Plane Cable
Post
se Be roduction
St��les. Ptiologran.eta
Travel Expenses 6 meetings) us 1 tlic Inlormatln meeti
Car Rental separate trts p9 pit., @ 2 days each
day
575
8
$600
Travel Meals
ea
56
40
5320
Lod
nIght
565
7
5455
Total Reimbursable Expenses
$6700
Salary plus ovameads
$61,675
bursable Expenses
$6,700
ctors
MTASKS
so
ctor markup @ 6%
$0
otal
668,375
p 15% of Total Sairy plus overheads
59,251
ED COST for TASKS 100, 200, 300, 400 6 500
3]],627
Fayetteville, Arkansas
3/1/009:35 AM
I,
ENGINEERING FEE ESTIMATE
OWNER : City of Favettevitle, Arkansas
ENGINEER: Black 8 Veatch Corporation
DATE: March 1, 2000
PROJECT NUMBER: 90104.9402
PROJECT DESCRIPTION: Paul Noland WWTP Improvements
PROJECT INVESTIGATIONS
TASK 600 • t VALUA I t SOLIDS HAI\ V L,nG AN umr V ura ru
wvr„•
RESIDUALS
GROUP
LABOR COSTS
Residuals
Sr. Process
Process
Environ
Staff
Ott
•
Title
•
Director
PM
CC
Proj Engr
Engr
Engr
Scientist
Engr
Tech
Sery
Work Code
Category
0806
0806
0806
0805
0805
0803
0507
0803
0304
0208
Total hrs
Coordination Meetings (2 Meetings)
32
32
Prepare for and attend 1 public information meeting in Fayetteville
16
16
0
0
601 Site Visit and Review of In ant Solids Handling
32
0
0
16
16
0
0
602 Evaluation of Data and Reports
56
0
0
24
32
0
0
0
0
603 Establish Future Solids Quantities
8
0
0
8
0
0
0
604 Regulatory Evaluation
104
8
0
40
48
8
16
0
0
0
24
0
605 Smeenin Worksho
152
16
16
40
40
0
0
0
606 Markets/Outlets Assessment
16
0
0
16
0
32
40
0
0
607 Alternatives Evaluation
204
4
0
0
40
8
80
0
0
0
608 Results Workaho
64
16
0
16
6
8
16
0
0
4
609 Slte Visits
44
0
16
0
16
0
32
40
56
8
0
32
32
610 ProectDevelo mentRe rt
196
4
611 Prepare for and Attend Public Information Meeting
12
12
Total by Row, hrs
924
56
32
292
16
320
80
40
56
36
Total b Col, hrs
936
B
$55
$40
$55
$35
$35
$30
$40
$28
$18
$15
Salary Rate $fhr 2000
$440
$2,240
$1,760
$10,220
$560
$9,600
$3.200
$1,120
$1,008
$540
Total Sale Costb Labor Cate o
Total Salary
$30,688
Total snlajy plus overheads @ 1 .57
$78,868
REIMBURSABLE EXPENSES
Unit
$ per
Unit
Quant
Cost
$
General Expenses
er labor hr
$7.50
936
$7,020
ContCo.npitet
Autog ra hics
Photo Copies
Parcel Post
1_ong Dist Phone Cals
Postage
In house reproduction
Supplies, photographs
Scanning
Travel Expenses 4 client nleetm s, 2 coordination meetings)
Car Rental (Strips @2 days each
Meals 6tri @ 2 days each
Airfare and Other Espense Im Meeting with Regulators
Airfare and Other Expense for Meeting with Unity
day
ea
ea
ea
$75
$8
$700
$700
12
36
1
1
$900
$288
$700
$700
Airfare and Other Expenses for Site VisIts 2 kips) -
Total Reimbursable expenses
ea
$1,150
2
$2,300
$11.908
SUMMARY
Total Salary plus overheads
$78,868
Total Reimbursable Expenses
$11,908
Subcontractors
$20,000
Subcontractor markup @5%
$1,000
Subtotal
$111,776
Fixed Fee @ 15% of Total Salary plus overheads
$11,830
ESTIMATED COST for TASK 600
$123,606
Fayetteville. Arkansas I 3/1/00+9:35 AM
a
•
Gs
4
:
N
s
I
.
9
e
3
C#
SE
G
3
.
#i^Fy
yt
am
Ey[
1111111
fi
YY
I
•ai.GY.
.
u
Gs°s
rY�
C
______I
VIII
glllllllIUV!llllllIHVl
IllllsBallllllllllllllllllllllllm
IIIII!!IIIIIIIIIIIIII1111I11111
11111989111I111I1111111IIIIS1!II
Ileelllillm
Ii1I19@911
II1111lIIISI
11111&0IIIIIIIIIIIIIIII11111111tfl
IIIII!@IIIII
11111IIIIIIIIIIIIII
111119IIiIIIIIIIIuIIIIhIIIIIII
11111!9!Illlllllttltllllltllllfl
II111080IIIIIIIIIIIIIIIIIIIIIIII
111118@AIIIIlI111111e11111111111Ii
IIIIISIa1I111I1111Illlllllllllll
IIIII!IIIuIIIuIIIIiIlII!lIllhItThI
IIuI!EIIIIIUIIIHIIIIIIIUIII�IHI
11
IIIIIlAIIIIIIIIIIIIIIIIIIIIIIIIcn
IIIII!!I111III1111IIIIIIIIIIIIIm
IIIIII9911IIISIIIIII!IIIS111IIIIf
IIIIIS9111IIIIIIIIIIhIIIIIuIlIII
IllhIIlIllI!IuIII!IllHilhIIIIEZ
IIII19lIIIIIIl111e1I11e1I11I11
IIIII
rsIIIIIlIIIIIIIIIII1111111
iini!lamuIlniinhIniiii11111Z
IIIII19911111f111111111III1111111
I
I
I
I
I s
9 B
111111111111111111111111
m
11111IIIIIIIIIIII!IIIIIIIlII1m
11111&9111111f1111111111f111111l
11111991111IIIIIIIIs!I11IIIlelll
IllhI!!uIlIllhIllllhIflhIIIIIllIfl
IIIII&91IIIIIIIIIUIIIIIIIIIIIIEIB
I111Is1allllillllilllllllililllllm
nn1199nnnnntnllllnnmtZ
I111109111IIUIIIIItl1I111111IIIU
191111I111111IIIIIIIIIIIIII
IIIII
111110011111111111111111IIIIIIIIIU
4�
t
ENOINEEW NG FEE ESTIMATE
OWNER: Clly of Fey.N.HIIA AdmN•
ENGINEER: BI.Q$ Ketch Cdponllm
OATS M•rcb 1, ECW
PROJCT NUMBER: 80101.94@
PROJECT OESCTION: P.N NOMM WWTP Impor.mml•
PROJECT INVESTIGATION
WYLfV
n
o
0
0
U
Un
•rmtA9Im
SUMMARY
Taal Sale C teSS
$JA!8
TOM R.'.ntonede E,enei
$795
SYEm111MOM1
$0
gpvpmN,nMtc@5L
WMM
SO
$4763
FSS Fee 15% ol TNeI Saw
Ufanlrt✓Ja
$505
ESTIMATED COST lot PRPLMIMARY DESIGN REPORT
55.]Y
FryRIeWN.k
J/IpYl35AM
•
a
APPENDIX B
PERSONNEL CLASSIFICATION AND SALARY RANGE
City of Fayetteville
Agreement for Engineering Services
OWNER: City of Fayetteville
PREPARED BY: Black & Veatch Corporation
DATE: February 29, 2000
PROJECT NUMBER: 90104.9402
Classifications
Salary Range
Classifications
Salary Range
General Services 01
Offices Services 02
Level
Min.
Max.
Level
Min.
Max.
01
$6.29
$11.00
01
$6.63
$10.75
02
$8.31
$13.00
02
$7.65
$11.50
03
$9.58
$15.00
03
$8.15
$12.25
04
$11.02
$17.00
04
$9.25
$14.50
05
$12.46
$19.00
05
$9.75
$15.00
06
$14.37
$23.00
06
$10.50
$17.00
07
$15.92
$26.00
07
$11.50
$19.00
08
$17.88
$29.00
08
$12.50
$22.00
Graphics 03
Technical Support
04
Level
Min.
Max.
Level
Min.
Max.
01
$6.75
$12.00
01
$7.50
$12.00
02
$8.19
$14.00
02
$8.77
$14.00
03
$9.63
$17.00
03
$10.04
$17.00
04
$11.13
$20.00
04
$11.65
$20.00
05
$13.04
$24.00
05
$13.44
$24.00
06
$15.69
$29.00
06
$15.63
$27.00
07
$18.81
$37.00
07
$18.17
$32.00
08
$21.69
$45.00
08
$21.46
$39.00
09
$18.35
$45.00
09
$24.52
$48.00
B-1 of 2
Appendix B
slw6/asFebwary 29, 2000
90104.9402
PERSO
L CLASSIFICATION
AND SALAR RANGE
(CONT.)
Specialized
Staff 05
Architecture 07
Level
Min.
Max.
Level
Min.
01
$12.00
$20.00
01
$12.12
02
$14.13
$23.00
02
$13.67
03
$16.38
$28.00
03
$15.52
04
$18.92
$33.00
04
$17.83
05
$21.87
$39.00
05
$20.19
06
$25.27
$47.00
06
$22.85
07
$29.19
$55.00
07
$25.85
08
$33.69
$66.00
08
$29.25
09
$29.48
$66.00
09
$26.19
Engineering 08
Level
Min.
01
$15.92
02
$17.65
03
$19.50
04
$22.04
05
$24.92
06
$28.21
07
$32.48
08
$36.12
09
$32.94
Construction Manaeement 10
Level
Min.
01
$12.63
02
$14.54
03
$16.73
04
$19.21
05
$21.98
06
$24.75
07
$28.50
08
$32.02
09
$36.46
10
$41.02
Executive Officer 16
Level
Min.
01
$46.00
02
$56.00
03
$70.00
04
$83.00
05
$102.00
06
$206.00
Appendix B
slw6/asFebruary 29, 2000
90104.9402
Max.
$25.00
$29.00
$33.00
$39.00
$45.00
$50.00
$55.00
$70.00
$70.00
Max.
$20.00
$22.00
$28.00
$33.00
$38.00
$46.00
$53.00
$61.00
$69.00
$78.00
Max.
$70.00
$84.00
$104.00
$124.00
$153.00
$309.00
B-2 of 2
Administrative Business 09
Level
Min.
01
$10.21
02
$12.12
03
$14.60
04
$17.19
05
$20.65
06
$24.92
07
$30.00
08
$36.92
09
$45.35
10
$55.00
Information Science 11
Level
Min.
01
$13.50
02
$15.90
03
$17.85
04
$19.75
05
$22.15
06
$23.85
07
$27.15
08
$31.20
Information Technoloev 12
Level
Min.
01
$9.25
02
$10.25
03
$11.25
04
$13.25
05
$14.75
06
$18.25
07
$22.15
Max.
$19.00
$22.00
$26.00
$30.00
$34.00
$40.00
$47.00
$54.00
$54.00
Max.
$17.00
$20.00
$24.00
$29.00
$35.00
$43.00
$54.00
$68.00
$86.00
$100.00
Max.
$22.00
$25.00
$28.00
$32.00
$36.00
$41.00
$47.00
$54.00
Max.
$14.00
$16.00
$18.00
$21.00
$26.00
$29.00
$35.00
S
S
APPENDIX C
SPECIAL SERVICES
City of Fayetteville
Agreement for Engineering Services
OWNER: City of Fayetteville
PREPARED BY: Black & Veatch Corporation
DATE: February 29, 2000
PROJECT NUMBER: 90104.9402
Any Work requested by "OWNER" that is not included in one of the items listed in any
other phase will be classified as "Special" services.
Special services shall include, but are not limited to:
1. Additional meetings with local, State or Federal agencies to discuss the
Project.
2. Additional appearances at public hearings or before special boards.
3. Additional engineering Work required to meet the requirements of regulatory
or funding agencies that become effective subsequent to the date of this
Agreement.
4. Special consultants or independent professional associates requested or
authorized by "OWNER".
5. Assistance with bid protests and rebidding.
6. Preparation for litigation, arbitration, or other legal or administrative
proceedings; and appearances in court or at arbitration sessions in connection
with bid protests, change orders, or construction incidents.
7. Additions to an engineering report to update or revise original
recommendations.
8. Revisions of design, drawings, and specifications arising from Value
Engineering review which cause changes in the general scope, extent or
character of the project, including but not limited to changes in size,
complexity, "OWNER'S" schedule, character of construction, or method of
financing.
C-1
Appendix C
s1w6/asFebruary 29, 1999
90104.9402
f
a
9. Value Engineering reviews and services.
10. Provision, through a subcontract, of land and property surveys and property
descriptions, including legal property description, as required by the project.
11. Provisions, through a subcontract, of the services of a land surveyor to set
horizontal and vertical controls at the site and locate existing street, road
highway, utility rights -of -way and critical property corners at the site and to
provide additional records on rights -of -way and property information as
required.
12. Provision, through a subcontract, of the services of a title company to prepare
title reports on each parcel of property on which easements or rights -of -way
are required or which is to be purchased.
13. Provision, through a subcontract, of the service of a land surveyor to prepare
legal descriptions for the "OWNER'S" use in acquiring required property
rights -of -way and easements.
14. Provisions, through a subcontract, of a qualified appraiser to appraise the
property rights -of -way and easements to be acquired, and to meet and
negotiate with the property "OWNER'S" involved.
15. Engineering assistance to "OWNER" in negotiation meetings and
condemnation proceedings.
16. Provision, through a subcontract, of the necessary surveying to re-establish
streets to preconstruction grade, and referencing and re-establishing land
surveying monuments. In easement or right-of-way areas, marking the
easement of right-of-way limits.
17. Provision, through a subcontract, of aerial photography as requested or
approved by "OWNER".
18. Provision, through a subcontract, of photographs or videotapes of the
construction site topographic and infrastructure features along pipelines or
access roads prior to starting during construction and following completion of
construction.
19. Provision, through a subcontract(s), of preliminary geotechnical services and
reports.
20. Provision, through a subcontract during the Design Phase, of initial
geotechnical engineering services including exploratory work, laboratory and
field testing, and professional guidance on tests to be made and an initial
C-2
Appendix C
slw6/aspcbruary 29, 1999
90104.9402
f
f
geotechnical report by a qualified geologist or geotechnical firm interpreting
the data on the exploratory work and testing.
21. Provision, through a subcontract, after design has proceeded to the required
stage, of a final geotechnical report and additional field Work as required.
22. An environmental assessment and/or environmental impact statement as
requested by "OWNER" of required by review agencies.
23. Provision, through a subcontract, of a cultural resources or archaeological
study and report on the construction site.
24. Provision, through a subcontract, of archaeological consultations regarding
artifacts that may be uncovered during construction.
25. Provision, through a subcontract, of laboratory and field testing required
during design, during construction, and of any special reports or studies on
materials and equipment requested by "OWNER".
26. Observing factory tests and/or field retesting of equipment that fails to pass
the initial test.
27. Conducting pilot plant studies and tests.
28. Visits to the construction
site
or to "OWNER'S" location in excess of the
number of such trips and
the
associated time set forth in other
phases.
29. Receiving wage rate information submitted by the Contractor and forward the
information to "OWNER".
30. Preparation of a master construction schedule from individual schedules
submitted by construction contractors, and coordination and resolution of
conflicts with contractors' schedules.
31. Assistance in financially related transactions for the project.
32. Special reports requested by "OWNER" concerning facilities operation and
personnel matters during the operation startup period.
33. Submittal, at the end of one year of operation of the facilities, of a report to
"OWNER" either certifying that the plant complies with its NPDES permit or
stating the reasons for noncompliance, including recommendations for placing
the plant in compliance.
34. Where field conditions differ from the conditions indicated in the construction
contract documents or soil boring reports, preparing sketches of construction
C-3
Appendix C
slw6/asFebruary 29, 1999
90104.9402
r�
S
S
work for approval by "OWNER", to supplement the drawings and
specifications as may be required; and providing redesign or relocation
information if required by underground obstructions, utilities, or other
conditions.
35. Services for making revisions to drawings and specifications made necessary
by the acceptance of substitutions proposed by the Contractor, and services
after the award of each contract for evaluating and determining the
acceptability of substitutions proposed by the Contractor.
36. Services resulting from significant delays, changes, or price increases caused
directly or indirectly by shortages of materials, equipment, or energy.
37. Additional or extended services during construction made necessary by (1)
work damaged by fire or other cause during construction, (2) a significant
amount of defective or neglected work by any Contractor, (3) acceleration of
the progress schedule involving service beyond normal working hours, (4)
default by any Contractor, and (5) failure of the Contractor to complete the
work within the construction contract time.
38. Services in connection with partial utilization of any part of the project by
"OWNER" prior to Substantial Completion which requires the Resident
Project Representative to work additional hours or requires employment of
additional onsite personnel.
39. Evaluation of unusually complex or unreasonably numerous claims submitted
by the Contractor or others in connection with the work.
40. Review and analysis of claims for differing subsurface and physical
conditions submitted by the Contractor or others in connection with the work.
41. Changes in the general scope, extent, or character of the project, including, but
not limited to:
Changes in size or complexity.
b. "OWNER'S" schedule, design, or character of construction.
c. Method of financing.
d. Revision of previously accepted studies, reports, design documents, or
construction contract documents when such revisions are required by
changes in laws, rules, regulations, ordinances, codes, or orders enacted
subsequent to the preparation of such studies, reports, documents, or
designs; or are required by any other causes beyond "ENGINEER'S"
control.
Appendix C
slw6/as Febmary 29, 1999
90104.9402
C-4
FAYETTEV1tLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
February 29, 2000
772
To: Fayetteville City Council
From: Don Bunn, Assistant Public Works Director
Thru: Charles Venable, Public Works Director
Mayor Fred Hanna
Subject: Contract for Preliminary Engineering Services
Noland Treatment Plant Improvements
Black and Veatch, Kansas City, Mo.
The City began the procedure of engineer selection in the late spring of 1999. The
attachment to this memorandum outlines the selection process beginning in late May and
ending in December of 1999.
The Selection Committee made the following engineer selections:
1) McGoodwin, Williams, and Yates of Fayetteville - Design services related to the
new treatment plant on the west side of Fayetteville.
2) Black
and Veatch
of
Kansas City,
Missouri
-
Design services related to the
improvements at the
existing Noland
Treatment
Plant on the east side.
3)
RJN
and Associates
of
Dallas, Texas and McClelland
Engineers of Fayetteville -
Design
services related
to
the sewage collection system.
4) Garver Engineers of Fayetteville - Design services related to the sewage
collection system.
The Council, at its February 1 regular meeting, approved an engineering contract with RJN
of Dallas, Texas for work associated with the development of design flows and sewer line
and pump station improvements in the Illinois River Basin. The amount of the contract was
a not to exceed figure of $638,267.00.
Attached for your review and approval is an engineering contract with Black and Veatch of
Kansas City, Missouri for services related to improvements at the existing Noland Sewage
Treatment Plant. The proposed contract provides for three separate work elements, the
Preliminary Design Report, the preparation of detailed plans and specifications, and
observation/management services during construction. A cost and detailed scope of work is
given for the preparation of the Preliminary Design Report only. The cost and detailed
scope of work for the other two elements will be negotiated after completion of the
Preliminary Design Report.
Scope of Work: The scope of work generally involves the planning of improvements to
the Noland Plant required by the split of the flow between the Illinois River Basin and the
White River Basin, the evaluation of sludge treatment and ultimate disposal of sludge
solids, and the assessment of existing facilities. An outline of the scope of work is given
below. The detailed scope of work is given in the body of the proposed contract.
1. Project Administration and Coordination Meeting, and Public Meetings
2. Evaluation of Existing Noland Plant - This includes the determination of existing
and future wastewater characteristics and the evaluation of the current capacity of
the plant.
3. Evaluation of Sludge Processing Alternatives This involves the assessment of
our current sludge handling practices at the plant and study and evaluation of sludge
handling and disposal alternatives.
4. Conduct Facilities Assessment Make an assessment of the existing structures,
process equipment and controls at the plant and make recommendations on
rehabilitation or replacement of such equipment and controls.
5. Preparation of the Final Design Report
Although it is not listed as a separate work item, the evaluation of odor control measures
and the recommendations for odor control is an integral part of the scope of work and will
be considered in all recommendations for sludge handling and other unit processes.
Cost of Services: The proposed contract price is $ 359,720.00. A breakdown of the price
is:
1.
Salary Expense &
$ 102,272.00
2.
Overhead Costs (1.57)
160,566.00
3.
Fixed Fee, 15%
39,426.00
4.
Expenses (includes subcontracts)
57,456.00
5.
Total Cost (Not to Exceed)
$ 359,720.00
The total cost given above will not be exceeded without a change order being approved
which also amends the scope of work. Any additional costs for this portion of the work will
be computed on the same basis as the prices given above. It should be pointed out that
the costs given for each of the line items of work is an estimate only and that funds can be
shifted between the various work items as long as the total cost does not go beyond the
not -to -exceed figure given in the contract.
Staff Recommendation: The Staff believes the proposed contract price is reasonable
and represents fair compensation in exchange for the work proposed to be furnished.
Therefore, it is the recommendation of the Staff that the Council approve the proposed
contract with Black and Veatch in the amount of $ 359,720.00.
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
STATE OF ARKANSAS
COUNTY OF WASHINGTON
This Agreement entered into and executed this _ day of 2000, by
and between the City of Fayetteville acting by and through its Mayor hereinafter called
the "OWNER" and Black & Veatch Corporation with offices located in Kansas City,
Missouri hereinafter called the "ENGINEER".
WITNESSETH:
Whereas, the "OWNER" is planning to construct improvements at the Paul Noland
Wastewater Treatment Plant (the Project); and,
Whereas the "OWNER'S" forces are fully employed on other urgent wok that prevents
their early assignment to the aforementioned work; and Whereas, the "ENGINEER'S"
staff is adequate and well qualified and it has been determined that its current work load
will permit completion of the plans for the project on schedule;
Now therefore, it is considered to be in the best public interest for the "OWNER" to
obtain assistance of the "ENGINEER'S" organization in connection with said
engineering services. In consideration of the faithful performance of each party of the
mutual covenants and agreements set forth hereinafter, it is mutually agreed as follows:
SECTION I - EMPLOYMENT OF ENGINEER
The "OWNER" agrees to employ the "ENGINEER" to perform, and the "ENGINEER"
agrees to perform, professional engineering services in connection with the project set
forth in the Sections to follow; and the "OWNER" agrees to pay and the "ENGINEER"
agrees to accept, as specified in the Sections to follow as full and final compensation for
work accomplished in the specified time.
SECTION II- DESCRIPTION OF THE PROJECT
Plan, design and construct improvements at the existing Paul Noland Wastewater
Treatment Facilities. It is anticipated that the improvements will improve plant
performance, reduce operating costs, improve odor control measures and replace/upgrade
critical equipment.
City of Fayetteville Agree.
slw#6/asFebruary 29, 2000
90104.9402
S
SECTION III — INFORMATION & SERVICES
The "OWNER" will furnish, free of charge, any specifications, standards, reports, plant
operating data, industrial pretreatment program information, and other data and
information which may relate to the project including GPS survey data. Aerial mapping
data and plant operating data will be provided to the "ENGINEER" on magnetic media.
SECTION IV - SERVICES TO BE FURNISHED BY THE "ENGINEER"
Item A —ADMINISTRATION, COORDINATION, AND MEETING
The "ENGINEER" shall provide the following services.
Task 100 — Meetings
101. Attend coordination, progress, and public information meeting as requested by the
"OWNER" or required to successfully complete the work. Up to fourteen meetings
are included in the project budget.
Task 200 — Administration
201. Maintain such files and records as necessary to provide a historical record for the
work and project billing. These files shall be maintained at the office of the
"ENGINEER".
202. Provide a monthly status reports describing the work completed to date and work to
be completed during the next month. Included with the report shall be a description
of coordination issues which could delay the `ENGINEER". Included with the
status report shall be a graphic schedule (bar chart) with activity descriptions.
Item B — PROJECT INVESTIGATIONS
The "ENGINEER" shall conduct the following investigations in preparation to design of
the improvements to the Paul Noland Wastewater Treatment Plant.
Task 100 — Develop Wastewater Characteristics
101. Make site visit to meet with "OWNER'S" representatives and collect data.
102. Analyze up to four years of historical data from the Paul Noland WWTP to
determine historical flows and loads. This data will include influent data, effluent
data, and operating data. From this data annual average and maximum month flow
and loads will be identified.
City of Fayetteville Agree.
slw#6/asrebroary 29, 2000
90104.9402
0 •
103. Identify industries which discharge significant pollutant quantities to the collection
system. Review industrial monitoring reports to assess the industrial loads to the
plant. If monitoring reports are not available, contact industries to get discharge
characteristics and flows.
104. Estimate university flow and loads using university student population.
105. Determine Noland WWTP influent characteristics based on a range of operating
modes using data from the recent master plans. Key variables are 1) domestic flow
and loads diverted to new Westside WWTP, 2) industrial flow and load, and 3)
university flow and loads. A matrix of influent characteristics will be developed.
106. Determine Westside WWTP influent characteristics following completion of Task
105. Provide Task 105 information to McGoodwin, Williams, and Yates for their
determination of these characteristics. It is anticipated that the influent
characteristics to the Westside WWTP will differ from the Noland WWTP because
of the lack of industry and university loads.
107. Prepare Technical Memorandum #1 describing the data collected and conclusions
reached based on the data evaluated. Submit 10 copies to "OWNER" for review
and comment.
108. Meet with "OWNER" to review and discuss technical memorandum. Update
memorandum if required and submit 10 copies.
109. Prepare for and attend one public information meeting if required by "OWNER".
Task 200 — Evaluate Paul Noland WWTP Capacity
201. Using the influent wastewater matrix developed in Task 104, determine the
minimum flow which can be treated at the Noland facility without adversely
impacting operations. For this initial evaluation it will be assumed that the Noland
facility is not handling solids from the Westside WWTP. Two liquid schematics
will be considered: 1) existing liquid stream and 2) abandon primary treatment and
operate with secondary treatment only. Combination of models will be used
including BioWin and Cygnet.
202. Prepare Technical Memorandum #2 and provide 10 copies to "OWNER" for review
and comment.
203. Meet with "OWNER" to review and discuss technical memorandum. Update
memorandum if required and submit 10 copies.
204. Prepare for and attend one public information meeting if required by "OWNER".
City of Fayetteville Agree.
slw#6/asFebruary 29, 2000
90104.9402
Task 300— Evaluate Nitrification Inhibition at Paul Noland WWTP.
301. Review historical data to determine exact times of inhibition. Compare influent and
operating conditions of the years with inhibition to years without inhibition to
identify any differences.
302. Meet with OMI staff to discuss periods of nitrification inhibition.
303. Meet with industries identified in Task 103 to identify operational pattern over the
past four years, i.e. wasting pattern through the week, clean up operations, periods
of shut down, and product changes. Determine if any industry changes coincide
with process upset.
304. Review university schedule to determine any major events, i.e. semester start/stop,
athletic functions, which coincide with process upset.
305. Model periods before, after and during inhibition to identify probable cause for
inhibition.
306. Prepare Technical Memorandum #3 and provide 10 copies to "OWNER" for review
and comment.
307. Meet with "OWNER" to review and discuss technical memorandum. Update
memorandum if required and submit 10 copies.
308. Develop an action plan to handle nitrification inhibition should it reoccur in the
summer of 2000 and meet with "OWNER" and OMI to discuss plan.
Task 400 — Estimate Sludge Quantities
401. Determine sludge quantities from Paul Noland WWTP based on the minimum
capacity identified in Task 201 without solids from Westside WWTP. Consider
cases with and without primary treatment as defined in Task 201,
Task 500 — Evaluate Solids Processing Alternatives.
501. Evaluate aerobic digestion, at the Noland WWTP. Up to four scenarios could be
considered assuming that the results of Task 200 indicate that the Noland WWTP
could treat reasonable flow without primary treatment. Evaluation will include
developing conceptual design criteria and digested sludge quantities. One option
will be evaluated which considers chemical treatment for phosphorus removal. For
the Westside solids, three conditions will be considered; 1) liquid transportation via
pipeline, 2) truck hauling of thickened sludge, and 3) truck hauling of dewatered
sludge. Cygnet and BioWin models will be used to evaluate solids handling
impacts on the liquid stream process.
1) Noland WWTP solids with primary treatment.
City of Fayclleville Agree.
slw#6/asrebruary 29, 2000
90104.9402
2) Noland WWTP solids without primary treatment.
3) Regional treatment of Noland and Westside solids with primary treatment at
Noland WWTP but only secondary treatment at Westside.
4) Regional treatment of Noland and Westside solids with only secondary
treatment at both facilities.
502. Evaluate anaerobic digestion, at the Noland WWTP. Up to four scenarios could be
considered assuming that the results of Task 201 indicate that the Noland WWTP
could treat reasonable flow without primary treatment. Evaluation will include
developing conceptual design criteria and digested sludge quantities. One option
will be evaluated which considers chemical treatment for phosphorus removal. For
the Westside solids, three conditions will be considered; 1) liquid transportation via
pipeline, 2) truck hauling of thickened sludge, and 3) truck hauling of dewatered
sludge. Cygnet and BioWin models will be used to evaluate solids handling
impacts on the liquid stream process.
1) Noland WWTP solids with primary treatment.
2) Noland WWTP solids without primary treatment.
3) Regional treatment of Noland and Westside solids with primary treatment at
Noland WWTP but only secondary treatment at Westside.
4) Regional treatment of Noland and Westside solids with only secondary
treatment at both facilities.
503. Evaluate impacts of dewatering at the Noland WWTP. Up to four scenarios could
be considered assuming that the results of Task 201 indicate that the Noland
WWTP could treat reasonable flow without primary treatment. One option will be
evaluated which considers chemical treatment for phosphorus removal. For the
Westside solids, three conditions will be considered; 1) liquid transportation via
pipeline, 2) truck hauling of thickened sludge, and 3) truck hauling of dewatered
sludge. Cygnet and BioWin models will be used to evaluate solids handling
impacts on the liquid stream process.
1) Noland WWTP solids with primary treatment.
2) Noland WWTP solids without primary treatment.
3) Regional treatment of Noland and Westside solids with primary treatment at
Noland WWTP but only secondary treatment at Westside.
4) Regional treatment of Noland and Westside solids with only secondary
treatment at both facilities.
504. Attend progress meeting to review and discuss results of the evaluations.
505. Prepare report chapters for Task 600.
Cily of Fayetteville Agree.
slw#6/as February 29, 2000
90104.9402
Task 600 — Evaluate Solids Handling and Disposal Alternatives
601. Visit the Noland Plant to observe the existing solids processing and handling unit
operations and to evaluate land management practices in the region. The primary
objective of the visit will be to obtain background information that may be relevant
to the identification of alternatives for future biosolids management. Available
operations, cost data, drawings, and reports will be collected at this time.
602. Review data and reports collected during the site visit to develop a full
understanding of current operations and previous studies.
603. Utilize the estimates of raw solids quantities for the Westside plant developed by
McGoodwin, Williams, and Yates, Inc. and those developed in Task 401.
604. Contact appropriate state regulators to discuss the direction of future biosolids and
land management regulations. Attending one meeting with the regulators is
included in this task. A review of federal regulations that could affect future
biosolids management at the Noland plant will also be conducted.
605. Prepare for and conduct a screening workshop with "OWNER'S" representatives.
Objectives of the workshop are to:
1) Review current biosolids processing and handling practices, previous Facility
Plan conclusions and recommendations, and City objectives for processing
and disposal of biosolids.
2) It is anticipated that the primary outlets for the City's biosolids will consist of
land application of a Class B biosolid product, distribution of a heat dried
product, and distribution of a composted product. During the workshop,
technologies to achieve Class B, as well as the various drying and composting
technologies, will be discussed. The technologies of most interest to the City
will be identified for further evaluation.
3) Formulate rio more than four system alternatives for detailed evaluation. Each
alternative will address: 1) processing and handling of only Noland plant
solids, and 2) processing and handling of both Noland and Westside plant
solids at the Noland plant. A separate evaluation of solids management for
only the Westside plant solids will be conducted by McGoodwin, Williams,
and Yates, Inc.
4) Establish non -cost factors to be used in the evaluation of alternatives.
606. Utilize the services of a specialty subcontractor to assess the opportunities and
obstacles for the distribution of biosolids-derived products. The subcontractor and
subcontract developed in connection with this task shall be subject to the approval
of the "OWNER". Any such subcontract shall become a part of this Agreement.
The assessment will include up to 4 types of biosolids products. It is anticipated
these will include three types of Class A products and a Class B stabilized biosolid
product suitable for land application. The area to be included in the assessment will
vary based on the economical haul distance for the type of product produced. The
assessment will include a combination of telephone and in -person interviews with
City of Fayetteville Agree.
slw#6/asFcbruary 29, 2000
90104.9402
9 •.
prospective product users and others with knowledge of the local agricultural
community and practices. Projected revenue for each type of product considered in
the assessment will be provided. A brief written report will be prepared,
summarizing the findings and conclusions from the assessment.
607. Perform an evaluation of the system alternatives based on both cost and non -cost
considerations. Cost considerations will include present worth values (or 20 year
life -cycle costs) for each alternative. Order -of -magnitude opinions of construction
and operations and maintenance costs will be prepared for each alternative. The
non -cost factors used in the evaluation will be developed jointly by the "OWNER"
and "ENGINEER" in Task 605.
608. Meet with City representatives to discuss preliminary conclusions from the
technical evaluation and market/outlets assessment and develop a consensus on the
approach to be used for future biosolids management.
609. Accompany "OWNER'S" representatives to visit 2 installations using different
technologies. The site visits will be used to help confirm technology selection and
to identify key considerations for facility design and operation. Costs will be
dependent on sites to be visited. The ENGINEER's budget includes the
ENGINEER's travel cost and time for these site visits.
610. Prepare a draft Project Development Report summarizing the project development
activity and submit 10 copies to the "OWNER" for review and comment. The basis
of the report will be the guidance received from the "OWNER" at the Results
Workshop and information from any site visits. Included in the report will be an
implementation plan for the preferred biosolids management option including a
refined opinion of costs for budgeting purposes. Incorporate changes, if needed,
based on the review comments and submit 10 copies of a final Project
Development Report.
611. Prepare for and attend one public information meeting if required by "OWNER".
Task 700 — Conduct Facilities Assessment
701. Conduct a project initiation meeting to clarify "OWNER"s requirements for the
Project, review pertinent available data, review project staffing and organization,
present initial work plan, and present initial work schedule. A Data Request Letter
and a Basis for Assessment Letter will be transmitted to "OWNER" prior to this
initiation meeting.
702. Evaluate results of
the initial
meeting, review status of data received, and submit a
written request for
additional
data required
for the Project.
City of Fayetteville Agree.
slwp6fasrebruary 29.2000
90104.9402
• 0
703. Review Existing Facilities Data
l) Review existing drawings, specifications, and other information obtained from
"OWNER".
2) Prepare a preliminary inventory of structures, instrumentation and control
equipment, and all process equipment including major valves (6" and greater)
with actuators and gates, electrical panels, chemical feed equipment, motor
control centers, switchgear, and major HVAC equipment.
3) Submit the preliminary inventory to "OWNER" for review and comment.
4) Revise the preliminary inventory based upon "OWNER'S" comments.
704. Investigate Existing Facilities
1) Conduct a site visit of the wastewater treatment plant. This site visit will be a
conducted by a multi -disciplined team to verify the preliminary inventory, to
visually assess the physical condition of the structures, the electrical and
mechanical equipment, the instrumentation equipment, and to discuss the
facility with the plant maintenance personnel. This information will be used
to determine the recommended rehabilitation and the remaining useful life of
the structures and equipment.
2) Modify and expand the Inventory List based upon data gathered during the
site visit. The equipment listing will indicate the equipment tag number,
location, and year installed. The structure evaluation would indicate the year
constructed, current physical defects, and possible current code deficiencies
based on the codes in effect at the time of construction and the present codes
X including ADA compliance at the operation's building. The listing would
also include comments from the operations and maintenance staff detailing the
reliability of the equipment.
3) Submit the Inventory List to "OWNER" for review and comment.
4) Revise the Inventory List based upon "OWNER'S" comments.
705. Prepare Report
1) Expand the Inventory List to identify equipment replacement/rehabilitation
recommendations and structure rehabilitation and upgrade recommendations.
A cost opinion for the equipment recommended for replacement and structure
rehabilitation and upgrades will be provided. No effort will be made to
prioritize the recommended work.
2) Prepare a report summarizing the efforts in developing the Inventory List and
the results of the structure investigation. Include the Inventory List as an
appendix to the report.
3) Submit 10 copies of the draft report to the "OWNER" for review and
comment.
4) Meet with "OWNER" to discuss comments and revise report and submit 10
copies of the final report to the "OWNER".
City of Fayetteville Agree.
slw#6/asFebruary 29, 2000
90104.9402
Task 800— Preliminary Design Report
The work as described in Tasks 100 through 700 will be consolidated into a single
Preliminary Design Report which will contain all recommendations and cost estimates.
Ten (10) copies of the final Preliminary Design Report shall be delivered to the
"OWNER" as a final work product.
Item C - PROJECT DESIGN
The "ENGINEER" shall be prepared to design the improvements which are authorized by
the "OWNER" following completion of Section IV, Item B — PROJECT
INVESTIGATIONS.
The project will be designed and constructed to meet water and sewer standards in
accordance with the "OWNER'S" Water and Sewer, and other related Standards.
Construction specifications shall be based on latest special provisions and City of
Fayetteville Specifications relating to the design of this project. The design concept with
regard to water and sewer relocations, geometric, detours, right-of-way, utility easements,
and other related items shall be submitted by the "ENGINEER" (in the form of a
Preliminary Engineering Assessment) and approved by the "OWNER" prior to beginning
design work.
The "ENGINEER" shall provide all
field survey
data
from field work for
designing the
project and this shall be tied to the "OWNER'S"
GPS
control network.
The "ENGINEER"
shall be responsible for obtaining, interpreting
and
evaluating
geotechnical or any
other form of data necessary for the design of
this
project.
The "ENGINEER" shall furnish plans to all utility companies affected by the project and
if necessary, shall conduct a coordination meeting among all affected utility companies to
enable them to coordinate efforts for the necessary utility relocations. This coordination
meeting will take place at the City Engineer's office.
During the final "design" phase of the project, the "ENGINEER" shall conduct final
designs to prepare construction plans and specifications including final construction
details and quantities, special provisions, cost estimates, make final field inspection with
"OWNER", make any needed plan changes as a result of the final field inspection and all
other work required to advertise and receive bids.
"ENGINEER" shall have no liability for defects in the Services attributable to
"ENGINEER'S" reliance upon or use of information, data, design criteria, drawings,
specifications, or other information furnished by "OWNER" or third parties retained by
"OWNER": '
City of Fayetteville Agree.
slw#6/asfebruary 29.2000
90 104 .9402
SECTION V — COORDINATION WITH "OWNER"
The "ENGINEER" shall hold conferences throughout the investigation and design of the
Project with representatives of the "OWNER" to the end that the investigation and
design, as perfected, shall have full benefit of the "OWNER'S" knowledge and be
consistent with the current policies and construction practices of the "OWNER". The
"OWNER" reserves the right to accept or reject any or all investigation plans, but this
stipulation will not relieve the "ENGINEER" of responsibility for the design of the
Project.
SECTION VI - OFFICE LOCATION FOR REVIEW OF WORK
Review of the work as it progresses under this Agreement shall be made at the
"OWNER'S" City Engineer's office.
SECTION VII — CONCEPT AND PRELIMINARY SUBMISSION
The "ENGINEER" shall submit ten (10) copies of each independent investigation for
review and comment.
The "ENGINEER" shall submit two (2) sets of design concept plans, two (2) sets of
preliminary plans and three (3) sets of the final plans for field inspections.
SECTION VIII - FINAL SUBMISSION
The final submission of Item B services shall consist of ten (10) copies of the Preliminary
Design Report.
The final design submission for the construction contract shall consist of the following:
A. One (1) copy of design calculations. "OWNER" agrees to purchase
approximate software if required to evaluate `ENGINEER'S" calculations.
B. Three sets of final plans, contract documents, and specifications.
C. The originals of all drawings, specifications, and contract documents. All
design drawings on magnetic media shall be submitted on disks compatible
with AutoCAD Release 12 software.
D. The estimated cost of construction and a detailed estimate of time in calendar
days required for completion of the contract.
10
City of Fayetteville Agree.
slw#6fasFebruary 29, 2000
90104.9402
SECTION IX - ENGINEER RESPONSIBILITY DURING "BIDDING" AND
"CONSTRUCTION" PHASES
During the "Bidding" phase of the project, the "ENGINEER" shall provide all
engineering and administrative services needed to obtain bids for the construction project,
evaluate the bids, and consult with and advise the "OWNER" as to the acceptability of
the best bidder.
During the "Construction" phase of work, the "ENGINEER" shall provide administrative
and engineering services including resident construction observation services to
determine whether the Contractor has met the requirements of the design plans and
specifications. The "ENGINEER" shall review the Contractors progress payment
requests based on the actual quantities of contract items completed and accepted, and
shall make a recommendation to the "OWNER" regarding payment.
SECTION X - SUBCONTRACTING
Subcontracting by the "ENGINEER" of any of the services provided herein shall require
prior approval by the "OWNER", "except that it may be subcontracted without such
approval to a related entity, an affiliate or wholly owned subsidiary of "ENGINEER."
SECTION XI — TIME OF BEGINNING AND COMPLETION
The "ENGINEER" shall begin work under this Agreement within ten (10) days of notice
to proceed and shall complete "Items A&B" services within 200 calendar days.
The above completion time is predicated upon the fact that the "OWNER" will cause to
be processed approvals of interim work in an expeditious manner 15 days per submittal.
SECTION XII — FEES AND PAYMENTS
A. "Items A & B" Services:
For, and in consideration of, the services to be rendered by the "ENGINEER", the
"OWNER" shall pay the "ENGINEER" on the basis of actual salary costs for work
time directly connected with work chargeable to the Project, plus payroll additives
and general overhead costs at 157 % of direct labor costs, plus direct reimbursable
expenses, plus a fixed fee which are payable as follows:
11
Cily of Fayetteville Agree.
slw#6/asFcbruary 29, 2000
90104.9402
I
•
"Salary, payroll additive and general overhead costs
shall not exceed:
$262,333
2. Fixed fee $ 39,426
3. Reimbursable expenses shall not exceed $ 57,456
4. Total costs of services shall not exceed $359,720
The basis of this upper limit and justification for the fee is contained in Appendix
"A" attached hereto. "The breakdown of costs between the various work tasks are
given in Appendix "A" as a convenience and is not intended to set a maximum cost
for any of the work tasks. Costs may be transferred from one work task to another
so long as the maximum cost as given above is not exceeded."
Subject to the City Council approval, adjustment of the upper limit may be made
should the "ENGINEER" establish and the "OWNER" agree that there has been or
is to be a significant change in scope, complexity or character of the services to be
performed; or if the "OWNER" decides to shorten the duration of work from the
time period specified in the Agreement for completion of work and such
modification warrants such adjustment.
Appendix "B" covers the
classification
of personnel and.the salary rate for all
personnel to be
assigned
to this project
by the "ENGINEER".
"Invoices shall be submitted to the City for on a monthly basis. The City will make
every effort to pay invoices within 30 days of date the invoice is approved,
however, payment within 30 days is not guaranteed."
Final payment for "Items A&B" services shall be made upon the "OWNER'S"
approval and acceptance with the satisfactory completion of services.
B. "Design" Phase Services:
For, and in consideration of, the services to be rendered by the "ENGINEER", the
"OWNER" shall pay the "ENGINEER" on the basis of actual salary costs for work
time directly connected with work chargeable to the project, plus payroll additives
and general overhead costs of _ % of direct labor costs, plus reimbursable
expenses, plus a fixed fee which are payable as follows:
1. "Design" phase services, "surveying services" and
preparation of the Ownership Map/Utility Easements
Plan Costs not to exceed:
2. Fixed fee for "Design" services:
12
City of Fayetteville Agree.
stw#6/asFebruary 29, 2000
90104.9402
To be negotiated
To be negotiated
S
C.
D.
Engineering contract amount for "Design" phase
Services not to exceed:
To be negotiated
The basis of this upper limit and justification for the fee is contained in Appendix
"A" attached hereto. Subject to the City Council approval, adjustment of the upper
limit may be made should the "ENGINEER" establish the "OWNER" agree that
there has been or is to be a significant change in scope, complexity or character of
the services to be performed; or if the "OWNER" decides to shorten the duration of
work from the time period specified in the Agreement for completion of work and
such modification warrants such adjustment.
Appendix "B" covers the
classification
of personnel and the salary rate for all
personnel to be
assigned
to this project
by the "ENGINEER".
Final payment for Design services shall be made upon the "OWNER'S" approval
and acceptance with the satisfactory completion of the "Design" phase for the
project.
"Bidding" Phase Services:
For "Bidding" phase services rendered by the "ENGINEER", the "OWNER" shall
pay the "ENGINEER" on the basis of salary costs for work -time directly connected
with the project, plus payroll additives and general overhead costs of % of
direct labor costs, plus direct reimbursable expenses, plus a fixed fee which are as
follows:
1.
"Bidding" phase services costs not to exceed:
To
be
negotiated
2.
Fixed fee for "Bidding" services:
To
be
negotiated
3. Engineering contract amount for "Bidding"
phase services not to exceed: To be negotiated
Final payment for "Bidding" phase services shall be made upon the "OWNER'S"
approval and acceptance with the satisfactory completion of the "Bidding" phase of
the project.
"Construction" Phase Services:
For "Construction" phase services rendered by the "ENGINEER", the "OWNER"
shall pay the "ENGINEER" on the basis of salary costs for work -time directly
connected with the project, plus payroll additives and general overhead costs of
% of direct labor costs (plus direct reimbursable expenses associated with the
13
City of Fayetteville Agree.
51w#6/asFebruary 29, 2000
90104.9402
•
project), plus a fixed fee which are as follows:
1) "Construction" phase services costs not to exceed:
2) Fixed fee for "Construction" phase services:
3) Engineering contract amount for "Construction"
Phase services not to exceed:
(Based upon an assumed construction period not to exceed
To be negotiated
To be negotiated
To be negotiated
days.)
The basis for this estimate is Appendix _. The "ENGINEER" shall invoice the
"OWNER" monthly for construction phase services, and the final payment for
"Construction" phase services shall be made upon the "OWNER'S" approval and
acceptance with the satisfactory completion of the "Construction" phase of the
project.
E. "Geotechnical Investigation" Services:
For geotechnical investigation services associated with design, the "OWNER" shall
pay the "ENGINEER" on the basis of hourly rates and unit prices set forth in
Appendix a fee, not to exceed $ . The basis of this upper limit and
justification for the fee is contained in Appendix _ attached hereto.
F. "Special" Services:
"Special" Services are described in APPENDIX "C".
SECTION XIII — CHANGES
The "OWNER" may at any time, by written order, make changes within the general
scope of the contract in the work and services to be performed. If any such change
causes an increase or decrease in the cost of, or the time required for, performance of this
contract, an equitable increase or decrease shall be made in the upper limit contract
amount, including fee or time of required performance, or both, and the contract shall be
modified in writing accordingly.
Changes, modifications or amendments in scope, price or fees to this contract shall not be
allowed within a formal contract amendment approved by the Mayor and the City
Council in advance of the change in scope, price of fees.
Any claim by the "ENGINEER" for adjustment under this clause must be asserted with
thirty (30) days from the date of receipt by the "ENGINEER" of the notification of
14
City of Fayetteville Agree.
slw#6JasFebruary 29, 2000
90104.9402
change; provided, however, that the "OWNER" if it decides that the facts justify such
action, may receive and act upon any such claim assessed at any time prior to the date of
final payment under this contract. Failure to agree to any adjustment shall be cause for a
dispute concerning a question of fact within the meaning of the clause of this contract
entitled SECTION XVII MISCELLANEOUS PROVISIONS, (1) Dispute Resolutions.
However, nothing in this clause shall excuse the "ENGINEER" from proceeding with the
contract as changed.
SECTION XIV - OWNERSHIP OF DOCUMENTS
Al] documents, including original drawings, disks of CADD drawings and cross sections,
estimates, specification field notes, and data are and remain the property of the
"OWNER". The "ENGINEER" may retain reproduced copies of drawings and copies of
other documents.
"Engineering documents, drawings, and specifications prepared by "ENGINEER" as part
of the Services shall become the property of "OWNER" when "ENGINEER" has been
compensated for all Services rendered, provided, however, that "ENGINEER" shall have
the unrestricted right to their use. "ENGINEER" shall, however, retain its rights in its
standard drawing details, specifications, databases, computer software, and other
proprietary property. Rights to intellectual property developed, utilized, or modified in
the performance of the Services shall remain the property of "ENGINEER".
"Any files delivered in electronic medium may not work on systems and software
different than those with which they were originally produced. "ENGINEER" makes no
warranty as to the compatibility of these files with any other system or software. Because
of the potential degradation of electronic medium over time, in the event of a conflict
between the sealed original drawings/hard copies and the electronic files, the sealed
drawings/hard copies will govern."
SECTION XV — POSTPONEMENT OR CANCELLATION OF THE CONTRACT
It is understood that the "OWNER" will have the right to suspend or cancel the work at
any time.
A. Postponement — Should the "OWNER", for any reason whatsoever, decide to
postpone the work at any time, the "OWNER" will notify the "ENGINEER", who
will immediately suspend work. Should the "OWNER" decide during such
suspension not to resume the work, or should such suspension not be terminated
within a year, the work shall be cancelled as hereinafter provided.
B. Cancellation — Should the "OWNER", for any reason whatsoever, decide to cancel
or terminate the use of the "ENGINEER'S" service, the "OWNER" will give
written notice thereof to the "ENGINEER", who will immediately terminate the
15
City of Fayetteville Agree.
slw#6/asFebruary 29, 2000
90104.9402
work. If the "OWNER" so elects, the "ENGINEER" may be instructed to bring a
reasonable stage of completion to those items whose value would otherwise be lost.
The "ENGINEER" shall turn over all data, charts, survey notes, figures, drawings,
and other records or information collected or produced hereunder whether partial or
complete. Upon such termination of the "ENGINEER'S" services, the
"ENGINEER" shall be paid on a proportional amount of the total fee, less prior
partial payments, based on the ratio of work done to the total amount of work to be
performed and for reasonable termination expenses.
SECTION XVII - MISCELLANEOUS PROVISIONS
Dispute resolution — Any dispute concerning a question of fact in connection
with the work and having a financial value of $10,000, or less, shall be referred
for determination to the Mayor of the City of Fayetteville whose decisions in the
matter shall be final and conclusive. Disputes resulting from claims greater than
$10,000 shall be subject to mediation in accordance with the Construction
Industries Mediation Rules of the American Arbitration Association.
2. Responsibility for Claims and Liability — The "ENGINEER" shall save
harmless the "OWNER" from all claim and liability due to its (the
"ENGINEER'S") negligent activities, or those subcontractors, its agents, or its
employees during the time this contract is in force.
In the event such liability, claims, actions, causes of action or demands are
caused by the joint or concurrent negligence of more than one party, such
liability shall be borne by each party in proportion to their own fault.
General Compliance with Laws — The "ENGINEER" shall comply with all
federal, state and local laws and ordinances applicable to the work. The
"ENGINEER" shall be a professional "ENGINEER", licensed in the State of
Arkansas.
4. "ENGINEER" Endorsement — The "ENGINEER" shall endorse and
recommend all plans, specifications, estimates and engineering data finished
by it. All design shall be checked in accordance with accepted engineering
practices. All plan quantities shall be checked and verified.
NO OTHER WARRANTY, EXPRESS OR IMPLIED, IS INCLUDED
IN THIS AGREEMENT OR IN ANY DRAWING, SPECIFICATION,
REPORT, OR OPINION PRODUCED PURSUANT TO THIS
AGREEMENT.
5. Opinions of Cost and Schedule - Since "ENGINEER" has no control over the
cost of labor, materials, or equipment furnished by others, or over the
16
City of Fayelieville Agree.
slw#6/asFebruary 29. 2000
90104.9402
• . •
resources provided by others to meet Project schedules, "ENGINEER'S"
opinion of probable costs and of Project schedules shall be made on the basis
of experience and qualifications as a professional "ENGINEER".
"ENGINEER" does not guarantee that proposals, bids, or actual Project costs
will not vary from "ENGINEER's"cost estimates or that actual schedules will
not vary from "ENGINEER"s projected schedules.
6. Waiver of Subrogation - The parties waive any and all rights against each
other, including their rights of subrogation, for damages covered by property
insurance during and after the completion of the services. If the services
extend to the construction phase of this Project, a similar provision shall be
included in all construction contracts, subcontracts and supply agreements
entered into by the "OWNER" and shall protect the "OWNER" and
"ENGINEER" to the same extent.
7. No Consequential Damages - To the fullest extent permitted by law, neither
party shall be liable to the other for any special, indirect, consequential,
punitive or exemplary damages resulting from the performance or non-
performance of this Agreement notwithstanding the fault, tort (including
negligence), strict liability or other basis of legal liability of the party so
released or whose liability is so limited and shall extend to the officers,
directors, employees, licensors, agents, subcontractors, vendors and related
entities of such party.
SECTION XVIII — SUCCESSORS AND ASSIGNS
The "OWNER" and the "ENGINEER" each binds itself and its partners, successors,
executors, administrators, and assigns to the other party of this Agreement, except as
above, neither the "OWNER" nor the "ENGINEER" shall assign, sublet or transfer its
interest in this Agreement without written consent of the other except that it may be
assigned without such consent to the successor of either party, or to a related entity, an
affiliate or wholly owned subsidiary of either party. Nothing herein shall be construed as
creating any possible personal liability on the part of any officer or agent of any public
body which may be party hereto.
SECTION XIX — COVENANT AGAINST CONTINGENT FEES
The "ENGINEER" warrants that it has not employed or retained by company or person,
other than a bonafide employee working solely for the "ENGINEER", to solicit or secure
this contract, and that it has not paid or agreed to pay any company or person, other than
a bonafide employee working solely for the "ENGINEER", any fee, commission,
percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting
from the award or making of this contract.
17
Cily of Fayetteville Agree.
slw#6/asFebruary 29, 2000
90104.9402
For breach or violation of this warranty, the "OWNER" shall have the right to annul this
contract without liability.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be duly
executed as of the date and year first herein written.
CITY OF FAYETTEVILLE
Mayor
ATTEST:
City Clerk
18
City of Fayetteville Agree.
slw#6/asFebwary 29, 2000
90104.9402
ENGINEER
Black & Veatch Corporation
Name of the Firm
Authorized Representativ
APPENDIX A - ENGINEERING COST BASIS
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
OWNER: City of Fayetteville, Arkansas
ENGINEERING FEE PREPARED BY: Black and Veatch Corporation
DATE: March 1, 2000
PROJECT NUMBER: 90104:9402
ITEM A AND B SERVICES (See attached work sheets)
TASK DESCRIPTIONS
100 Develop Wastewater Characteristics
200 Evaluate Noland Plant Capacity
300 Evaluate Nitrification Inhibition
400 Estimate Sludge Quantities
500 Evaluate Sludge Processing Alternatives
Estimate Cost for salary, payroll additive and general overhead $61,675
600 Evaluate Solids Handling and Disposal Alternatives
Estimate Cost for salary, payroll additive and general overhead $78868
700 Facilities Assessment
Estimate Cost for salary, payroll additive and general overhead $75716
800 Preliminary Design Report
Estimate Cost for salary, payroll additive and general overhead $3,968
Administration, Meeting, and Coordination
Estimate Cost for salary, payroll additive and general overhead $42,611
Total Estimated Cost for salary, payroll additive and general overhead $262,838
Fixed Fee 39,426
Reimbursable Expenses 57,456
Total Not to Exceed Billings for Items A & B $359,720
Fayetteville, Arkansas
I r •
ENGINEERING FEE ESTIMATE
OWNER: Cary W F.Ye11eMM, Ark.,,..
ENGINEER: BIMk{ Veracb Cmporltlon
DATE: Mhrclr 1, 2800
PROJECT NUL'9EP: 90104.0402
PROIECTOESCRIPTION: PrvlNdsrrtl YN]TP lmpreremeMs
ADMINISTRATION, MEETINGS, AND COORDINATION
LABOR COSTS PROJECT OFFICE RESIDUALS GROUP PROCESS GROUP
flit PIC PM PE DE OE TECH OFFSER I DW PE SE Tx OFFSER • DIR PE SE TECH OFFSER
WwhCWe A A A A A A L • B B B B B • C C C C C
Prof kA 1610 06 0008 0®3 002 0106 0206 •am 0305 OWJ 0406 026 • 6 0S CPA] 0546 OMS
MaLIw
pyroAMeel 3e• 18 16 4
CawdnuBm MM neat a 64 • 60 12 2
Progress Medic, 5 meal 5 8< • 8e
Pr PDminbrMion 0momM tlurell
27 ' 18 9'
Pr essr 27 • 0 16 S
Pr* &AeduI 12 • 0 8
F,gaSflewds L 10 • 20 0
PWkM 3 Meestn Fe elleeile Be 48 18
Commdw FM DeielminAson 0
Cowdine11m MM'S as 32 32 16
Tow by Row. his 512
Total by CS, hrs • 512 • IB00 28100 16.0 0.00 00 0.06 13100 • 000 32.00 0.0 000 00 L 000 28M 0.0 000 0.0
Sary RsIm.$XP3 5500 5000 35.00 26.0 22.03 1803 1300 • 40.0 3800 2300 IBCO 1300 I 3800 26.00 36.0 1000 130]
Tdy Say Cyl lector $000 $1120 $54 SO 50 $0 $I,]M 0 51216 50 $8 $0 $0 $728 $0 $0 $0
Total Sab 56.560
'Total Say IewecMds@1,5> $42.611
REMIBURSABLE EXPENSES Wit Spa' Ot ntGF Cwt
UCA S
General Er MLo.1 ].50 512 0,&0
cocrpjlet
ATn�
PBMo G
Parcel Pot
L Dkt Plrwn Cab
Postage
In lwa re Ldyn
SU ks. PbolQginphs. etc
Swnn
TwelE
Car Rmyl is @Motl day ]5 2B $210
Meets 12 tps I p.1500.5 meat Irl ee 8 0 N0
Meals Irl ,2 pcople.10 meat r0 m 8 510
Lotl 12 lris I on 12 65 12 570
Lodz e.2 65 4 $20
TOW RnTtUT,8SS Epenses 080
SUBOMRY
TWISab ewmeeds $42All
Total RSTth1Jr,aSoE mes $7,620
SWMtru" s 0
SNMNvdm ri rkU @ 5% 0
SUMoiel SSU23i
Fixed Fee@15%ol TOMSab wttMetls 0.392
TOTAL COST ESTIMATE for PROJECT ADMINIST11AT10N, MEETIXOS,{COORDINATION $58.822
Faye e+le, Ark
SrIN035AM
, r •
ENGINEERING FEE ESTIMATE
OWNER: City of Fayetteville, Arkansas
ENGINEER: Black A Veatch Corporation
DATE: March 1, 2000
PROJECT NUMBER: 901049402
PROJECT DESCRIPTION: Paul Noland WWSP improvements
PROJECT INVESTIGATIONS
TASKS 100, 200, 300, 400 end 5011
LABOR COSTS PROCESS GROUP
Tab Director Sr. Process Lead Staff Tech
Vice Pies Spedelbts Process Process
Work Code Engr Engr
Category 1630 0809 0805 0802 0406
Total. Hrs Johnson Barnard Cfldy WL
Task 100- Develop Wastewater Chareclerislla
101 Soaping Meetin� end colts data 12 12
102 Maiyze historical date be 4 16 40
103 Determine Industrial dharadetbtics and loads 32 16 16
104 Determine university charededstics and beds 16 4 12
105 Determine Noland Plant wastewater characteristics 1B 2 B 6
106 Detannine Westalde wastewater charadedatice y M 0
1 0 Prepare Technical Memorandum 0
108 Discuss Findings at Progress Meeting 12 12
109 Prepare for end attend one public Informalion meet) 20 16 4
Task 200- Evaluate Noland Plant C ac
201 Develop c maalx based on ww char 52 4 16 32
202 Prepare Technical Memorandum 38 B 24 6
203 Discuss FindIngs at P,oarass Meeting 12 12
204 Preps. for end Attend Public Information Meeting 12 12
Task 300 -Evaluate Nitrification Inhibition
301 Review historical data 40 16 24
302 Dscuss nitrification IMIMtion with OMI 24 B 16
303 Deter Ina lndusty operation petlems 40 40
304 IdeMifty unIversIty functions which influence loads 12 12
305 Modes 48 8 40
306 Prepare Technical Memorandum 54 4 4 40 6
307 D'emtss Findings al Progress Meeting 12 12
308 Nlkficatlon inhibition plan of action 20 4 16
Task 400 - Estimate Sludge Quantities
401 Delennine sludge quantities for Noland 12 4 8
0
Task 500 -Evaluate Sludge Processing Alternatives 0
501 Evakale aerobic dieslion 36 12 24
502 Evaluate anaerobic digestion 36 12 24
503 Evaluate heat d i dewata 36 12 24
504 Prepare report ch ter, for Task 600 44 4 16 16 8
505 Dswss Findin at Progress Meeting 12 12
TotalTotalbyRowlirs 710
Total by Cal. hrs 710 54 4 400 232 20
Salary Rate Stu 2000 0 $67 $67 $35 $25 $15
Total SaJwy Cost by Labor Category $3,629 $269 $14000 $5,800 $300
Total Sa $23998
Total Salary lus overheads @1.5) $61675
REIMBURSABLE EXPENSES Unit S per Quanhily Cost
Unit
General EExpenses Per labor hr $).50 710 $5,325
computer
autographic
Photo CA es
Pose
Long Distance Phone Calk
Parcel Post
In House Re oductlon
Suppios, Photographs. eta
Scanning
Travel Expenses 1 6 meetings) lust public kdotmallon meeting
Car Rental 3 separate trips us pini @2 dey, each do $)5 a $600
Travel Meals as $8 40 3320
Lodging night $65 7 $455
Total Reimbursable Expenses $66•)00
SUMMARY
Total Salwy us overheads $61,6)5
Total Reimbursable Expenses $6,700
Subeontradms $0
Subcontractor at @5% 30
swrotat 568,3)5
Feed Fee @15% at Total Salary us overheads $9,251
ESTIMATED COST for TASKS 100,200,300,4008300 $77,627
Feyettedlle, Arkansas
I 311/00935 AM
II I
ENGINEERING FEE ESTIMATE
OWNER : City of Favettevllle, Arkansas
ENGINEER: Black & Veatch Corporation
DATE: March 1, 2000
PROJECT NUMBER; 90104.9402
PROJECT DESCRIPTION: Paul Noland WWTP Improvements
PROJECT INVESTIGATIONS
TASK 600- EVALUATE SOLIDS HANDLING AND DISPOSAL ALTERNATIVES
LABOR COSTS RESIDUALS GROUP
Residuals Sr. Process Process Environ Staff Off
• Title Director PM OC Pro] Engr Engr Engr Scientist Engr Tech Sery
Work Code
Category 0806 0606 0806 0805 0805 0803 0507 0803 0304 0208
Total hrs
Coordination Meetings 2 Meetings) - 32 32
Prepare for and attend I public Information meeting in Fayetteville 16 16
601 Site Visit and Review of In ant Solids Handling 32 0 0 16 16 0 0 0
602 Evaluation of Data and Reports 56 0 0 24 32 0 0 0
603 Establish Future Solids Quantities 8 0 0 8 0 0 0 0
604 Re lal Evaluation 104 8 0 40 48 8 0 0 0
605 Screen Worksh 152 16 16 40 40 16 0 24 0
606 Markets/Outlets Assessment 16 0 0 16 0 0 0 0
607 Alternatives Evaluation 204 4 0 0 40 8 80 32 40 0 0
608 Results Worksho 64 16 0 16 8 8 16 0 0 0
609 Site Visits 44 0 0 0 40 0 0 4
610 Project Develo ment Re ort 196 4 16 16 32 56 8k032 32
611 Prepare for and Attend Public Iniormation Meeting 12 12
Total by Row, hrs 924
Total b Cal, hrs 936 8 56 32 292 16 320 80 36
Salary Rate $/hr 2000 $55 $40 $55 $35 $35 $30 $40 $15
Total Sala Costb Labor Cat o $440 $2,240 $1,760 $10,220 $560 $9,600 $3,200 $540
Total Salary $30,688
Total Salary lus overheads @ 1.57 $78,868
REIMBURSABLE EXPENSES Unit Spec 0uantit Cost
Unit $
General Expensesper labor hr $7.50 936 $7,020
Computer
Aul ra phis
Photo Copies
Parcel Post
Long Disl Phone Cals
Postage
In house reproduction
Supplies, pholographs
Scanning
Travel Expenses 4 client meetings. 2 coordination meetings)
Car Rental (6 trips @2 days eachiperday$75 12 $900
Meals 6 tri s @ 2 das each 36 $288
Airfare and Other Ex ense for Meetin with Re ulators 1 $700
Airfare and Other Ex ense for Meetin with Unl 1 $700
Ablare and OtherE enses for Site Visits 2tri s 2 $2,300
Total Reimbursable expenses $11,908
SUMMARY
Total Salary us overheads $70,868
Total Reimbursable Expenses $11.908
Subcontractors $20.000
Subcontractormark @5% $1,000
Subtotal $111,776
Fixed Fee @ 15% of Total Salary lus overheads $11,830
ESTIMATED COST for TASK 600 $123,606
Fayetteville, Arkansas 1 3/1/00+9:35 AM
,11
rt
n
a
F
ayS
tl
-
9
i
I
5s
;
~a
Dv
G
V
€
SFUfT
:
f
((S
mg
FFF
1(U1
1
n
_
t+VV
ii
GG.
-
C,
ten
������eeeee�eeoee�eceoeeoeee�o�e��
I9IIlIIIIUIIIIIIIIIIIIIIIIIIII
11111llIIIIIIIIIIIIIIIII111111W
IIIIIl9611111II11111111111111111
1111180911!!!
lll!!!I!I!l1III!!IIOEl
11111119111!!l111!!Illll!!IIl111
1111119
B I
I
I
I
I I
111111111111111111
VIII
IIIIIIIIIIIIIIIIIIIIIIII
IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII
IIIll!9!IlllhIllhIIIHhIilhIIilhIII
I
I I
I
I
I
i
6111111111111111111111111
IIIIIa@A111111111111s111l1111111
IIHI!!IIllhIlIIUIIIIllIHIHIBlI
IIIIla9111l1111111I11IIIIIIIIIlI
u
II!i
r.I1111111Illlllllllllll
.
n!
v
vevevvvvvvvvevvvvvvvvv®
IIIIISAAIIIIIIIIIIIIIIIIIIIIIIII®
IIIIIa@AlllllllllllIllllllllllll®
1111119911111SIIe11IllllelllIIII
I
I I
I
I! 91111111111111111111111111
1111119!111111l1111IS1111I111111
11111811111I111111I1111111111111
VIIIS99IIIIIIIIIIIuluhlll1111m
IIIII!1IIIIIIIIIIllIIIIIIIIIII
1111119
B 111111111111111111111111
VIII161111111111IIII111111IIum
IIIIII
I!l
Il111
11111l991111I!IuII
1111119111111111111111111111111
IIIII99II11I!!IIIII9IIIIIIIIIIO
1111119!IIIIIIIIIIIIIIUIIIIIIII
111111611IIIIu
1111111111111I1m
Hill!
16111111111111111111111111
1111119111111111111111111111111
111110
9
9111111
A
11111111111111111
111119911111s11IUI!II1111111II11I
I111198lllllsllllllllllllllllll
ENGINEERNO EEE ESTIMATE
OWNER: CIIy of FayNMlls, Arkenme
ENGINEER: Sink B Vulcll CwpaMbn
DATE: Mirth 1. 1103
PROJECT NUMBER: 90101.9402
PROJECT DESCRIWION: PoUI NOImd WWTPImprmmeM*
PROJECT INVESTIGAlION
Q
fl
0
0
Q
0
0
0
0
0
O
111
O®o
11a
111
: 11
c:
11
: al
. 11
REIMBURSABLE EXPENSES
ml
Spn
0th
Qaerty
CW1
$
Gmnal E,�ensis
rblarIt
51.50
Tl
1540
COrTI4ef
Mn
Pt,oioCc�3
RFCrcelP ll
LorgDPhorIeOeh
e
In
1e do,phS Sc
5cenry
Travtl EI: tl
Cm Rental IT
Meal 1 ersOn.5 meeb rl
I _461personl
—
ea
rM
15
5
65
1
5
1
$159
540
565
Total Renturaabk rsn
51&
SUMMARY
Total S.bIY plus
avMlesds
13'968
Tdal Re2iturseble ersn
9havmradon
$795
$0
SjbmMmdor maMt� @ 5%
So
ylbtOi
54763
FSS Fee 15%of Total Sabry
plus 4eReaJ!
5595
ESTIMATED COST ft. PRELIMINARY OENGNREPORT
$5555
FaymSlle. AM
S!I/A335 M4
APPENDIX B
PERSONNEL CLASSIFICATION AND SALARY RANGE
City of Fayetteville
Agreement for Engineering Services
OWNER: City of Fayetteville
PREPARED BY: Black & Veatch Corporation
DATE: February 29, 2000
PROJECT NUMBER: 90104.9402
Classifications
Salary Range
Classifications
Salary Range
General Services 01
Offices Services 02
Level
Min.
Max.
Level
Min.
Max.
01
$6.29
$11.00
01
$6.63
$10.75
02
$8.31
$13.00
02
$7.65
$11.50
03
$9.58
$15.00
03
$8.15
$12.25
04
$11.02
$17.00
04
$9.25
$14.50
05
$12.46
$19.00 -
05
$9.75
$15.00
06
$14.37
$23.00
06
$10.50
$17.00
07
$15.92
$26.00
07
$11.50
$19.00
08
$17.88
$29.00
08
$12.50
$22.00
Graphics 03
Technical Support
04
Level
Min.
Max.
Level
Min.
Max.
01
$6.75
$12.00
01
$7.50
$12.00
02
$8.19
$14.00
02
$8.77
$14.00
03
$9.63
$17.00
03
$10.04
$17.00
04
$11.13
$20.00
04
$11.65
$20.00
05
$13.04
$24.00
05
$13.44
$24.00
06
$15.69
$29.00
06
$15.63
$27.00
07
$18.81
$37.00
07
$18.17
$32.00
08
$21.69
$45.00
08
$21.46
$39.00
09
$18.35
$45.00
09
$24.52
$48.00
B-1 of 2
Appendix B
slw6/asFebruary 29, 2000
90104.9402
PERSOrL CLASSIFICATION AND SALARY RANGE (CONT.)
Specialized Staff 05 Architecture 07
Level Min. Max. Level Min. Max.
01 $12.00 $20.00 01 $12.12 $19.00
02 $14.13 $23.00 02 $13.67 $22.00
03 $16.38 $28.00 03 $15.52 $26.00
04 $18.92 $33.00 04 $17.83 $30.00
05 $21.87 $39.00 05 $20.19 $34.00
06 $25.27 $47.00 06 $22.85 $40.00
07 $29.19 $55.00 07 $25.85 $47.00
08 $33.69 $66.00 08 $29.25 $54.00
09 $29.48 $66.00 09 $26.19 $54.00
Engineering 08 Administrative Business 09
Level Min. Max.
01 $15.92 $25.00 Level Min. Max.
02 $17.65 $29.00 01 $10.21 $17.00
03 $19.50 $33.00 02 $12.12 $20.00
04 $22.04 $39.00 03 $14.60 $24.00
05 $24.92 $45.00 04 $17.19 $29.00
06 $28.21 $50.00 05 $20.65 $35.00
07 $32.48 $55.00 06 $24.92 $43.00
08 $36.12 $70.00 07 $30.00 $54.00
09 $32.94 $70.00 08 $36.92 $68.00
09 $45.35 $86.00
10 $55.00 $100.00
Construction Management 10 Information Science 11
Level Min. Max. Level Min. Max.
01 $12.63 $20.00 01 $13.50 $22.00
02 $14.54 $22.00 02 $15.90 $25.00
03 $16.73 $28.00 03 $17.85 $28.00
04 $19.21 $33.00 04 $19.75 $32.00
05 $21.98 $38.00 05 $22.15 $36.00
06 $24.75 $46.00 06 $23.85 $41.00
07 $28.50 $53.00 07 $27.15 $47.00
08 $32.02 $61.0O 08 $31.20 $54.00
09 $36.46 $69.00
10 $41.02 $78.00 Information Technology 12
Level Min. Max.
Executive Officer 16 01 $9.25 $14.00
Level Min. Max. 02 $10.25 $16.00
01 $46.00 $70.00 03 $11.25 $18.00
02 $56.00 $84.00 04 $13.25 $21.00
03 $70.00 $104.00 05 $14.75 $26.00
04 $83.00 $124.00 06 $18.25 $29.00
05 $102.00 $153.00 07 $22.15 $35.00
06 $206.00 $309.00
B-2 of 2
Appendix 0
slw6/asFebruary 29, 2000
90104.9402
OWNER:
PREPARED BY:
DATE:
PROJECT NUMBER:
APPENDIX C
SPECIAL SERVICES
City of Fayetteville
Agreement for Engineering Services
City of Fayetteville
Black & Veatch Corporation
February 29, 2000
90104.9402
Any Work requested by "OWNER" that is not included in one of the items listed in any
other phase will be classified as "Special" services.
Special services shall include, but are not limited to:
Additional meetings with local, State or Federal agencies to discuss the
Project.
2. Additional appearances at public hearings or before special boards.
3. Additional engineering Work required to meet the requirements of regulatory
or funding agencies that become effective subsequent to the date of this
Agreement.
4. Special consultants or independent professional associates requested or
authorized by "OWNER".
5. Assistance with bid protests and rebidding.
6. Preparation for litigation, arbitration, or other legal or administrative .
proceedings; and appearances in court or at arbitration sessions in connection
with bid protests, change orders, or construction incidents.
Additions to an engineering report to update or revise original
recommendations.
8. Revisions of design, drawings, and specifications arising from Value
Engineering review which cause changes in the general scope, extent or
character of the project, including but not limited to changes in size,
complexity, "OWNER'S" schedule, character of construction, or method of
financing.
C-1
Appendix C
slw6/asFebluary 29, 1999
90104.9402
9. Value Engineering reviews and services.
10. Provision, through a subcontract, of land and property surveys and property
descriptions, including legal property description, as required by the project.
11. Provisions, through a subcontract, of the services of a land surveyor to set
horizontal and vertical controls at the site and locate existing street, road
highway, utility rights -of -way and critical property corners at the site and to
provide additional records on rights -of -way and property information as
required.
12. Provision, through a subcontract, of the services of a title company to prepare
title reports on each parcel of property on which easements or rights -of -way
are required or which is to be purchased.
13. Provision, through a subcontract, of the service of a land surveyor to prepare
legal descriptions for the "OWNER'S" use in acquiring required property
rights -of -way and easements.
14. Provisions, through a subcontract, of a qualified appraiser to appraise the
property rights -of -way and easements to be acquired, and to meet and
negotiate with the property "OWNER'S" involved..
15. Engineering assistance to "OWNER" in negotiation meetings and
condemnation proceedings.
16. Provision, through a subcontract, of the necessary surveying to re-establish
streets to preconstruction grade, and referencing and re-establishing land
surveying monuments. In easement or right-of-way areas, marking the
easement of right-of-way limits.
17. Provision, through a subcontract, of aerial photography as requested or
approved by "OWNER".
18. Provision, through a subcontract, of photographs or videotapes of the
construction site topographic and infrastructure features along pipelines or
access roads prior to starting during construction and following completion of
construction.
19. Provision, through a subcontract(s), of preliminary geotechnical services and
reports.
20. Provision, through a subcontract during the Design Phase, of initial
geotechnical engineering services including exploratory work, laboratory and
field testing, and professional guidance on tests to be made and an initial
C-2
Appendix C
slw6/asFebruary 29, 1999
90104.9402
geotechnical report by a qualified geologist or geotechnical firm interpreting
the data on the exploratory work and testing.
21. Provision, through a subcontract, after design has proceeded to the required
stage, of a final geotechnical report and additional field Work as required.
22. An environmental assessment and/or environmental impact statement as
requested by "OWNER" of required by review agencies.
23. Provision, through a subcontract, of a cultural resources or archaeological
study and report on the construction site.
24. Provision, through a subcontract, of archaeological consultations regarding
artifacts that may be uncovered during construction.
25. Provision, through a subcontract, of laboratory and field testing required
during design, during construction, and of any special reports or studies on
materials and equipment requested by "OWNER".
26. Observing factory tests and/or field retesting of equipment that fails to pass
the initial test.
27. Conducting pilot plant studies and tests.
28. Visits to the construction site or to "OWNER'S" location in excess of the
number of such trips and the associated time set forth in other phases.
29. Receiving wage rate information submitted by the Contractor and forward the
information to "OWNER".
30. Preparation of a master construction schedule from individual schedules
submitted by construction contractors, and coordination and resolution of
conflicts with contractors' schedules.
31. Assistance in financially related transactions for the project.
32. Special reports requested by "OWNER" concerning facilities operation and
personnel matters during the operation startup period.
33. Submittal, at the end of one year of operation of the facilities, of a report to
"OWNER" either certifying that the plant complies with its NPDES permit or
stating the reasons for noncompliance, including recommendations for placing
the plant in compliance.
34. Where field conditions differ from the conditions indicated in the construction
contract documents or soil boring reports, preparing sketches of construction
C-3
Appendix C
slw6/asFebruary 29, 1999
90104.9402
i
work for approval by "OWNER", to supplement the drawings and
specifications as may be required; and providing redesign or relocation
information if required by underground obstructions, utilities, or other
conditions.
35. Services for making revisions to drawings and specifications made necessary
by the acceptance of substitutions proposed by the Contractor, and services
after the award of each contract for evaluating and determining the
acceptability of substitutions proposed by the Contractor.
36. Services resulting from significant delays, changes, or price increases caused
directly or indirectly by shortages of materials, equipment, or energy.
37. Additional or extended services during construction made necessary by (1)
work damaged by fire or other cause during construction, (2) a significant
amount of defective or neglected work by any Contractor, (3) acceleration of
the progress schedule involving service beyond normal working hours, (4)
default by any Contractor, and (5) failure of the Contractor to complete the
work within the construction contract time.
38. Services in connection with partial utilization of any part of the project by
"OWNER" prior to Substantial Completion which requires the Resident
Project Representative to work additional hours or requires employment of
additional onsite personnel.
39. Evaluation of unusually complex or unreasonably numerous claims submitted
by the Contractor or others in connection with the work.
40. Review and analysis of claims for differing subsurface and physical
conditions submitted by the Contractor or others in connection with the work.
41. Changes in the general scope, extent, or character of the project, including, but
not limited to:
Changes in size or complexity.
b. "OWNER'S" schedule, design, or character of construction.
c. Method of financing.
Revision of previously accepted studies, reports, design documents, or
construction contract documents when such revisions are required by
changes in laws, rules, regulations, ordinances, codes, or orders enacted
subsequent to the preparation of such studies, reports, documents, or
designs; or are required by any other causes beyond "ENGINEER'S"
control.
C-4
Appendix C
slw6/asFebruary 29, 1999
90104.9402
40
r,4 e4s,
-7-ca
AGENDA REQUEST FORM
Council Meeting of March 21 ,2000
FROM Don Bunn Public Works Admin
Name Division
Public Works
Department
ACTION REQUIRED A resolution approving the contract with Black and Veatch
for engineering services in connection with improvements at the Noland
Wastewater Treatment Plant in the amount of $359,720.00.
COST TO CITY
$ 359.720.00
Cost of this Request
5400 5700 5314 00
Account Number
98047-10
Project Number
$ 1,926,111.00
Category/Project Budget
717,871.00
Funds Used to Date
$ 1,208,240.00
Funds Remaining
XX Budgeted Item
Impvts to Noland Waste -
Water Treatment Plant
Category/Project Name
Program Name
Water and Sewer
Fund Category
Budget Adj. Attached
Date Admin Services Director Date
Date ADA Coordinator Date
3-/o-2aoJ
Date Internal Auditor Date
3-13-oo
Date
STAFF RECOMMENDATION It is the recommendation of the Staff that the Council
approve the contract with Black and Veatch for engineering services in
connection with the Noland Wastewater Treatment Plant.
03-03-00
A 't Public Work Director Date Cross Reference
Department Director Date New Item: Yes No
L
- 34I Prev Ord/Res #
1nservo
r Date
Orig. Contract #
Mayor Date Orig. Contract Date
Page 2
Description ��� �-�'— + V te.� Meeting Date S � 11- loo p
Wnlu:
Budget Coordinator
Accounting Manager
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Charles Venable, Public Works Director
From: Heather Woodruff, City Clerk
Date: March 27, 2000
Attached is a copy of the resolution approving the agreement with Black and Veatch. I am also
returning two originals for you to distribute. Your purchase requisition has been forwarded to the Yolanda Fields. The original will be microfilmed and filed with the City Clerk.
cc: Yolanda Fields, Internal Auditor
•
•I
RESOLUTION NO. 37-00
A RESOLUTION APPROVING AN AGREEMENT WITH BLACK
AND VEATCH, IN THE AMOUNT OF $359,720, FOR
ENGINEERING SERVICES IN CONNECTION WITH
IMPROVEMENTS AT THE NOLAND WASTEWATER
TREATMENT PLANT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby approves an agreement with Black and Veatch,
in the amount of $359,720, for engineering services in connection with improvements at the Noland
Wastewater Treatment Plant. A copy of the agreement is attached hereto marked Exhibit "A" and
made a part hereof.
PASSED AND APPROVED this 21° day of Marc 2000.
APPROVED:
A?�n�+J
Fred Hanna, Mayor
ATTEST:
By: `. Titus -ddb
Bather Woodruff, City Clerk