HomeMy WebLinkAbout101-02 RESOLUTION•
RESOLUTION NO. 101-02
A RESOLUTION AWARDING A CONTRACT IN AN AMOUNT
NOT TO EXCEED TWO HUNDRED SEVENTY-FIVE THOUSAND
DOLLARS ($275,000.00) TO GARVER ENGINEERS FOR
ENGINEERING SERVICES RELATING TO THE ACCELERATED
WATERLINE REPLACEMENT PROJECT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Sect -ion 1. That the City Council of Fayetteville, Arkansas, hereby awards a
contract in an amount not to exceed Two Hundred Seventy -Five Thousand
Dollars ($275,000.00) to Garver Engineers for engineering services relating to the
Accelerated Waterline Replacement Project. A copy of which, marked Exhibit
"A" is attached hereto and made a part hereof.
PASSED and APPROVED this 2nd day of July, 2002.
r-'VAL 1 ' 'W<WOODRUFF, ty Clerk
APPROVED:
By
•
NAME OF FILE:
CROSS REFERENCE:
Resolution No. 101-02
•
07/02/02
Resolution No. 101-02
07/03/02
Contract with Garver Engineers for professional engineering Services
04/18/02
Departmental Correspondence to Mayor Coody & Fay. City Council
Members from Greg Boettcher, Public Works Director, regarding City
Council Agenda Item - May 7, 2002 Budget Adjustment - Water &
Sewer Division Accelerated Water Main Replacement
05/07/02
Copy of Resolution No. 78-02
04/18/02
Copy of the Budget Adjustment Form
06/18/02
Engineering Division Memo to Mayor Coody thru Greg Boettcher,
Public Works Director, from Jim Beavers, City Engineer
07/02/02
Staff Review Form
07/05/02
Memo to Jim Beavers, City Engineer, from Heather Woodruff, City
Clerk
07/08/02
Engineering Memo to Heather Woodruff, City Clerk, from Jim
Beavers, City Engineer, regarding Resolution No. 101-02;
Garver Engineers and Accelerated water line replacement
program.
NOTES:
• •
/45 , /0/-0,z
STANDARD AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
Project No. 02 / 2 5
This is an agreement made as of c7to
2O4?, between the City of
Fayetteville, hereinafter called "Owner" and/oi and rver Engineers, hereinafter called the
"Engineer".
The Owner intends to make improvements to water lines and appurtenances at various locations in
Fayetteville, Arkansas. The Engineer will provide engineering and surveying services to allow for
these improvements.
The Owner and the Engineer in consideration of the mutual covenants in this contract agree in
respect of the performance of professional engineering and surveying services by the Engineer and
the payment for those services by Owner as set forth below.
SECTION 1 - EMPLOYMENT OF THE ENGINEER
The Owner agrees to employ the Engineer, and the Engineer agrees to perform professional engineering
and surveying services in connection with the proposed improvements as stated in the sections to
follow. For having rendered such services, the Owner agrees to pay the Engineer compensation as
stated in the sections to follow. All of the engineering and surveying services will be supplied by the
Engineer's personnel or personnel under subcontract to the Engineer, as approved by the Owner.
SECTION 2 - SCOPE OF SERVICES
2.1 General
Generally, the scope of services includes surveying, design, preparation of property acquisition
documents, bidding services, and construction support services for improvements to various water lines
in Fayetteville. Under this agreement, the City will furnish schematic plans drawn on City mapping for
the sections of water lines designated for replacement/improvement. The City will indicate the type and
extent of improvements to be designed. The Engineer will accomplish services related to each water
line improvement in accordance with task orders negotiated by the City and the Engineer and approved
by the Mayor. Each task order will include a specific scope of work and more clearly define the general
scope of work elements described below, as appropriate.
The project will be designed to meet water standards in accordance with the Owner's Water and other
related Standards.
2.2 Surveys
The Engineer shall provide all field survey data from field work for designing the project, and this
survey shall be tied to the Owner's control network.
Water Line Improvements
1 of 7 0206-6500
c
o
0:
•
• •
The Engineer will conduct field surveys consisting of cross sections at intervals and for distances each
side of the existing water line as appropriate for modeling the existing ground, including locations of
any pertinent features or improvements between sections, along the designated route. Buildings and
other structures, streets, drainage features, trees over eight inches in diameter, visible utilities as well as
those underground utilities marked by their owners and/or representatives, and any other pertinent
topographic features that may be present on the route, will be located. Control points will be
established for use during construction.
The Engineer will obtain property record research from an abstractor under a subconsultant
agreement with the Engineer.
23 Geotechnical Services
The Engineer will be responsible for obtaining, interpreting, and evaluating geotechnical data
necessary for the design of this project. The Engineer will subcontract with Grubbs, Hoskyn, Barton
& Wyatt for geotechnical work as appropriate.
2.4 Coordination
The Engineer will furnish plans to all known utility owners potentially affected by the project at each
stage of development. The Engineer shall conduct coordination meetings among all known affected
utility owners to enable them to coordinate efforts for any necessary utility relocations.
The Engineer shall also attend coordination meetings with the Owner and others as required. The
Engineer will prepare exhibits for these meetings when appropriate.
2.5 Preliminary Design
The preliminary design phase submittal will include preliminary typical sections, plan and profile
sheets, right-of-way requirements, and an opinion of probable construction cost. The preliminary
design phase will represent approximately 60 percent of final construction contract plans This
submittal will not include technical specifications or "front end" contract documents. The Engineer
will not begin final design until the preliminary design is approved by the Owner in writing. The
Engineer will furnish three sets of Preliminary Plans to the Owner and one set to each potentially
affected utility company.
2.6 Final Design
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, opinion of probable construction cost, make final field inspection with Owner, make any
needed plan changes as a result of the final field inspection and/or special easement acquisition
considerations, and all other work required to advertise for bids. Unless the Owner prefers and provides
a specific construction contract, the Engineer will furnish an industry standard construction contract
form for review by the City Attorney. The Owner will furnish standard technical specifications for
water line construction for incorporation into the construction contract documents.
The final design submission for the construction contract shall consist of the following:
1. Three sets of final plans, contract documents, and specifications.
2. One set of final plans, contract documents, and specifications to each potentially affected
utility company.
3. The originals of all drawings, specifications, and contract documents.
4. Opinion of probable construction cost.
Water Line Improvements
2 of 7 0206-6500
•
• •
2.7 Property Acquisition Documents
The Engineer shall provide mapping as required for preparing Right-of-Way/Easement acquisition
documents for the Owner's use in acquiring the property. Documentation will include a key map
showing all affected properties and an individual tract map with description of temporary and
permanent acquisition for each property.
2.8 Bidding Services
During the bidding phase of the project, the Engineer will dispense construction contract documents to
prospective bidders (at the approximate cost of reproduction and handling), support the contract
documents by preparing addenda as appropriate, participate in a pre-bid meeting if necessary, attend the
bid opening, prepare bid tabulation, evaluate bids, recommend award, prepare construction contracts,
and issue a Notice to Proceed letter to the Contractor.
2.9 Construction Support Services
During the construction phase of work, the Engineer will accomplish the following:
1. Review the Contractor's progress payment requests based on the actual quantities of contract
items completed and accepted, and will make a recommendation to the Owner regarding
payment.
2. Attend progress/coordination meetings with the Owner/Contractor.
3. Attend preconstruction meeting.
4. Prepare for and attend utilities coordination meeting.
5. Evaluate and respond to construction material submittals and shop drawings.
6. Prepare record drawings.
7. Provide part-time resident construction observation services for the construction contract
performance time.
8. Provide survey crew time for field checking quantities, contractor's layout, etc.
In performing construction observation services, the Engineer will endeavor to protect the Owner
against defects and deficiencies in the work of the Contractor(s); but the Engineer cannot guarantee the
performance of the Contractor(s), nor be responsible for the actual supervision of construction
operations or for the safety measures that the Contractor(s) takes or should take. However, if at any
time during construction the Engineer observes that the Contractor's work does not comply with the
construction contract documents, the Engineer will immediately notify the Contractor of such non-
compliance and instruct him to correct the deficiency and/or stop work, as appropriate for the
situation. The Engineer will also record the observance, the discussion, and the actions taken. If the
Contractor continues without satisfactory corrective action, the Engineer will notify the Owner
immediately, so that appropriate action under the Owner's contract with the Contractor can be taken.
2.10 Extra Work
The following items are not included under this agreement but will be considered as extra work:
1. Design of any utilities relocation other than water lines and appurtenances.
2. Payment of agency review or permitting fees or newspaper advertisement fees.
3. Construction materials testing.
4. Wetlands identification or mitigation plans or other work related to environmentally or
historically signifcant items.
Water Line Improvements
3 of 7 0206-6500
•
•
• •
2.11 Schedule
The Engineer shall begin work under this Agreement within ten (10) days of a Notice to Proceed and
shall complete the work in accordance with a schedule mutually agreeable to the Owner and the
Engineer.
SECTION 3 - PAYMENT
For the work described under SECTION 2 - SCOPE OF SERVICES (except as may be modified for
additional services required), the Owner shall pay the Engineer on an hourly basis. The Engineer will
accomplish professional engineering and surveying services at the unburdened salary rates in effect
for the Engineer's personnel during the performance of the contract, multiplied by a 3.00 markup for
direct and indirect overhead and profit. In addition, reimbursable expenses, including, but not
limited to, printing, reproduction, and travel will be billed. The total amount paid to the Engineer
under this agreement will not exceed $275,000 without a written amendment approved by the Owner.
For informational purposes, a breakdown of the Engineer's approximate hourly costs is included in
Appendix A with approximate current hourly rates for each employee classification.
Payment will be made by the Owner on a monthly basis, based upon statements submitted by the
Engineer to the Owner for the actual expenses incurred by the Engineer directly related to the scope
of services described in this agreement.
SECTION 4 - OWNER'S RESPONSIBILITIES
In connection with the project, the Owner's responsibilities shall include, but not be limited to, the
following:
1. Giving thorough consideration to all documents presented by the Engineer and informing the
Engineer of all decisions within a reasonable time so as not to delay the work of the Engineer.
2. Making provision for the employees of the Engineer to enter public and private lands as
required for the Engineer to perform necessary preliminary investigations.
3. Furnishing the Engineer with as -built plans, aerial mapping, etc.
SECTION 5 — MISCELLANEOUS
5.1 Instruments of Service
The Engineer's instruments of service provided by this agreement consist of the printed hard copy
reports, drawings, and specifications issued for the Assignment or Project; whereas electronic media,
including CADD files, are tools for their preparation. As a convenience to the Owner, the Engineer
will furnish to the Owner both printed hard copies and electronic media. In the event of a conflict in
their content, however, the printed hard copies shall take precedence over the electronic media.
The Engineer's electronic media are furnished without guarantee of compatibility with the Owner's
software or hardware, and the Engineer's sole responsibility for the electronic media is to furnish a
replacement for defective disks within thirty (30) days after delivery to the Owner.
Water Line Improvements
4 of 7 0206-6500
•
• •
The Owner is granted ownership of the printed hard copy drawings and specifications and the
electronic media but agrees they will only be used in the operation and maintenance of the Project or
Assignment for which they were provided. Use of these materials for modification, extension, or
expansion of this Project or on any other project, unless under the direction of the Engineer, shall be
without liability to the Engineer and the Engineer's consultants.
Because data stored in electronic media form can be altered, either intentionally or unintentionally,
by transcription, machine error, environmental factors, or by operators, it is agreed that the Owner
shall indemnify, defend, save harmless the Engineer, the Engineer's consultants, and the officers and
employees of any of them from and against any and all claims, liabilities, damages, losses, and costs,
including but not limited to costs of defense, arising out of changes or modifications to the data in
electronic media form in the Owner's possession or released to others by the Owner and for any use
of the electronic media and printed hard copy drawings and specifications outside the license granted
by this provision.
5.2 Opinions of Cost
Since the Engineer has no control over the cost of labor, materials, equipment, or services furnished
by others, or over the Contractor(s)' methods of determining prices, or over competitive bidding or
market conditions, the Engineer's Estimates of Project Costs and Construction Costs provided for
herein are to be made on the basis of the Engineer's experience and qualifications and represent the
Engineer's best judgment as an experienced and qualified professional engineer, familiar with the
construction industry; but the Engineer cannot and does not guarantee that proposals, bids or actual
Total Project or Construction Costs will not vary from estimates prepared by the Engineer.
The Owner understands that the construction cost estimates developed by the Engineer do not establish
a limit for the construction contract amount. If the actual amount of the low construction bid exceeds
the construction budget established by the Owner, the Engineer will not be required to re -design the
project without additional compensation.
5.3 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. For breach or violation of
this warranty, the Owner shall have the right to annul this contract without liability.
5.4 Claims and Liability
The Engineer shall save harmless the Owner from all claim and liability due to its (the Engineer's)
activities, or those subcontractors, its agents, or its employees during the time this contract is in
force.
5.4 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.
5.5 Engineer's Endorsement
The Engineer shall endorse and recommend all plans, specifications, estimates, and engineering data
provided under this agreement. All design shall be checked in accordance with accepted engineering
practices. All plan quantities shall be checked and verified.
Water Line Improvements
5 of 7 0206-6500
•
• •
5.6 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
without a formal contract amendment approved by the Mayor and the City Council in advance of the
change in scope, price, or fees.
Any claim by the Engineer for adjustment under this clause must be asserted within thirty (30) days
from the date of receipt by the Engineer of the notification of 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.
SECTION 6 - CONTROL OF SERVICES
This is an Arkansas Contract and in the event of a dispute concerning a question of fact in connection
with the provisions of this contract which cannot be disposed of by mutual agreement between the
Owner and Engineer, the matter shall be resolved in accordance with the Laws of the State of
Arkansas.
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.
This Agreement may be terminated by either party by seven (7) days written notice in the event of
substantial failure to perform in accordance with the terms hereof by the one (1) party through no
fault to the other party. If this Agreement is so terminated, the Engineer shall be paid for the time
and materials expended to accomplish the services performed to date, as provided in SECTION III -
PAYMENT; however, the Engineer may be required to furnish an accounting of all costs. If the
contract is so terminated, the Engineer shall be paid for his time at the rate of 3.00 times the actual
salary costs paid to his employees working on the project, and the actual costs of materials and
subcontractor costs expended.
This Agreement may be terminated for the convenience of the Owner, upon the delivery of written
notice to the Engineer. If the contract is so terminated, the Engineer shall be paid for his time at the
rate of 3.00 times the actual salary costs paid to the Engineer's employees working on the project, and
the actual costs of materials and subcontractor costs expended.
Should the Onwer, for any reason whatsoever, decide to cancel or to terminate the use of the Engineer's
service, the Owner will give written notice thereof to the Engineer who will immediately terminate the
work. If the Onwer 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.
Water Line Improvements
6 of 7 0206-6500
•
• •
SECTION 7 - SUCCESSORS AND ASSIGNS
The Owner and the Engineer each bind himself and his successors, executors, administrators, and
assigns of such other party, in respect to all covenants of this Agreement; except as above, neither the
Owner nor the Engineer shall assign, sublet, or transfer their interest in this agreement without the
written consent of the other. Nothing herein shall be construed as creating any personal liability on the
part of any officer or agent of any public body which may be a party hereto.
IN TESTIMONY OF WHICH, this instrument has been executed on behalf of the above named
Engineer, and has been executed on behalf of the Owner, in two (2) counterparts, each of equal force,
on the day and year first above written.
OWNER
CITY OF FAYETTE
. By:
ET1
fit
h..
I u
. r
GARVER ENGINEERS
By:
ock Hoskins, P
Vice President
ATTEST:
Water Line Improvements
7 of 7 0206-6500
• •
Appendix A
Garver Hourly Rate Schedule
Classification Regular
Senior Project Manager $ 125.00
Project Manager $ 105.00
Senior Project Engineer $ 85.00
Project Landscape Architect $ 76.00
Project Engineer $ 82.00
Senior Design Engineer $ 77.00
Sr. Construction Engineer $ 69.00
Construction Engineer $ 60.00
Design Engineer/Designer $ 62.00
Environmental Scientist $ 73.00
CADD Administrator $ 77.00
Senior CADD Technician $ 62.00
Automation & Control Specialist $ 91.00
CADD Technician $ 54.00
Senior Construction Observer $ 66.00
Construction Observer $ 50.00
Survey Coordinator $ 60.00
Party Chief $ 55.00
Instrument Man $ 33.00
Rodman $ 29.00
Clerical $ 38.00
Project Surveyor $ 70.00
2 -Man Crew (Survey) $ 125.00
3 -Man Crew (Survey) $ 150.00
2 -Man Crew (GPS Survey) $ 140.00
3 -Man Crew (GPS Survey) $ 175.00
Note: These rates are subject to change October 1, 2002.
•
•
• •
STANDARD AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
Project No.
This is an agreement made as of
Fayetteville and Garver Engineers.
94 z
, 200i, between the City of
The City of Fayetteville intends to make improvements to water lines and appurtenances at various
locations in Fayetteville, Arkansas. Garver Engineers will provide engineering and surveying services
to allow for these improvements. The City of Fayetteville and Garver Engineers in consideration of
the mutual covenants in this contract agree in respect of the performance of professional engineering
and surveying services by Garver Engineers and the payment for those services by City of
Fayetteville as set forth below.
SECTION 1 - EMPLOYMENT OF GARVER ENGINEERS
The City of Fayetteville agrees to employ Garver Engineers, and Garver Engineers agrees to perform
professional engineering and surveying services in connection with the proposed improvements as
stated in the sections to follow. For having rendered such services, the City of Fayetteville agrees to
pay Garver Engineers compensation as stated in the sections to follow. All of the engineering and
surveying services will be supplied by Garver Engineers's personnel or personnel under subcontract to
Garver Engineers, as approved by the City of Fayetteville.
SECTION 2 - SCOPE OF SERVICES
2.1 General
Generally, the scope of services includes surveying, design, preparation of property acquisition
documents, bidding services, and construction support services for improvements to various water lines
in Fayetteville. Under this agreement, the City will furnish schematic plans drawn on City mapping for
the sections of water lines designated for replacement/improvement. The City will indicate the type and
extent of improvements to be designed. Garver Engineers will accomplish services related to each
water line improvement in accordance with task orders negotiated by the City and Garver Engineers and
approved by the Mayor. Each task order will include a specific scope of work and more clearly define
the general scope of work elements described below, as appropriate.
The project will be designed to meet water standards in accordance with the City of Fayetteville's
Water and other related Standards.
2.2 Surveys
Garver Engineers will provide all field survey data from field work for designing the project, and this
survey will be tied to the City of Fayetteville's control network.
Garver Engineers will conduct field surveys consisting of cross sections at intervals and for distances
each side of the existing water line as appropriate for modeling the existing ground, including locations
Water Line Improvements
1 of 7 0296-3500
• •
of any pertinent features or improvements between sections, along the designated route. Buildings and
other structures, streets, drainage features, trees over eight inches in diameter, visible utilities as well as
those underground utilities marked by their owners and/or representatives, and any other pertinent
topographic features that may be present on the route, will be located. Control points will be
established for use during construction.
Garver Engineers will obtain property record research from an abstractor under a subconsultant
agreement with Garver Engineers.
23 Geotechnical Services
Garver Engineers will be responsible for obtaining, interpreting, and evaluating geotechnical data
necessary for the design of this project. Garver Engineers will subcontract with Grubbs, Hoskyn,
Barton & Wyatt for geotechnical work as appropriate.
2.4 Coordination
Garver Engineers will furnish plans to all known utility owners potentially affected by the project at
each stage of development. Garver Engineers will conduct coordination meetings among all known
affected utility owners to enable them to coordinate efforts for any necessary utility relocations.
Garver Engineers will also attend coordination meetings with the City of Fayetteville and others as
required. Garver Engineers will prepare exhibits for these meetings when appropriate.
2.5 Preliminary Design
The preliminary design phase submittal will include preliminary typical sections, plan and profile
sheets, right-of-way requirements, and an opinion of probable construction cost. The preliminary
design phase will represent approximately 60 percent of final construction contract plans. This
submittal will not include technical specifications or "front end" contract documents. Garver
Engineers will not begin final design until the preliminary design is approved by the City of
Fayetteville in writing. Garver Engineers will furnish three sets of Preliminary Plans to the City of
Fayetteville and one set to each potentially affected utility company.
2.6 Final Design
During the final design phase of the project, Garver Engineers will conduct final designs to prepare
construction plans and specifications including final construction details and quantities, special
provisions, opinion of probable construction cost, make final field inspection with City of Fayetteville,
make any needed plan changes as a result of the final field inspection and/or special easement
acquisition considerations, and all other work required to advertise for bids. Unless the City of
Fayetteville prefers and provides a specific construction contract, Garver Engineers will furnish an
industry standard construction contract form for review by the City Attorney. The City of Fayetteville
will furnish standard technical specifications for water line construction for incorporation into the
construction contract documents.
The final design submission for the construction contract will consist of the following:
1. Three sets of final plans, contract documents, and specifications.
2. One set of final plans, contract documents, and specifications to each potentially affected
utility company.
3. The originals of all drawings, specifications, and contract documents.
4. Opinion of probable construction cost.
Water Line Improvements
2 of 7 0296-3500
•
•
• •
2.7 Property Acquisition Documents
Garver Engineers will provide mapping as required for preparing Right-of-Way/Easement acquisition
documents for the City of Fayetteville's use in acquiring the property. Documentation will include a
key map showing all affected properties and an individual tract map with description of temporary
and permanent acquisition for each property.
2.8 Bidding Services
During the bidding phase of the project, Garver Engineers will dispense construction contract
documents to prospective bidders (at the approximate cost of reproduction and handling), support the
contract documents by preparing addenda as appropriate, participate in a pre-bid meeting if necessary,
attend the bid opening, prepare bid tabulation, evaluate bids, recommend award, prepare construction
contracts, and issue a Notice to Proceed letter to the Contractor.
2.9 Construction Support Services
During the construction phase of work, Garver Engineers will accomplish the following:
1. Review the Contractor's progress payment requests based on the actual quantities of contract
items completed and accepted, and will make a recommendation to the City of Fayetteville
regarding payment.
2. Attend progress/coordination meetings with the City of Fayetteville/Contractor.
3. Attend preconstruction meeting.
4. Prepare for and attend utilities coordination meeting.
5. Evaluate and respond to construction material submittals and shop drawings.
6. Prepare record drawings.
7. Provide part-time resident construction observation services for the construction contract
performance time.
8. Provide survey crew time for field checking quantities, contractor's layout, etc.
In performing construction observation services, Garver Engineers will endeavor to protect the City of
Fayetteville against defects and deficiencies in the work of the Contractor(s); but Garver Engineers
cannot guarantee the performance of the Contractor(s), nor be responsible for the actual supervision of
construction operations or for the safety measures that the Contractor(s) takes or should take. However,
if at any time during construction Garver Engineers observes that the Contractor's work does not
comply with the construction contract documents, Garver Engineers will immediately notify the
Contractor of such non-compliance and instruct him to correct the deficiency and/or stop work, as
appropriate for the situation. Garver Engineers will also record the observance, the discussion, and
the actions taken. If the Contractor continues without satisfactory corrective action, Garver
Engineers will notify the City of Fayetteville immediately, so that appropriate action under the City
of Fayetteville's contract with the Contractor can be taken.
2.10 Extra Work
The following items are not included under this agreement but will be considered as extra work:
1. Design of any utilities relocation other than water lines and appurtenances.
2. Payment of agency review or permitting fees or newspaper advertisement fees.
3. Construction materials testing.
4. Wetlands identification or mitigation plans or other work related to environmentally or
historically signifcant items.
Water Line Improvements
3 of 7 0296-3500
•
• •
2.11 Schedule
Garver Engineers will begin work under this Agreement within ten (10) days of a Notice to Proceed
and will complete the work in accordance with a schedule mutually agreeable to the City of
Fayetteville and Garver Engineers.
SECTION 3 - PAYMENT
For the work described under SECTION 2 - SCOPE OF SERVICES (except as may be modified for
additional services required), the City of Fayetteville will pay Garver Engineers for time spent on the
project, at the unburdened hourly payroll rate during the performance of these services for work time
directly connected with work chargeable to the project multiplied by a 3.00 markup for direct and
indirect overhead and profit. In addition, the City will pay Garver Engineers for reimbursable
expenses, including, but not limited to, printing, reproduction, and travel at an unburdened rate. The
total amount paid to Garver Engineers under this agreement will not exceed $275,000 without a
written amendment approved by the City of Fayetteville. For informational purposes, a breakdown
of Garver Engineers's approximate hourly costs is included in Appendix A with approximate current
hourly rates for each employee classification.
Payment will be made by the City of Fayetteville on a monthly basis, based upon statements
submitted by Garver Engineers to the City of Fayetteville for the actual expenses incurred by Garver
Engineers directly related to the scope of services described in this agreement.
SECTION 4 - CITY OF FAYETTEVILLE'S RESPONSIBILITIES
In connection with the project, the City of Fayetteville's responsibilities will include, but not be limited
to, the following:
1. Giving thorough consideration to all documents presented by Garver Engineers and informing
Garver Engineers of all decisions within a reasonable time so as not to delay the work of Garver
Engineers.
2. Making provision for the employees of Garver Engineers to enter public and private lands as
required for Garver Engineers to perform necessary preliminary investigations.
3. Furnishing Garver Engineers with as -built plans, aerial mapping, etc.
SECTION 5 — MISCELLANEOUS
5.1 Instruments of Service
Garver Engineers's instruments of service provided by this agreement consist of the printed hard copy
reports, drawings, and specifications issued for the Assignment or Project; whereas electronic media,
including CADD files, are tools for their preparation. As a convenience to the City of Fayetteville,
Garver Engineers will furnish to the City of Fayetteville both printed hard copies and electronic
media. In the event of a conflict in their content, however, the printed hard copies will take
precedence over the electronic media.
Garver Engineers's electronic media are furnished without guarantee of compatibility with the City of
Water Line Improvements
4 of 7 0296-3500
•
• •
Fayetteville's software or hardware, and Garver Engineers's sole responsibility for the electronic
media is to furnish a replacement for defective disks within thirty (30) days after delivery to the City
of Fayetteville.
The City of Fayetteville is granted ownership of the printed hard copy drawings and specifications
and the electronic media but agrees they will only be used in the operation and maintenance of the
Project or Assignment for which they were provided. Use of these materials for modification,
extension, or expansion of this Project or on any other project, unless under the direction of Garver
Engineers, will be without liability to Garver Engineers and Garver Engineers's consultants.
Because data stored in electronic media form can be altered, either intentionally or unintentionally,
by transcription, machine error, environmental factors, or by operators, it is agreed that the City of
Fayetteville will indemnify, defend, save harmless Garver Engineers, Garver Engineers's consultants,
and the officers and employees of any of them from and against any and all claims, liabilities,
damages, losses, and costs, including but not limited to costs of defense, arising out of changes or
modifications to the data in electronic media form in the City of Fayetteville's possession or released
to others by the City of Fayetteville and for any use of the electronic media and printed hard copy
drawings and specifications outside the license granted by this provision.
5.2 Opinions of Cost
Since Garver Engineers has no control over the cost of labor, materials, equipment, or services
furnished by others, or over the Contractor(s)' methods of determining prices, or over competitive
bidding or market conditions, Garver Engineers's Estimates of Project Costs and Construction Costs
provided for herein are to be made on the basis of Garver Engineers's experience and qualifications
and represent Garver Engineers's best judgment as an experienced and qualified professional
engineer, familiar with the construction industry; but Garver Engineers cannot and does not
guarantee that proposals, bids or actual Total Project or Construction Costs will not vary from
estimates prepared by Garver Engineers.
The City of Fayetteville understands that the construction cost estimates developed by Garver Engineers
do not establish a limit for the construction contract amount. If the actual amount of the low
construction bid exceeds the construction budget established by the City of Fayetteville, Garver
Engineers will not be required to re -design the project without additional compensation.
5.3 Covenant Against Contingent Fees
Garver Engineers warrants that it has not employed or retained by company or person, other than a
bonafide employee working solely for Garver Engineers 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 Garver Engineers, any fee, commission, percentage, brokerage fee, gifts, or any other
consideration, contingent upon or resulting from the award or making of this contract. For breach or
violation of this warranty, the City of Fayetteville will have the right to annul this contract without
liability.
5.4 Claims and Liability
Garver Engineers will save harmless the City of Fayetteville from all claim and liability due to its
(Garver Engineers's) activities, or those subcontractors, its agents, or its employees during the time
this contract is in force.
5.4 Compliance with Laws
Garver Engineers will comply with all federal, state and local laws and ordinances applicable to the
Water Line Improvements
5 of 7 0296-3500
•
• •
work. Garver Engineers will be a professional engineer, licensed in the State of Arkansas.
5.5 Engineer's Endorsement
Garver Engineers will endorse and recommend all plans, specifications, estimates, and engineering
data provided under this agreement. All design will be checked in accordance with accepted
engineering practices. All plan quantities will be checked and verified.
5.6 Changes
The City of Fayetteville 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 will be made in the upper limit contract amount, including fee or time of required
performance, or both, and the contract will be modified in writing accordingly.
Changes, modifications or amendments in scope, price, or fees to this contract will not be allowed
without a formal contract amendment approved by the Mayor and the City Council in advance of the
change in scope, price, or fees.
Any claim by Garver Engineers for adjustment under this clause must be asserted within thirty (30)
days from the date of receipt by Garver Engineers of the notification of change, provided, however,
that the City of Fayetteville, 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.
5.7 Arkansas Freedom of Information Act
Garver Engineers agrees that it will provide to the City of Fayetteville, at a cost to be agreed upon, all
documents in its possession that are, under this Agreement, the property of the City of Fayetteville
and which the City of Fayetteville believes to be subject to an Arkansas Freedom of Information Act
request made to it, or, in anticipation of such a request, which it believes necessary for it to possess.
Garver Engineers further agrees that it will request of all subconsultants, retained by Garver
Engineers to perform services under this Agreement, to provide to the City of Fayetteville, at a cost
to be agreed upon, all documents in the possession of such subconsultants that are, under this
Agreement, the property of the City of Fayetteville and which the City of Fayetteville believes to be
subject to an Arkansas Freedom of Information Act request made to the City of Fayetteville, or, in
anticipation of such a request, which it believes necessary for the City of Fayetteville to possess.
Garver Engineers will produce all documents or material in the format that are kept by Garver
Engineers, or at the option of Garver Engineers, in some other format. If a specialized format is
requested by the City of Fayetteville, the cost of conversion, if that additional responsibility is
accepted by Garver Engineers, will be bome by the City of Fayetteville at the then prevailing rates
for the parties actually performing the conversion. Garver Engineers agrees to use due diligence to
comply with all the requirements of the Freedom of Information Act.
SECTION 6 - CONTROL OF SERVICES
This is an Arkansas Contract and in the event of a dispute concerning a question of fact in connection
with the provisions of this contract which cannot be disposed of by mutual agreement between the
City of Fayetteville and Engineer, the matter will be resolved in accordance with the Laws of the
State of Arkansas.
Water Line Improvements
6 of 7 0296-3500
• •
Should the City of Fayetteville, for any reason whatsoever, decide to postpone the work at any time, the
City of Fayetteville will notify Garver Engineers, who will inmiediately suspend work. Should the City
of Fayetteville decide during such suspension not to resume the work, or should such suspension not be
terminated within a year, the work will be cancelled as hereinafter provided.
This Agreement may be terminated by either party by seven (7) days written notice in the event of
substantial failure to perform in accordance with the terms hereof by the one (1) party through no
fault to the other party or for the convenience of the City of Fayetteville. If this Agreement is so
terminated, Garver Engineers will be paid for the time and materials expended to accomplish the
services performed to date, as provided in SECTION III - PAYMENT; however, Garver Engineers
may be required to furnish an accounting of all costs.
Should the City of Fayetteville, for any reason whatsoever, decide to cancel or to terminate the use of
Garver Engineers's service, the City of Fayetteville will give written notice thereof to Garver Engineers
who will immediately terminate the work. If the City of Fayetteville so elects, Garver Engineers may be
instructed to bring a reasonable stage of completion to those items, whose value would otherwise be
lost. Garver Engineers will turn over all data, charts, survey notes, figures, drawings and other records
or information collected or produced hereunder whether partial or complete.
SECTION 7 - SUCCESSORS AND ASSIGNS
The City of Fayetteville and Garver Engineers each bind himself and his successors, executors,
administrators, and assigns of such other party, in respect to all covenants of this Agreement; except as
above, neither the City of Fayetteville nor Garver Engineers will assign, sublet, or transfer their interest
in this agreement without the written consent of the other. Nothing herein will be construed as creating
any personal liability on the part of any officer or agent of any public body which may be a party hereto.
IN TESTIMONY OF WHICH, this instrument has been executed on behalf of the above named
Engineer, and has been executed on behalf of the City of Fayetteville, in two (2) counterparts, each of
equal force, on the day and year first above written.
CITY OF FAYETTEVILLE
GARVER ENGINEERS
B
Brock Hoskins, P.E.
Vice President
Water Line Improvements
7 of 7 0296-3500
•
• •
Appendix A
Garver Hourly Rate Schedule
Classification Regular
Senior Project Manager $ 125.00
Project Manager $ 105.00
Senior Project Engineer $ 85.00
Project Landscape Architect $ 76.00
Project Engineer $ 82.00
Senior Design Engineer $ 77.00
Sr. Construction Engineer $ 69.00
Construction Engineer $ 60.00
Design Engineer/Designer $ 62.00
Environmental Scientist $ 73.00
CADD Administrator $ 77.00
Senior CADD Technician $ 62.00
Automation & Control Specialist $ 91.00
CADD Technician $ 54.00
Senior Construction Observer $ 66.00
Construction Observer $ 50.00
Survey Coordinator $ 60.00
Party Chief $ 55.00
Instrument Man $ 33.00
Rodman $ 29.00
Clerical $ 38.00
Project Surveyor $ 70.00
2 -Man Crew (Survey) $ 125.00
3 -Man Crew (Survey) $ 150.00
2 -Man Crew (GPS Survey) $ 140.00
3 -Man Crew (GPS Survey) $ 175.00
Note. These rates are subject to change October 11 2002.
•
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
TO:
Mayor Dan Coody and
Fayetteville City Council Members
FROM: Greg Boettcher, P.E.,
Public Works Director
DATE: April 18, 2002
•
SUBJECT: City Council Agenda Item — May 7, 2002
Budget Adjustment — Water and Sewer Division
Accelerated Water Main Replacement
BACKGROUND
Fayetteville s water system includes more than 525 miles of pipelines that serve more
than 75,000 people. Average daily water purchase volume is 13 million gallons, of which
approximately 20% is unaccounted for. Target water loss rates are 12-15%, therefore,
corrective actions are justified and may be expected to produce reductions in water loss.
In fiscal year 2001, the Water and Sewer Division recorded 628 leaks, these events
consuming a significant amount of labor, equipment and material expenses. Performance
goals for the in-house water main replacement program is 8,000 feet of water line;
equating to annual replacement rate of 0.3% of the system. In other terms, this level of
performance requires a water main to have an average service life of 347 years. This
infrastructure replacement rate is inadequate to properly maintain this asset, as evidenced
by the level of pipeline failures and high loss ratios.
The Water and Sewer Division maintains records of pipeline segments with high failure
rates or other serious inadequacies, with more than 50 projects being currently identified
under said process. The current in-house program is not staffed or equipped to keep pace
with or make progress on this growing need. Such conditions are the basis for an
accelerated water main replacement program to avoid continued degradation of this
municipal asset and to reduce water loss volumes.
•
DISCUSSION
•
The decision to initiate this asset preservation program surfaced when supplemental
Water and Sewer Enterprise Funds became available. The retained earnings of the Water
and Sewer Division's operating fund have been used to cash flow the facility planning
costs of the Wastewater System Improvement Project. A drawdown of bond issue
proceeds, to reimburse this temporary borrowing, shall provide $1.5 million of fund
replenishment that is not budgeted for a specific purpose. It is proposed that this water
and sewer fund reimbursement be budgeted for accelerated Water Main replacement
activities.
The Water and Sewer committee discussed this budget adjustment at its April 11, 2002
meeting, finding the program to be acceptable and recommending presentation to the
Fayetteville City Council for approval. It is proposed that the Water and Sewer
Superintendent develop a list of water main segments that have the greatest cost -benefit
ratio and are of such a construction nature as to be suited for construction by independent
contractors (minimum service disruptions, uncongested construction routes, etc). A
preliminary replacement plan for the targeted activities shall be developed by the Water
and Sewer Division. Using this preliminary design, a consultant shall be selected to
design, bid and provide award recommendations for the replacement project. The budget
for these activities shall be set at $1.5 million.
RECOMMENDATION
It is recommended that the Fayetteville City Council approve a budget adjustment in the
amount of $1.5 million for the implementation of an accelerated water main replacement
program, funding to be secured from Water and Sewer Enterprise Fund's retained
earnings. Also, the approval should stipulate that such a project be added to the Fiscal
Year 2002 Capital Improvement Plan.
2
r1
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
TO: Mayor Dan Coody and
Fayetteville City Council Members
FROM: Greg Boettcher, P.E., 4 t;;j
Public Works Director
DATE: April 18, 2002
SUBJECT: City CouncilAgenda Item — May 7, 2002
Budget Adjustment — Water and Sewer Division
Accelerated Water Main Replacement
BACKGROUND
Fayetteville's water system includes more than 525 miles of pipelines that serve more
than 75,000 people. Average daily water purchase volume is 13 million gallons, of which
approximately 20% is unaccounted for. Target water loss rates are 12-15%, therefore,
corrective actions are justified and may be expected to produce reductions in water loss.
In fiscal year 2001, the Water and Sewer Division recorded 628 leaks, these events
consuming a significant amount of labor, equipment and material expenses. Performance
goals for the in-house water main replacement program is 8,000 feet of water line;
equating to annual replacement rate of 0.3% of the system. In other terms, this level of
performance requires a water main to have an average service life of 347 years. This
infrastructure replacement rate is inadequate to properly maintain this asset, as evidenced
by the level of pipeline failures and high loss ratios.
The Water and Sewer Division maintains records of pipeline segments with high failure
rates or other serious inadequacies, with more than 50 projects being currently identified
under said process. The current in-house program is not staffed or equipped to keep pace
with or make progress on this growing need. Such conditions are the basis for an
accelerated water main replacement program to avoid continued degradation of this
municipal asset and to reduce water loss volumes.
DISCUSSION
The decision to initiate this asset preservation program surfaced when supplemental
Water and Sewer Enterprise Funds became available. The retained earnings of the Water
and Sewer Division's operating fund have been used to cash flow the facility planning
costs of the Wastewater System Improvement Project. A drawdown of bond issue
proceeds, to reimburse this temporary borrowing, shall provide $1.5 million of fund
replenishment that is not budgeted for a specific purpose. It is proposed that this water
and sewer fund reimbursement be budgeted for accelerated Water Main replacement
activities.
The Water and Sewer committee discussed this budget adjustment at its April 11, 2002
meeting, finding the program to be acceptable and recommending presentation to the
Fayetteville City Council for approval. It is proposed that the Water and Sewer
Superintendent develop a list of water main segments that have the greatest cost -benefit
ratio and are of such a construction nature as to be suited for construction by independent
contractors (minimum service disruptions, uncongested construction routes, etc). A
preliminary replacement plan for the targeted activities shall be developed by the Water
and Sewer Division. Using this preliminary design, a consultant shall be selected to
design, bid and provide award recommendations for the replacement project. The budget
for these activities shall be set at $1.5 million.
RECOMMENDATION
It is recommended that the Fayetteville City Council approve a budget adjustment in the
amount of $1.5 million for the implementation of an accelerated water main replacement
program, funding to be secured from Water and Sewer Enterprise Fund's retained
earnings. Also, the approval should stipulate that such a project be added to the Fiscal
Year 2002 Capital Improvement Plan.
2
•
C `Yy_ Y
RESOLUTION NO. 78-02
MICROFILMED
A RESOLUTION TO APPROVE A BUDGET ADJUSTMENT IN
THE AMOUNT OF ONE MILLION FIVE HUNDRED THOUSAND
DOLLARS FROM A REIMBURSEMENT OF BOND PROCEEDS
FROM THE WASTEWATER IMPROVEMENT PROJECT TO BE
TRANSFERRED TO THE WATER AND SEWER FUND
WHEREAS, the City Council Water and Sewer recommends that a budget
adjustment from reimbursed funds from the bond proceeds of the Wastewater
Improvement Project be transferred to the Water and Sewer Fund to be used for
water main replacement.
NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF
THE CITY OF FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas
hereby approves the budget adjustment attached as Exhibit "A" in the amount of
$1,500,000.00 from a reimbursement of bond proceeds from the Wastewater
System Improvement Project to the Water and Sewer Fund for water main
replacement projects in the 2002 Capital Improvement Plan.
PASSED and APPROVED this the 7th day of May, 2002.
APPROVED:
By:
DAN COODY, M r
ATTEST
BVn.�
Qpdruff, City erk
9
'.'o Sc61
RESOLUTION NO. 7s-02
MICROFILMED
A RESOLUTION TO APPROVE A BUDGET ADJUSTMENT IN
THE AMOUNT OF ONE MILLION FIVE HUNDRED THOUSAND
DOLLARS FROM A REIMBURSEMENT OF BOND PROCEEDS
FROM THE WASTEWATER IMPROVEMENT PROJECT TO BE
TRANSFERRED TO THE WATER AND SEWER FUND
WHEREAS, the City Council Water and Sewer recommends that a budget
adjustment from reimbursed funds from the bond proceeds of the Wastewater
Improvement Project be transferred to the Water and Sewer Fund to be used for
water main replacement.
NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF
THE CITY OF FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas
hereby approves the budget adjustment attached as Exhibit "A" in the amount of
$1,500,000.00 from a reimbursement of bond proceeds from the Wastewater
System Improvement Project to the Water and Sewer Fund for water main
replacement projects in the 2002 Capital Improvement Plan.
PASSED and APPROVED this the 7th day of May, 2002.
APPROVED:
By:
DAN COODY, M9or
STANDARD AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
Project No. 02/26
This is an agreement made as of , 20_, between the City of
Fayetteville, hereinafter called "Owner" and/or "City" and Garver Engineers, hereinafter called the
"Engineer".
The Owner intends to make improvements to water lines and appurtenances at various locations in
Fayetteville, Arkansas. The Engineer will provide engineering and surveying services to allow for
these improvements.
The Owner and the Engineer in consideration of the mutual covenants in this contract agree in
respect of the performance of professional engineering and surveying services by the Engineer and
the payment for those services by Owner as set forth below.
SECTION 1- EMPLOYMENT OF THE ENGINEER
The Owner agrees to employ the Engineer, and the Engineer agrees to perform professional engineering
and surveying services in connection with the proposed improvements as stated in the sections to
follow. For having rendered such services, the Owner agrees to pay the Engineer compensation as
stated in the sections to follow. All of the engineering and surveying services will be supplied by the
Engineer's personnel or personnel under subcontract to the Engineer, as approved by the Owner.
SECTION 2- SCOPE OF SERVICES
2.1 General
Generally, the scope of services includes surveying, design, preparation of property acquisition
documents, bidding services, and construction support services for improvements to various water lines
in Fayetteville. Under this agreement, the City will furnish schematic plans drawn on City mapping for
the sections of water lines designated for replacement/improvement. The City will indicate the type and
extent of improvements to be designed. The Engineer will accomplish services related to each water
line improvement in accordance with task orders negotiated by the City and the Engineer and approved
by the Mayor. Each task order will include a specific scope of work and more clearly define the general
scope of work elements described below, as appropriate.
The project will be designed to meet water standards in accordance with the Owner's Water and other
related Standards.
2.2 Surveys
The Engineer shall provide all field survey data from field work for designing the project, and this
survey shall be tied to the Owner's control network.
Water Line Improvements 1 of 7 0206-6500
The Engineer will conduct field surveys consisting of cross sections at intervals and for distances each
side of the existing water line as appropriate for modeling the existing ground, including locations of
any pertinent features or improvements between sections, along the designated route. Buildings and
other structures, streets, drainage features, trees over eight inches in diameter, visible utilities as well as
those underground utilities marked by their owners and/or representatives, and any other pertinent
topographic features that may be present on the route, will be located. Control points will be
established for use during construction.
The Engineer will obtain property record research from an abstractor under a subconsultant
agreement with the Engineer.
2.3 Geotechnical Services
The Engineer will be responsible for obtaining, interpreting, and evaluating geotechnical data
necessary for the design of this project. The Engineer will subcontract with Grubbs, Hoskyn, Barton
& Wyatt for geotechnical work as appropriate.
2.4 Coordination
The Engineer will furnish plans to all known utility owners potentially affected by the project at each
stage of development. The Engineer shall conduct coordination meetings among all known affected
utility owners to enable them to coordinate efforts for any necessary utility relocations.
The Engineer shall also attend coordination meetings with the Owner and others as required. The
Engineer will prepare exhibits for these meetings when appropriate.
2.5 Preliminary Design
The preliminary design phase submittal will include preliminary typical sections, plan and profile
sheets, right-of-way requirements, and an opinion of probable construction cost. The preliminary
design phase will represent approximately 60 percent of final construction contract plans. This
submittal will not include technical specifications or "front end" contract documents. The Engineer
will not begin final design until the preliminary design is approved by the Owner in writing. The
Engineer will furnish three sets of Preliminary Plans to the Owner and one set to each potentially
affected utility company.
2.6 Final Design
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, opinion of probable construction cost, make final field inspection with Owner, make any
needed plan changes as a result of the final field inspection and/or special easement acquisition
considerations, and all other work required to advertise for bids. Unless the Owner prefers and provides
a specific construction contract, the Engineer will furnish an industry standard construction contract
form for review by the City Attorney. The Owner will furnish standard technical specifications for
water line construction for incorporation into the construction contract documents.
The final design submission for the construction contract shall consist of the following:
1. Three sets of final plans, contract documents, and specifications.
2. One set of final plans, contract documents, and specifications to each potentially affected
utility company.
3. The originals of all drawings, specifications, and contract documents.
4. Opinion of probable construction cost.
Water Line Improvements 2 of 7 0206-6500
2.7 Property Acquisition Documents
The Engineer shall provide mapping as required for preparing Right-of-Way/Easement acquisition
documents for the Owner's use in acquiring the property. Documentation will include a key map
showing all affected properties and an individual tract map with description of temporary and
permanent acquisition for each property.
2.8 Bidding Services
During the bidding phase of the project, the Engineer will dispense construction contract documents to
prospective bidders (at the approximate cost of reproduction and handling), support the contract
documents by preparing addenda as appropriate, participate in a pre -bid meeting if necessary, attend the
bid opening, prepare bid tabulation, evaluate bids, recommend award, prepare construction contracts,
and issue a Notice to Proceed letter to the Contractor.
2.9 Construction Support Services
During the construction phase of work, the Engineer will accomplish the following:
1. Review the Contractor's progress payment requests based on the actual quantities of contract
items completed and accepted, and will make a recommendation to the Owner regarding
payment.
2. Attend progress/coordination meetings with the Owner/Contractor.
3. Attend preconstruction meeting.
4. Prepare for and attend utilities coordination meeting.
5. Evaluate and respond to construction material submittals and shop drawings.
6. Prepare record drawings.
7. Provide part-time resident construction observation services for the construction contract
performance time.
8. Provide survey crew time for field checking quantities, contractor's layout, etc.
In performing construction observation services, the Engineer will endeavor to protect the Owner
against defects and deficiencies in the work of the Contractor(s); but the Engineer cannot guarantee the
performance of the Contractor(s), nor be responsible for the actual supervision of construction
operations or for the safety measures that the Contractor(s) takes or should take. However, if at any
time during construction the Engineer observes that the Contractor's work does not comply with the
construction contract documents, the Engineer will immediately notify the Contractor of such non-
compliance and instruct him to correct the deficiency and/or stop work, as appropriate for the
situation. The Engineer will also record the observance, the discussion, and the actions taken. If the
Contractor continues without satisfactory corrective action, the Engineer will notify the Owner
immediately, so that appropriate action under the Owner's contract with the Contractor can be taken.
2.10 Extra Work
The following items are not included under this agreement but will be considered as extra work:
1. Design of any utilities relocation other than water lines and appurtenances.
2. Payment of agency review or permitting fees or newspaper advertisement fees.
3. Construction materials testing.
4. Wetlands identification or mitigation plans or other work related to environmentally or
historically signifcant items.
Water Line Improvements 3 of 7 0206-6500
2.11 Schedule
The Engineer shall begin work under this Agreement within ten (10) days of a Notice to Proceed and
shall complete the work in accordance with a schedule mutually agreeable to the Owner and the
Engineer.
SECTION 3- PAYMENT
For the work described under SECTION 2 - SCOPE OF SERVICES (except as may be modified for
additional services required), the Owner shall pay the Engineer on an hourly basis. The Engineer will
accomplish professional engineering and surveying services at the unburdened salary rates in effect
for the Engineer's personnel during the performance of the contract, multiplied by a 3.00 markup for
direct and indirect overhead and profit. In addition, reimbursable expenses, including, but not
limited to, printing, reproduction, and travel will be billed. The total amount paid to the Engineer
under this agreement will not exceed $275,000 without a written amendment approved by the Owner.
For informational purposes, a breakdown of the Engineer's approximate hourly costs is included in
Appendix A with approximate current hourly rates for each employee classification.
Payment will be made by the Owner on a monthly basis, based upon statements submitted by the
Engineer to the Owner for the actual expenses incurred by the Engineer directly related to the scope
of services described in this agreement.
SECTION 4- OWNER'S RESPONSIBILITIES
In connection with the project, the Owner's responsibilities shall include, but not be limited to, the
following:
I. Giving thorough consideration to all documents presented by the Engineer and informing the
Engineer of all decisions within a reasonable time so as not to delay the work of the Engineer.
2. Making provision for the employees of the Engineer to enter public and private lands as
required for the Engineer to perform necessary preliminary investigations.
3. Furnishing the Engineer with as -built plans, aerial mapping, etc.
SECTION 5- MISCELLANEOUS
5.1 Instruments of Service
The Engineer's instruments of service provided by this agreement consist of the printed hard copy
reports, drawings, and specifications issued for the Assignment or Project; whereas electronic media,
including CADD files, are tools for their preparation. As a convenience to the Owner, the Engineer
will furnish to the Owner both printed hard copies and electronic media. In the event of a conflict in
their content, however, the printed hard copies shall take precedence over the electronic media.
The Engineer's electronic media are furnished without guarantee of compatibility with the Owner's
software or hardware, and the Engineer's sole responsibility for the electronic media is to furnish a
replacement for defective disks within thirty (30) days after delivery to the Owner.
Water Line Improvements 4 of 7 0206-6500
The Owner is granted ownership of the printed hard copy drawings and specifications and the
electronic media but agrees they will only be used in the operation and maintenance of the Project or
Assignment for which they were provided. Use of these materials for modification, extension, or
expansion of this Project or on any other project, unless under the direction of the Engineer, shall be
without liability to the Engineer and the Engineer's consultants.
Because data stored in electronic media form can be altered, either intentionally or unintentionally,
by transcription, machine error, environmental factors, or by operators, it is agreed that the Owner
shall indemnify, defend, save harmless the Engineer, the Engineer's consultants, and the officers and
employees of any of them from and against any and all claims, liabilities, damages, losses, and costs,
including but not limited to costs of defense, arising out of changes or modifications to the data in
electronic media form in the Owner's possession or released to others by the Owner and for any use
of the electronic media and printed hard copy drawings and specifications outside the license granted
by this provision.
5.2 Opinions of Cost
Since the Engineer has no control over the cost of labor, materials, equipment, or services furnished
by others, or over the Contractor(s)' methods of determining prices, or over competitive bidding or
market conditions, the Engineer's Estimates of Project Costs and Construction Costs provided for
herein are to be made on the basis of the Engineer's experience and qualifications and represent the
Engineer's best judgment as an experienced and qualified professional engineer, familiar with the
construction industry; but the Engineer cannot and does not guarantee that proposals, bids or actual
Total Project or Construction Costs will not vary from estimates prepared by the Engineer.
The Owner understands that the construction cost estimates developed by the Engineer do not establish
a limit for the construction contract amount. If the actual amount of the low construction bid exceeds
the construction budget established by the Owner, the Engineer will not be required to re -design the
project without additional compensation.
5.3 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. For breach or violation of
this warranty, the Owner shall have the right to annul this contract without liability.
5.4 Claims and Liability
The Engineer shall save harmless the Owner from all claim and liability due to its (the Engineer's)
activities, or those subcontractors, its agents, or its employees during the time this contract is in
force.
5.4 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.
5.5 Engineer's Endorsement
The Engineer shall endorse and recommend all plans, specifications, estimates, and engineering data
provided under this agreement. All design shall be checked in accordance with accepted engineering
practices. All plan quantities shall be checked and verified.
Water Line Improvements 5 of 7 0206-6500
5.6 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
without a formal contract amendment approved by the Mayor and the City Council in advance of the
change in scope, price, or fees.
Any claim by the Engineer for adjustment under this clause must be asserted within thirty (30) days
from the date of receipt by the Engineer of the notification of 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.
SECTION 6- CONTROL OF SERVICES
This is an Arkansas Contract and in the event of a dispute concerning a question of fact in connection
with the provisions of this contract which cannot be disposed of by mutual agreement between the
Owner and Engineer, the matter shall be resolved in accordance with the Laws of the State of
Arkansas.
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.
This Agreement may be terminated by either party by seven (7) days written notice in the event of
substantial failure to perform in accordance with the terms hereof by the one (1) party through no
fault to the other party. If this Agreement is so terminated, the Engineer shall be paid for the time
and materials expended to accomplish the services performed to date, as provided in SECTION III -
PAYMENT; however, the Engineer may be required to furnish an accounting of all costs. If the
contract is so terminated, the Engineer shall be paid for his time at the rate of 3.00 times the actual
salary costs paid to his employees working on the project, and the actual costs of materials and
subcontractor costs expended.
This Agreement may be terminated for the convenience of the Owner, upon the delivery of written
notice to the Engineer. If the contract is so terminated, the Engineer shall be paid for his time at the
rate of 3.00 times the actual salary costs paid to the Engineer's employees working on the project, and
the actual costs of materials and subcontractor costs expended.
Should the Onwer, for any reason whatsoever, decide to cancel or to terminate the use of the Engineer's
service, the Owner will give written notice thereof to the Engineer who will immediately terminate the
work. If the Onwer 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.
Water Line Improvements 6 of 7 0206-6500
SECTION 7- SUCCESSORS AND ASSIGNS
The Owner and the Engineer each bind himself and his successors, executors, administrators, and
assigns of such other party, in respect to all covenants of this Agreement; except as above, neither the
Owner nor the Engineer shall assign, sublet, or transfer their interest in this agreement without the
written consent of the other. Nothing herein shall be construed as creating any personal liability on the
part of any officer or agent of any public body which may be a party hereto.
IN TESTIMONY OF WHICH, this instrument has been executed on behalf of the above named
Engineer, and has been executed on behalf of the Owner, in two (2) counterparts, each of equal force,
on the day and year first above written.
OWNER
CITY OF FAYETTEVILLE
By:
Title:
ATTEST: _
ENGINEER
GARVER ENGINEERS
r
By:
£osMns, (i6r'u'1
Vice President
ATTEST:
Water Line Improvements 7 of 7 0206-6500
Appendix A
Garver Hourly Rate Schedule
Classification
Regular
Senior Project Manager
$
125.00
Project Manager
$
105.00
Senior Project Engineer
$
85.00
Project Landscape Architect
$
76.00
Project Engineer
$
82.00
Senior Design Engineer
$
77.00
Sr. Construction Engineer
$
69.00
Construction Engineer
$
60.00
Design Engineer/Designer
$
62.00
Environmental Scientist
$
73.00
CADD Administrator
$
77.00
Senior CADD Technician
$
62.00
Automation & Control Specialist
$
91.00
CADD Technician
$
54.00
Senior Construction Observer
$
66.00
Construction Observer
$
50.00
Survey Coordinator
$
60.00
Party Chief
$
55.00
Instrument Man
$
33.00
Rodman
$
29.00
Clerical
$
38.00
Project Surveyor
$
70.00
2 -Man Crew (Survey)
$
125.00
3 -Man Crew (Survey)
$
150.00
2 -Man Crew (GPS Survey)
$
140.00
3 -Man Crew (GPS Survey)
$
175.00
Note: These rates are subject to change October 1, 2002.
r
City of Fayetteville, Arkansas
Budget Adjustment Form
Res. 78-02
Budget Year
2002
Public Works Date Requested
Water & Sewer Maintenance 04/18/2002
Capital Water Mains
• Project or Item Requested:
81,500,000 is requested in Water & Sewer
• Fund to fund an accelerated water line
replacement project.
I Justification of this Increase:
The item is requested to address the high
failure line segments.
Account Name
Waterline Improvements
• Account Name
Use of Fund Balance
•
Project or Item Deleted:
Adjustment #
Funding proposed for this adjustment is
from a reimbursement of bond proceeds for
the WSIP.
c''
Justification of this Decrease:
Water & Sewer Fund has sufficient cash &
investments to fund this request and comply
with City policy.
Increase Expense (Decrease Revenue)
Amount Account Number Project Number
1,500,000 5400 5600 5808 00 02125 1
Decrease Expense (Increase Revenue)
Amount Account Number Project Number
1,500,000 5400 0940 4999 99
Approval Signatures
Date
"/
Date
• Department D •:
Budget Office Use Only
Type: A B C E
Date of Approval
Posted to Project Accounting
Entered in Category Log
H:IBUDGE71PROJECTSIBUD ADJWA_2002LICC WLRWK4
City of Fayetteville, Arkansas
Budget Adjustment Form
Res. 78-02
Budget Year
Department:
Public Works
Date Requested
Adjustment #
2002
Division:
Water & Sewer Maintenance
04/18/2002
Program:
Capital Water Mains
?roject or Item Requested:
$1,500,000 is requested in Water & Sewer
Fund to fund an accelerated water line
replacement project.
justification of this Increase:
The item is requested to address the high
failure line segments.
Account Name
Waterline Improvements
Project or Item Deleted:
Funding proposed for this adjustment is
from a reimbursement of bond proceeds for
the WSIP.
ct_i'
Justification of this Decrease:
Water & Sewer Fund has sufficient cash &
investments to fund this request and comply
with City policy.
Increase Expense (Decrease Revenue)
Amount Account Number
1',500,000 5400 5600 5808 00
Decrease Expense (Increase Revenue)
Account Name Amount Account Number
Use of Fund Balance 1,500,000 5400 0940 4999 99
Approval Signatures
'Si
Date
Date
p.pq
Budget Office Use Only
Project Number
02125 1
Project Number
Type: A B C u E
Posted to Project Accounting
Entered in Category Log
H.• 1BUDGE7IPROJEC731BUD ADJ%BA_2002UCC WLRWK4
FAYETTEVILLE
THE CITY OF FAYETTEVLLLE, ARKANSAS
113 W. Mountain St.
Fayetteville, AR 72701
EnSneering Division
To: Dan Coody, Mayor
Thru: Greg Boettcher, Public Works Director
Contract Review
From: Jim Beavers, City Engineer„ &AM"
Date: June 18, 2002
Re: City Council Meeting July 2, 2002.
Water and Sanitary Sewer Committee meeting June 25, 2002.
Proposed engineering services contract with Garver Engineers, Inc for the accelerated
water main replacement project.
Project background. Please refer to:
a. The attached copy of the April 18, 2002 memorandum from Greg Boettcher, P.E., Public
Works Director documenting the need for an accelerated water line replacement program and
method to finance such program.
b. The attached
copy of Resolution
78-02
approved by the City Council on May 7, 2002 to fund
$1,500,000.00 in accelerated water
line
replacements.
Proposed engineering services contract.
Based upon State law and City policy, a formal engineering selection committee selected the firm
of Garver Engineers to negotiate an engineering services contract for the water line replacement
program.
The contract will permit individual task orders for water line segments as defined by the City,
negotiated by City staff and authorized by the Mayor.
Staff recommends that the City Council approve the engineering services contract with Garver
Engineers in the not -to -exceed amount of $275,000.00.
enclosures:
1. Engineering contract
2. Memorandum dated April 18, 2002
3. Resolution 78-02 approved May 7, 2002
Page 1 of 1
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
113 W. Mountain St.
Fayetteville, AR 72701
Engineering Division
To: Dan Coody, Mayor
Thru: Greg Boettcher, Public Works Director
Contract Review
From: Jim Beavers, City Engineer. /.g/4ti
Date: June 18, 2002
Re: City Council Meeting July 2, 2002.
Water and Sanitary Sewer Committee meeting June 25, 2002.
Proposed engineering services contract with Garver Engineers, Inc for the accelerated
water main replacement project.
Project background. Please refer to:
a. The attached copy of the April 18, 2002 memorandum from Greg Boettcher, P.E., Public
Works Director documenting the need for an accelerated water line replacement program and
method to finance such program.
b. The attached copy of Resolution 78-02 approved by the City Council on May 7, 2002 to fund
$1,500,000.00 in accelerated water line replacements.
Proposed engineering services contract.
Based upon State law and City policy, a formal engineering selection committee selected the firm
of Garver Engineers to negotiate an engineering services contract for the water line replacement
program.
The contract will permit individual task orders for water line segments as defined by the City,
negotiated by City staff and authorized by the Mayor.
Staff recommends that the City Council approve the engineering services contract with Garver
Engineers in the not -to -exceed amount of $275,000.00.
enclosures:
1. Engineering contract
2. Memorandum dated April 18, 2002
3. Resolution 78-02 approved May 7, 2002
Page 1 of 1
STAFF REVIEW FORM
x AGENDA REQUEST
x CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of July 2. 2002
FROM:
Jim Beavers Engineering Public Works
Name Division Department
ACTION REQUIRED:
Approval of a resolution awarding an engineering contract to Garver Engineers in the not -to -
exceed amount of $275,000.00 to provide engineering services for the accelerated waterline
replacement project.
COST TO CITY:
$ 275,000.00
Cost ot this Request
5400-5600-5809.-00
ccount Number
02125-0010
Project Number
$1,500,000.00
Category/Project Budget 2002
'.1
$1,500,000.00
RemammgBaalance 2002
BUDREVIEW: � x Budgeted Item
Budget anger
CONTRACT/GRANT/LEASE REVIEW:
Purchasing Officer Date
STAFF RECOMMENDATION: Approval
Waterline replacements
Category/ProjectName
Program
Wateram improvements
rogram Name
Water/Sewer fund
Fund
Budget Adjustment Attached
Administrative Services Director
GRANTING AGENCY:
ADA Coordinator Date
rant Coordinator Date
!.✓F.� X6-19-02
Di on ea ate
Cross Reference
New Item: Yes_ No x
Prev Ord/Res #: 78-02
to provide the $1,500,000 funding
Orig Contract Date:_
Orig Contract No: _
STAFF REVIEW FORM
Description Accelerated Water Line Renlacements - City wide
Meeting Date July 2.2002
Comments:
Accounting Manager
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
Grant Coordinator
Reference Comments:
Page 2
/i�U4nLt copy a
STAFF REVIEW FORM oT;9,� 4
x AGENDA REQUEST �^9 1 a^d It��
x CONTRACT REVIEW S;yva�v<a5
_ GRANT REVIEW cT h3.
For the Fayetteville City Council meeting of July 2. 2002
4.
Jim Beavers Engineering Public Works
Name Division Department
ACTION REQUIRED:
Approval of a resolution awarding an engineering contract to Garver Engineers in the not -to -
exceed amount of $275,000.00 to provide engineering services for the accelerated waterline
replacement project.
COST TO CITY:
$ 275,000.00 S1,500.000.00 Waterline replacements
Cost ot this Request Category/ProjectBudget2002 Category/Project ei goryy/Prolecr ame
5400-5600-5803-00 $0 Water improvements
Account Number Funds Used 1 ooDate 2602— Program Name
02125-0010 $1,500,000.00 Water/Sewer fund
Project Number Remaining a ance 2002-- Fund
BUDGET REVIEW: x Budgeted Item _ Budget Adjustment Attached
Budget Manager Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
Accounting Manager Date
City Attorney Date
Purchasing Officer Date
STAFF RECOMMENDATION: Approval
GRANTING AGENCY:
Internal u itor Date
Grant Coordmator Date
C1
✓eN aG-�9-o2
Bt ston ea ante
Department Director Date
Admmistrative Services Director Date
Mayor Date
Cross Reference
New Item: Yes_ No x
Prev Ord/Res #: 78-02
to provide the $1 50T000 funding
Orig Contract Date:_
Orig Contract No:
S
STAFF REVIEW FORM
Description Accelerated Water Line Replacements - City wide
Meeting Date July 2, 2002
Comments:
Budget Manager
Accounting Manager
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
Grant Coordinator
Reference Comments:
STAFF REVIEW FORM
x AGENDA REQUEST
x CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of.J1y22002t
FROM:
Jim Beavers Engineering Public Works
Name Division Department
ACTION REQUIRED:
Approval of a resolution awarding an engineering contract to Garver Engineers in the not -to -
exceed amount of $275,000.00 to provide engineering services for the accelerated waterline
replacement progject.
COST TO CITY:
$ 275,000.00 1,500,000.00 Waterline replacements
Cost t this Request Category/Project Bur et 2002 Category/Project Name
5400-5600-5803-00 $0 Water improvements
Account Number Funds Used To Date 2002 Program Name
02125-0010 $1,500,000.00 Water/Sewer fund
Project Number Remaining Balance 2002 Fund
BUDGET REVIEW: x Budgeted Item _ Budget Adjustment Attached
Budget Manager Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY:
Accounting Manager Date Internal Auditor Date
City Attorney — Date Coordinator Date
Purchasing Officer Date Grant Coordinator Date
STAFF RECOMMENDATION: Approval
Division Head Date
Department Director Date
Administrative Services Director Date
Mayor Date
Cross Reference
New Item: Yes x No_
Prev Ord/Res #:
Orig Contract Date:_
Orig Contract No:
010 03 City f Fayetteville 7/08/2002
update �ndex Maintenance ` 16:51:53
Document Item Action
Reference Date Ref. Taken Brief Description
RES 7022002 101 WATERLINE REPLACEMENT PROJECT
Enter Keywords........: RES. 101-02
CONTRACT
$275,000.00
GARVER ENGINEERS
ACCELERATED
WATERLINE
REPLACEMENT
PROJECT
File Reference #......: MICROFILM
Security Class........: Retention Type:
Expiration Date.......: **** Active ****
Date for Cont/Referred:
Name Referred to......:
Cmdl-Return cmd8-Retention Cmd4-Delete Cmd3-End Press 'ENTER' to Continue
Cmd5-Abstract Yes No (c) 1986-1992 Munimetrix Systems Corp.
FAYETTEVItLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Jim Beavers, City Engineer
From: Heather Woodruff, City Clerk
Date: July 5, 2002
Please find enclosed a copy of Resolution No. 101-02 and a copy of the contract awarded to
Garver Engineers for engineering services relating to the accelerated waterline replacement
project. The original will microfilmed and filed with the City Clerk.
cc: Nancy Smith, Internal Audit
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
113 W. Mountain St.
Fayetteville, AR 72701
Engineering Division
TO: Heather Woodruff, City Clerk
FROM: Jim Beavers, City Engineer 4, 4,s
DATE: July 8, 2002
RE: Resolution 101-02
Garver Engineers
Accelerated water line replacement program
Please fmd enclosed four additional original contracts (received July 5) for the Mayor's
signature and your attest.
Please keep one of these new originals as your official copy and return the previously signed
original and the remaining three new originals to my office.
Thank you.
•
STAFF REVIEW FORM
AGENDA REQUEST
X CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of MAYOR'S APPROVAL
FROM:
.-a-o3
Ron Petrie
Engineering
CPE Services
Name
Division
Department
ACTION REQUIRED:
1. Mayor approval of Work Order
No. I of the Accelerated Waterline
Replacement Engineering
Contract in the amount of $66,725.00
with Garver Engineers.
COST TO CITY:
$ 0.00
$1,500,000.00
Waterline Replacements
Cost of this Request
Category?Project Budget 2663
Category/Project Name
5400-5600-5808-00
$ 275,000.00
Water/Sewer Improv.
Account Number
Funds Used To Date 2663
Program Name
02125-0010
$1,225,000.00
Water/Sewer Fund
Project Number
Remaining Balance 2663
Fund
BUDG7 RE\ EW: X Budgeted Item Budget Adjustment Attached
y"
Budget ana
Finance and Internal
Services Director
CONTRACT/GRANT/LEASE REVIEW:
Accounting ger Date
L 3 d 3
City Attorney Date
GRANTING AGENCY:
Internal A,41tor Date
ADA Coordinator Date
Purchasing Officer Date Grant Coordinator Date
•
STAFF RECOMMENDATION: Approval of the action listed above.
Div ion Head Date Cross Reference
Department Director Date
New Item: Yes_ No X
Prev Ord/Res #:101-02
Finance and Internal Services Director Date: July 2, 2002
Orig Contract Date: July 2, 2002
Orig Contract No: 850
STAFF REVIEW FORM
Description Work Order No. 1 — Accelerated Waterline Replacement
Meeting Date N/A
Comments:
Budget Manager
Accounting Manager
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
Grant Coordinator
Reference Comments:
P
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
113 W. Mountain St.
Fayetteville, AR 72701
Telephone: 501-575-8206
ENGINEERING DIVISION CORRESPONDENCE
I. • -
C . •r.
TO: Mayor Dan Coody, Greg Bo ttchQer, Hugh Earnest, Tim Conklin
THRU: Jim Beavers, City Engineer s 9 . I : ti
FROM: Ron Petrie, Staff Engineer °'•' °
DATE: January 22, 2003 '
SUBJECT: Accelerated Waterline Replacement Engineering Contract
Work Order No. 1
On May 7, 2002, the City Council approved $1,500,000.00 in funding for the Accelerated Water
Main •Replacement Program. In addition, the City Council approved an Engineering Contract for
the Accelerated Waterline Replacement Program on July 2, 2002 with Garver Engineers in the
amount of $275,000.00. The Engineering Contract that was approved by the City Council
allowed individual Work Orders to be negotiated by City Staff and authorized by the Mayor.
The Water/Sewer Superintendent, David
Jurgens, has prioritized
the areas
that
are in need of
improvements and has included two areas in Work Order No. 1.
The first
area
is located
northeast of the new Huntsville Road/Sixth Street intersection and involves the replacement of
the water mains on Mashburn, Blair, and Lyton Avenues. The second area is located to the east
of North College Avenue, to the south of North Street and to the north of Prospect Street and
involves the replacement of the water mains on Cleburn Street, Fritz Drive, Fritz Court, and
Rush Drive. Vicinity Maps for the two areas are attached for reference.
The final costs to the City will be based upon actual costs as documented by Garver Engineers
and subject to review by the City with a maximum -not -to -exceed cost of $66;725.00 for the
design, bidding, and construction observation phases of this project.
Enclosures:
Staff Review Form
Vicinity Map
Copy of Resolution 101-02
Copy of Purchase Order No. 02-0002582-001
Work Order No. 1 Contract (3 originals)
hi' LaserJet 3100; • 4795758241; 15 -Jul -02 9:24AM'; Page 1/2
• (n�) Cac# # 860
G7arVer E do
RESOLUTION NO. 101-02
A RESOLUTION AWARDING A CONTRACT IN AN AMOUNT
NOT TO EXCEED TWO HUNDRED SEVENTY-FIVE THOUSAND
DOLLARS ($275,000.00) TO GARVER ENGINEERS FOR
ENGINEERING SERVICES RELATING TO THE ACCELERATED
WATERLINE REPLACEMENT PROJECT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY. OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of Fayetteville, Arkansas, hereby awards a
contract in an amount not to exceed Two Hundred Seventy -Five Thousand
Dollars ($275,000.00) to Garver Engineers for engineering services relating to the
Accelerated Waterline Replacement Project. A copy of which, marked Exhibit
"A" is attached hereto and made a part hereof.
PASSED and APPROVED this 2^d day of July, 2002.
APPROVED
By:
DAN CO DY, May
Iv O
�rr�&
c
(��. i. S
PMG�3cmw OO RDD ER
FAYETTEVILLE
VENDOR NO. 52650
Garver Engineers
3810 Front St Ste 10
Fayetteville AR 72703
Each Package Must Be Marked
Exactly As Shown Here
City of Fayetteville, Arkansas
DATE
7/19/02
FOB Fyv
PURCHASE ORDER #
02-0002582-001
TERMS
NET 30 DAY
Unit
Oty. of
Description and
Account Number
Unit Price TOTALS
Issue
1.-00 JOB a)
Eng Contract for the Accelerated 275000.00 275000.00
Water Line Replacements
Resolution #101-02 Contract
#850
5400.5600.5808.00 02125 10
$275000.00
SHIP TO: Engineering/Drafting
CITY OF FAYETTEVILLE
• 125W MOUNTAIN ST
Sales Tax Total:
FAYETTEVILLE
AR 72701
Beavers, J
Purchase Order Total: 275000.00
CONDITIONS
1. Send Itemized invoice In duplicate to:
3. No substitutions without prim approval.
6. F.O.B. Fayettawlle.unless otherwise agreed
Accounts Payable.
upon. No extra for packing and delivery will
City of Fayetteville
4. Discounts effective to 10th of following month,
be allowed
113 West Mountain
Fayettevllle, AR 72701
5. Orders must be shipped in full unless
d 7. NO C.O.D. ORDERS.
otherwise notified.
2. Mark all packages with P.O. number
8. Pre -pay freight and add to Invoice. Ship
as shown above. All orders must be
to 113 W. Mountain St., Rear Entrance,
a.-'paledby a slip,
- unless otherwise specified.
quantity shipped and P.O. number.
P.O.
i(\.l'I4i"ynj/[_V
PURCHASING AGENT
VENDOR COPY
City of Fayetteville
Accelerated Waterline Replacement
Work Order No. 1
Date:
Issued by:
Mayor Dan Coody
City of Fayetteville
To: Garver Engineers, LLC
3810 Front St, Suite 10
Fayetteville, AR 72703
Ph e 479-527- 100; ax 479- 7-9101
Accepted by:
Br ck Hoskins, PE, ice Presi en
This work order incorporates, by reference, the agreement between the City of Fayetteville and
Garver Engineers, LLC dated July 2, 2002 related to water line replacements and/or improvements.
Proposed Improvements
Area No. I is located in the vicinity of Rush Drive, Fritz Street, Fritz Court, Clebum Street, and
Prospect Street. This project involves the replacement of 6", 8", and 12" waterline along the streets
listed, in accordance with the sketches provided by the City.
Area No. 2 is located in the vicinity of Lytton, Blair and Mashburn Streets and Huntsville Road. This
project involves the replacement of 6", 8", and 12" waterline along the streets listed, in accordance
with the sketches provided by the City.
Scope of Services
Garver will provide the following scope of services for each of the areas listed above. The scope of
work for each phase will be in accordance with the terms of the prime agreement, except as described
differently or in more detail below.
Surveys. Surveys will be accomplished only to locate marked and observable utilities,
including water meters, and any significant potential obstructions to the planned improvements,
such as sanitary sewer and storm sewer facilities. Surveys will be merged with City planimetric
mapping and tied to City control points if available within 1,000 feet of the project site.
The City will provide planimetric mapping to be utilized as a background for the improvements.
Geotechnical Services. No geotechnical work is anticipated.
City of Fayetteville & Work Order No. I
Garver Engineers Page 1 of 2 0296-3500
Coordination. Coordination will be provided as described in the prime agreement. Before this
specific work order is executed, Garver will meet with David Jurgens'and/or other City Staff to
receive and review the City's preliminary sketches and to discuss and develop the scope of work
for the improvements.
Preliminary Design. Preliminary Design will not include profiles for the linework or an
opinion of probable cost. Prior to the submittal of the Preliminary Design to the City, a
representative from Garver will meet with representatives from the City's Water & Sewer
Department to walk the proposed alignments. Garver will then submit the Preliminary Design for
each area.
Final Design. Final Design will not include profiles for the linework. Garver will utilize the
front end documents and applicable technical specifications from the Fayetteville Old Missouri
Road project.
Property Acquisition Documents. No Property Acquisition Documents are anticipated.
Bidding Services. Bidding Services will be provided as described in the prime agreement.
Construction Support Services. Construction observation will be based on an average of 3
hours per day, five days per week, for a 120 calendar day construction contract performance
time. No survey work is anticipated.
Extra Work. No extra work is anticipated
Schedule
Garver will be prepared for an informal review meeting with the City's Water & Sewer Department no
later than fifteen (15) calendar days after receiving the required sketches and written authorization to
proceed with this work order from the City.
Garver will submit the Preliminary Design to the City within fifteen (15) calendar days after receiving
comments from the informal review meeting with the City's Water & Sewer Department.
Upon receipt of comments from the formal review meeting for the Preliminary Plans, Garver will
complete and submit the Final Design within fifteen (15) calendar days.
Bidding Services and Construction Support Services will be accomplished as directed by the City.
Construction Support Services are based on a construction contract performance time of 120 calendar
days.
Fee Arrangement
The Not to Exceed fee for this Work Order No. 1 is $66,725. A detailed breakdown of this estimated
fee is attached.
City of Fayetteville & Work Order No. I
Garver Engineers Page 2 of 2 0296-3500
Accelerated Waterline Replacement
City of Fayetteville
Work Order No. I
Page 1 of 7
FEE SUMMARY
Geotechnical Investigation
Surveys
Preliminary Design
Final Design
Property Acquisition Documents
Bidding Services
Construction Support Services
$0.00
$6,442.53
$15,655.16
$16,277.10
$0.00
$3,553.06
$24,797.66
0
0
§ 0°!
!!|§ .
'IIT
!!|� ..a
; - • -
- !;
. .
\!. ..a
lg; . . .
§` °°
§;
|
� ..;
�..� _„
.
§. ..|
||• - - . . ;
$;_ °C;§ §§ •
/ .
11! .;
!;;|
E. ..;
|. . . !
§ (
( |
-
r -
) zw ,
'Si
. ;|S _ LIM
§( '{!«| §
g|; !e LU Q. a. })kil|!!|s§/
.�
!||. . . . . .!
, .;
. , . , 0
§|, ,, ,,, ! , . . §
!!||` . . . . .;
;
2 . . . . .
Fe f. . . . . 0
* |. . . . . . .|
I! §, .. .. . . . , .|
d §. . . .. . . . : §
, • .,
|. , . . . . . !\k§
/ ,. . . . .§
|. . )as29
\
\||. . . . . .;
§ � \
§ f! ! | |
1O ! III |. ! } f 1w
|
t
kk%� �l��|�})|}| !/§|�|:� !�% § 111 �|!!, !! |!!! ! � § §§ ■!� ! ||!4§ §-!30 !§ .� .! ! ! g=w ! | §
0
•` , .
, , , , , g
,
!!o; ° ° ° ° ° ;
!! •. . C
. . . S.
!
]\|, , , , , 0 ;
°
- . . , , , . F-
! ■, _ :
t |
§ ;
i! {, , , , 0 , ;
\. 0 . . . . ;
L% §, . . . . , 0 . 0
S ° ° \
|� ` | / -
| "
|� . . . , , 0 - )
88888
- ■■■§
, ;
§ , :
-
� i f § � -
�� - § !§ �! / It
I!.]!!`\\ !!!!`§ | !! ! ! | | •!!!r� 2
. .
@
4.
)s |� °
/- �.;
\ o§
;
c!` °;
s ,
:• . , , 0 0,,
/| |≥ ; °
I , o
C
gi≥ °
0•! |≥ ° ;
!!; , , , 00
2$§. 0 0 , 0
Ik- ° ° ° °°|
| °®-
}| .a |!�■
.. °,S
0.
\. ,;
888888
S. ,! Sagga
Coas ° 0 0 0 0 ° r
§ ��23 ° !
E S |
2 ! § f 7§ ;
k ee \!, \
! •! !!_! � !! ° §§ �.
§ f ! k § \ §
I!! ) | ` E � 9/\)GH ! 0 -
kkJ2§ 0.!!0.1 |f .2=!!;,|�. ;0..
. § S
fi . . . ..;
!!||' . . , . .
|. . . , 00
|!||' . . . . .
§• |•.. . . ._)
)| - °
• t . . . . . ;
H . . . 00
fl . , . ..;
If . . . ..;
. - , . . .
!/ |. ......._ . . . .
\ | ° . . ! I !
!I!!• . , . ° ° ;
!f !. __ _ . . . . .
|| . 0 0 . . ;
o
( | I
§ ID
)!
'k !!c| !| \_
!! - ; | |§
-
00m m �E O • §) ! |!! !|| ! ! \ 1§ -!.!lb,�h !
! § A ; ! E
•
' ` . .
. . . ..;
woo •4 , . . . . ;
0 0 . 00
| ;. .. . . ..... ■ ;
\;. . . . ..;
2 . . . ..;
!, , . 0
). , .
I!;. . . . ..;
!!;. 0 0 0 0
,
. p , 0 0 008
V . . . ..§
l;.. . . . ..,.
!. .
. . ;
s|;.s
\!. . . ..§ S
!!f|. 0 0 . 00
Co
• k ( !
o \
_ ` \ !
/ !! I
§ ` ■2; )lil..Z::, ;:, !- .|f!...1.,,, •!tI
!; §I!, !�,�`•.!!e!! u!;]I 0) |) ! ! ) .\!-• ! ,
FAYETTEVILLE
THE CITY OF FAYETTEVILLF, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Ron Petrie
Engineering
From: Clarice Buffalohead-Pearmano
Sr. Secretary
Date: 2/7/2003
Re: Work Order No. 1
Attached please find executed copies of the above work order with Garver Engineers, in the
amount of $66,725.00.
The work order will be microfilmed and filed in the city clerk's office with Res. No. 101-02. If
anything else is needed please let the city clerk's office know.
/cbp
cc: Nancy Smith, Internal Auditor
•
0
/2.O/MO3 .
Ala I
STAFF REVIEW FORM - FINANCIAL OBLIGATION
AGENDA REQUEST
x CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of N/A
FROM:
Sid Norbash Engineering CP& E
Name Division Department
ACTION REQUIRED: Approval of Amendment #1 to Work Order #1 with Garver
Engineers for the Accelerated Waterline Replacement Project, in the amount of $4,700.00.
COST TO CITY:
$4.700.00 $275.000.00 Waterline Replacements
ost of this Request _ CategoryjProject Budget 2003 Program Category/Project Name
BUDGET REVIEW: x Budted Item Budget Adjustment Attached
rth4crx« QQ I(0�
Budget Manager Date
CO RACT/G NT/LEASE REVIEW:
/14/o3 Ui �j.41J J7103
Accoun ' M. ger Date T/3 InyCT,t�I j1 dit 5 D�tC _O3
City Atto ey Date Purchasing Manager Date
STAFF RECOMMENDATION: Approval of the Amendment.
ti,S �6' Received in Mayor's Office S 3
rvislonA ate sate
S— -m3 Cross Reference:
epartment
s Prev Ord/Res#: 101-02
i an rn ervmces erector ate Orig. Contract Date: July 2.2002
G� O Orig. Contract No:850
New Item: Yes_ No X
.C-
STAFF REVIEW FORM
Description Accelerated Waterline Replacement Project Amendment #1 to Work Order #1
Meeting Date N/A
Comments:
1ffq_' . ._
Accounting Manager
Internal Auditor
City Attorney
Finance and Internal Services Director
Chief Administrative Officer
Reference Comments:
S
Garver Engineers. LLC
3810 Front Street, Suite 10
Fayetteville, AR 72703
479-527-9100
FAX 479-527-9101
www.9arverenginee is. corn
March 25, 2003
Mr. Sid Norbash
City of Fayetteville
Engineering Department
113 W. Mountain
Fayetteville, AR 72703
Re: City of Fayetteville Accelerated Waterline Replacements
Work Order No. 1 - Amendment No. 1 (Garver Project No. 0296-3500)
Dear Sid:
In accordance with your request, we are pleased to submit Amendment No. I to work order number
one, dated January 29, 2003, for the City of Fayetteville's Accelerated Waterline Replacements.
Specifically, we understand you want us to accomplish the following items in addition to our original
scope of work in relation to additional waterlines that will be upgraded along Baxter Street:
1. Perform limited topographic surveys for the area along Baxter Street where the existing
waterline will be replaced.
2. Design improvements to the existing waterline along Baxter Street.
3. Incorporate additional items into the construction plans and contract documents.
4. Meet with the City to review the additional improvements.
We propose to
accomplish the additional work represented
by items 1
through 4 for a lump sum fee
increase in our
not -to -exceed fee for work order no. I of
$4,700. A
breakdown of the Engineer's
estimated costs
is included in Appendix A.
We
are
available to meet with you to discuss
this proposed amendment at your convenience. Please
call
me
if you have any questions. Thank you.
Respectfully,
VER N ERS Approved by:
Title:
rock Hos ns, P.E.
Vice President / Project Manager Date:
Brentwood, TN • Fayetteville, AR • Huntsville, AL • Little Rock, AR • Madison. MS • Topeka, KS • Tulsa, OK
APPENDIX A
CITY OF FAYETTEVILLE
ACCELERATED WATERLINES - AMENDMENT NO. I
FEE SUMMARY
Surveys
Design
$1,485.00
$3,215.00
Lump Sum Fee $4,700.00
.
.
!!|!
.
.
!
|.
.
.
!!!
•
.
!
!
2?
,
.
|
|.
.
.
.
.
!§||
.
.
.
.
§
|.
.
.
d
),
..
.
,
,
!!.
,
.
I.
|
; .
.
.
\
)�
.
.
!d).
.
.
§
)
,
Jim
og
4.
08
01
02
88•
8' |
.!
|2|!;!!
w
z
UI
z
>� 0
c0z !|/!
k§7
\ 1!§ |I,-|
. . .
. ■
!| |. . . , , .;
!!|;. . . . . .;
!�|. . . . .
|!!� . . . . .;
! ;
. . . . .
||. . . . . .|
|
|||. . . . . .;
Hi_ . . . , .;
h |� . . . . .;
H |.
t |.C e 0 0, |
"4 . . . . .;
. . | (k
.:
|N|, . . . . .;
|. , 888888■
. ; t�;!■,;
|!|. . . . . .o
I
`iii i I I �!
| °
HP Laseruet a,uu, 4'9a/p8241; 15 -Jul -02 9:24AM, Page 1/2
6nr Vet �►�
RESOLUTION NO. 101-02
A RESOLUTION AWARDING A CONTRACT IN AN AMOUNT
NOT TO EXCEED TWO HUNDRED SEVENTY-FIVE THOUSAND
DOLLARS ($275,000.00) TO GARVER ENGINEERS FOR
ENGINEERING SERVICES RELATING TO THE ACCELERATED
WATERLINE REPLACEMENT PROJECT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY. OF
FAYETTEVILLE, ARKANSAS: ,
Section 1. That the City Council of Fayetteville, Arkansas, hereby awards a
contract in an amount not to exceed Two Hundred Seventy -Five Thousand
Dollars ($275,000.00) to Garver Engineers for engineering services relating to the
Accelerated Waterline Replacement Project. A copy of which, marked Exhibit
"A" is attached hereto and made a part hereof.
PASSED and APPROVED this 2^d day of July, 2002.
f
By: ::v
DAN COOD?, May
- —
O
P��x
r+ !)
Apr -25-03 03:39P Gar or Inc. Fayetteville 50 027-9101 P.02
p y fWl`N$ UN
u.DYUN •V w` L� Q ! hic
IWNI:AN AVEUUNI .v1 �O b
•IIYr PIT[ r AV N
Il_x?E"
a [I
y *XITMY rA AYC r, 71W
AxNur..D ,—�
01 i UNNI NUIT UNNLN'iIIT
II
Ave"•.... - n.1u�
v AVI { ...f....X ... N f'Ji1fL 111
1rtcc 'r
ir
+', �' Wly AK . WI,'' AVI II' T
AKl a� II
` Ir jI y "IL
�❑ \CMMII ❑u❑❑ ___ f ❑ VANU INII AN
i n^I�u.,,un^I
n z t r.•YW I { 1---r4..J
a Av[S � ^ ___
IM:IItiI �� I-
I,. .Y TI YA.( y
II1. N ii Y t�
❑c omarx Yr AVC $≥ a r.Mrn. rXOY {� ,y i I
^ YM:N ur _'i____
^ v Ur o I, I11 ❑ ❑ UwcH R __ ❑ AK 1 I�
" r r l IYH y rn S VAY AAArr
❑ U IUHIN ❑ x �M
2 I.5 •VI aQO UYI I11I 4r AK �OO❑ � 11IA ANU 1' D
__ p
aAN i ii mV a❑❑ f U XV.XLAND O wVl ,v IOILAR IA
7i w �❑ r�4p n mnT Avr M [r. r. a C ��
•� µu n N wA$NmcrDY •N y rI
`yY r A\NIN ON r r
^ . m
S J N11 I -
y O WILLOW r r AVE ❑ s ❑� wlupw U AN y'
=�$cS
"-4/
N WINIIT � N T1111L➢G^ IVAINIII .N m
a [, ❑ i.r � 100 r
N. IN r4 AVf
n r
c Q
ILCTCHER AVC ' r•
1 W ILr r� U
' O C/YYI 1Y[ N a rALUN _ DWD
DNI4WDW WV n� G Y
i Av c 3 e T.uf.LC OD AVE m ' 4 ^ `
W :MYI INI tV \n W ^ T I
ur Af C a" L UN
N iUN
^ N JAIN'iDN Wlj N
vb WIAiI CY PD z
r
r 1
01
yQ oIfl
om zO.
z a
•
STAFF REVIEW FORM
AGENDA REQUEST
X CONTRACT REvmw MICR0FILMEI?_a7_03
GRANT REVIEW
For the Fayetteville City Council meeting of MAYOR'S APPROVAL
FROM:
Ron Petrie
Name
ACTION REQUIRED:
Engineering CPE Services
Division Department
1. Mayor approval of Work Order No. 1 of the Accelerated Waterline Replacement Engineering
Contract in the amount of $66,725.00 with Garver Engineers.
COST TO CITY:
$OOO
oxststofthis Request
5400-5600-5808-00
Account Ninnber
1,500,000,00
Zateg�groject Budget 2003
275,000.00
Funds Used ToDate 2663
Waterline Replacements
Category/Project Name
Water/Sewer Im rov.
Program are
02125-0010 $1,225,000.00 Water/Sewer Fund
Project Nimter Remaining Balance 2003 Fund
BUD RE W: X Budgeted Item
get
CO RACT/GRANT/LEASE REVIEW:
Accounting meager Date
Z 3 d 3
City Attorney Date
Purchasing Officer Date
_ Budget Adjustment Attached
Finance and Internal Services Director
N
STAFF RECOMMENDATION: Approval of the action listed above.
Di ' ion Head Date
Department Director Date
Finance and Internal Services Director
Cross Reference
New Item: Yes_ No X
Prev Ord/Res #: 101-02
Date: July 2.2002
Orig Contract Date: July 2, 2002
Orig Contract No: $50
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDEN
To: Dan Coody, Mayor
Thru: Hugh Earnest, CAO
Tim Conklin, Director CP&E
Gary Coover, City Engineer
From: Sid Norbash, Staff Engineer
Date: May, 15, 2003
Re: Accelerated Waterline Replacements Project
Amendment #1 to the Work Order #1 Contract
With Garver Engineers
Background:
The above referenced project is part of an ongoing Capital
Improvement Project, which was approved by the City Council in
2002. The, purpose of this project is to replace old and leaky water
mains. The existing W.O. #1 contract with Garver is in the amount
of $66,725.00, and will be $71,425.00 after this Amendment is
approved.
Status;
Garver Engineers are under contract with the City of Fayetteville
to design the first phase of the replacements. For this contract
there are eight water mains to be replaced at this time.
Change of Scope:
Per David Jurgens' request the scope of this project is being
changed to include an additional water main replacement located on
Baxter Lane (please refer to attached map).
Recommendations:
The Staff recommends approval of Amendment #1 to the Work Order #1
of the existing contract with Garver Engineers, in the amount
$4,700.00.
Funding: as approved by the City Council
SN/sn
Attachments: Copy of Amendment #1 to the Change Order #1
Copy of Resolution 101-02
Vicinity Map
FAYETTEVItLE I
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Sid Norbash
Engineering Division
From: Clarice Buffalohead-Peamran
City Clerk's Division
Date: 5/27/2003
Re: Work Order Amendment
An executed copy of the contract amendment is attached hereto. It is my understanding that you
have already received one original copy of the amendment. This item will be microfilmed and
filed in the city clerk's office.
If anything else is needed please let the city clerk's office know.
/cbp
Attachment(s)
cc: Nancy Smith, Internal Auditor
S.
IDI -o2. ivv t✓ cny/n.Wo/
Work oi-d #1
STAFF REVIEW FORM - FINANCIAL OBLIGATION
AGENDA REQUEST
x CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of N/A
FROM:
Engineering CP& E
Division Department
ACTION REQUIRED: Approval of Amendment #2 to Work Order #1 with Garver
Engineers for the Accelerated Waterline Replacement Project, in the amount of $31,350.
COST TO CITY:
BUD T VIEW: x Budgeted Item/ Budget Adjustment Attached
Budget Manager Date
CONTRACT/GRANT/LEASE REVIEW:
•1. 1.
'I 1 1 -
Received in Mayor's Office
Date
' �� Cross Reference:
Date
Prev Ord/Res#: 101-02
DOrig. Contract Date: July 2.2002
/' ate Orig. Contract No:850
New Item: Yes_ No X
a
STAFF REVIEW FORM
r :-
Description Accelerated Waterline Replacement Project Amendment #2 to Work Order #1
Meeting Date N/A
Comments:
Budget Manager
Accounting Manager
Internal Auditor
City Attorney
Purchasing Manager
Finance and Internal Services Director
Chief Administrative Officer
Reference Comments:
I
Item Requiring Mayor's Approval
To: Mayor Dan Coody
Thru: Hugh Earnest, Chief Administrative Officer
From: Tim Conklin, Community Planning and Engineering Services Director
Date: December 19, 2003
Subject: Accelerated Waterlines Replacement Project
Work Order No.! Engineering Contract Amendment No.2
RECOMMENDATION
Staff recommends approval of the Amendment #2 to the Engineering Contract with
Garver Engineers, in the amount of $31,350.00 for the extra work related to the addition
of Locust Street Waterline replacement to the Accelerated Project per City Staff
recommendation and Council approval.
BACKGROUND
The above referenced project is a CIP project which is currently under construction. The
purpose of this project is to replace old leaky waterlines as prioritized and requested by
Water & Sewer Superintendent, David Jurgens.
tes
The new Walgreens at S. School and Locust Street is under construction. As part of this
project, Walgreens is to improve a portion of Locust Street. The existing 12" waterline is
old and leaky, and is also located under the existing pavement. Per David Jurgens'
request the Council approved the replacement of the waterline on Locust Street, and it
was added to the construction contract with Crossland Heavy Contractors.
The design phase of this additional project will be covered under the original Work Order
No. 1, however, the construction management fees need to be adjusted to reflect the
additional changes.
As the result of addition of Locust Street watrerline, the construction period will change
from 120 days to 180 days.
Also the construction phase of the original contract with Garver was based on an average
of 3 hours of inspection per day. The City Staff has requested to. increase the average
daily inspection to 5 hours.
These two changes require Amendment No.2 to the Work Order No.1
BUDGET IMPACT
A summary of the Engineering Contract costs is as follows:
Origional Eng. Contract Res. 101-02 $275,000
This contract is to be divided into
Work Orders as directed by the Staff
Work Order No.1 $ 66,725
Amendment #1 4,700
Total to date $ 71,425
Proposed Amndt. #2 increase 31.350
New W.O. No.1 Contract Price $ 102,775
Work Order No. 2 $ 54,975
Total Contract $275,000
Less W.O. No.1 102,775
Less W.O. No.2 54,975
Balance of the contract $117,250
TC/sn
Attachment: Amendment #2
Copy of Resolution #101-02
HP LaserJet 3100; •
4795758241; 15-J11-02 9:24AM; Page 1/2
# $517
Garver
RESOLUTION NO. 101-02
A RESOLUTION AWARDING A CONTRACT IN AN AMOUNT
NOT TO EXCEED TWO HUNDRED SEVENTY-FIVE THOUSAND
DOLLARS ($275,000.00) TO GARVER ENGINEERS - FOR
ENGINEERING SERVICES RELATING TO THE ACCELERATED
WATERLINE REPLACEMENT PROJECT.
BE IT RESOLVED BY THE an' COUNCIL OF THE CITY OF
FAYEITEVILLE, ARKANSAS:
Section 1. That the City Council of Fayetteville, Arkansas, hereby awards a
contract in an amount not to exceed Two Hundred Seventy -Five Thousand
Dollars ($275,000.00) to Garver Engineers for engineering services relating to the
Accelerated Waterline Replacement Project. A copy of which marked Exhibit
"A" is attached hereto and made a part hereof.
PASSED and APPROVED this 2nd day of July, 2002.
APPROVED:
By: d
DAN CO DY, May
i
Garver Engineers, LLC
3810 Front Street, Suite 10
Fayetteville, Arkansas 72703
479-527-9100
FAX 479-527-9101
ww.v.garverengineers.com
December 17, 2003
Mr. Sid Norbash
Engineering Department
City of Fayetteville
113 W. Mountain
Fayetteville, AR 72703
Re: City of Fayetteville Accelerated Waterlines
Contract Amendment No. 2 — Work Order No. I - Revised
Dear Sid:
GARNER ENGINEERS
DEC 18 2003
We are submitting our revised proposed Amendment No. 2 (originally submitted October 23, 2003) to
Work Order No. I of our professional services agreement for the Accelerated Waterline Replacements.
This amendment allows for the additional work requested by the City along Locust Avenue between
South Street and 7's Street that we discussed in our meeting on Thursday, August 21, 2003. This
additional work includes the replacement of 12 -inch waterline along Locust Avenue between
Archibald Yell Boulevard and 6t° Street, and various meter reconnections along Locust Avenue
between South Street and Archibald Yell Boulevard, and along Locust Avenue between 61h Street and
7th Street. We understand the City plans to expedite these improvements by adding this construction
work by construction contract change order to the project covered by the original Work Order No. 1.
Specifically, we are requesting an increase in our not -to -exceed fee amount for the following:
1. An increase in the construction observation time from 3 hours per day to 5 hours per day. This is
consistent with the City's direction for Work Order No. 2, allowing for an average of 5 hours per
day instead of 3 hours per day as originally directed.
2. An increase in the construction observation time to allow for an increased construction contract
performance time from 120 days to 180 days due to the added improvements along Locust
Avenue.
We believe that we can complete the design of these additional improvements within the remaining
design fee from our original Work Order No.1, and are therefore not requesting an increase in our
NTE fee for design. We propose to accomplish the additional work listed in items I and 2 above for
an increase in our NTE fee for Work Order No. I of $31,350. A breakdown of the Engineer's
estimated costs is included in Appendix A for your review. If you have any questions regarding this
proposed amendment, please contact us at your convenience.
Sincerely,
rver E ers
Vice President/Project Manager
cc: Greg Boettcher/Gary Coover/Tim Conklin
Approved
Mayor Dan Coody
Date: /tt!
Fayetteville, AR • Huntsville, AL • Jackson, MS • Little Rock, AR • Nashville, TN • Topeka, KS • Tulsa, OK
I 5.
C
\
�
-§�
k
\}i
Co
!|.
.
.
.
!|
0
0
0
.
;.
.
0
0
.
!| -.
4.
■
.
.
.
! ),
.
,
.
.
| |
.
.
,
.
|;,
.
.
.
.
.
|
,
0
.
.
0
.
0
.
H
.
.
.
.
!,
.
0
0
0
U |.
0
0
.
0
|§|.
.
.
.
.
|
!
0
0
0
.
|| !.
..
..
.
0
0
.
f /,
_
'I.
.
.
.
|),
.
.
.
.
I
|�
!!
| �
/if
1
i=
i
i
`!|
|
|{
|
|
!
|
|}\|\
ti
1!
§!
o
) ■
o
o
2|
.!■
,
o
.§
,!!88
-]
§°`4
!
§
!!
§
• 0
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Sid Norbash
Engineering Division
From: Clarice Buffalohead-Pearman$
City Clerk Division
Date: January 20, 2004
Re: Garver Engineers
Attached are two originals of the above agreement, Amendment No. 2 to Work Order #1, for the
waterline relocation project for Locust Street. This agreement will be recorded in the city clerk's
office and microfilmed.
If anything else is needed please let the clerk's office know.
/cbp
attachment(s)
cc: Nancy Smith, Internal Auditor
/D1ih
oi-oi w D'
"9`"ttv
at var
STAFF REVIEW FORM - FINANCIAL' OBLIGATION Q� &td¢r
AGENDA REQUEST
x CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of N/A (Mayor's Approval Requested)
FROM:
Engineering CP& E
Division Department
ACTION REQUIRED: Approval of Work Order #2 to with Garver Engineers for the
Accelerated Waterline Replacement Project, in the amount of $54,975.00.
COST TO CITY:
Category/Project Name
& Sewer Imprvts.
Project Category Name
`l{DGI�IT REW:xBudgeted Its
Y-2_ � go/ 3
Iudget anger Date
//. .! /._.1 /
a .
r.a4 r—,..911 I •' .
STAFF RECOMMENDATION:
/0
Budget Adjustment Attached
Approval of W.O. #2
/0._7_03
. alt
Received in Mayor's Office
Prev Ord/Res#: 101-02
Orig. Contract Date: July 2.2002
Orig. Contract No:850
New Item: Yes_ No X
Date
STAFF REVIEW FORM Page 2
Description Accelerated Waterline Replacement Project Work Order #2
Meeting Date N/A
Comments: Reference Comments:
Budget Manager
Accounting Manager
Internal Auditor
City Attorney
Purchasing Manager
Finance and Internal Services Director
Chief Administrative Officer
City of Fayetteville
Accelerated Waterline Replacement
Work Order No. 2
Date:
Issued by:
Mayor Dan Coody
City of Fayetteville
To: Garver Engineers, LLC
3810 Front St, Suite 10
Fayetteville, AR 72703
Ph e479-52 91 ;Fax 9-527-9101
Accepted by:
ock Hoskins, P , Vice President
This work order incorporates, by reference, the agreement between the City of Fayetteville and
Garver Engineers, LLC dated July 2, 2002 related to water line replacements and/or improvements.
Proposed Improvements
Area No. I is located along South College Avenue between Rock Street and 41° Street. This project
involves the replacement of existing 6" waterline with new 8" PVC waterline and includes work in
Highway 71B at the College/Rock/7IB intersection.
Area No. 2 is located along Lewis Avenue from Mount Comfort Road to the north side of Deane
Street. This project involves the replacement of existing 8" waterline with new 8" PVC waterline.
The improvements for both areas will be included in one construction contract.
Scope of Services
Garver will provide the following scope of services for each of the areas listed above. The scope of
work for each phase will be in accordance with the terms of the prime agreement, except as described
differently or in more detail below.
Surveys. Surveys will be accomplished only to locate marked and observable utilities,
including water'meters, and any significant potential obstructions to the planned improvements,
such as sanitary sewer and storm sewer facilities. Surveys will be merged with City planimetric
mapping and tied to City control points if available within 1,000 feet of the project site.
The City will provide planimetric mapping to be utilized as a background for the improvements.
Geotechnical Services. No geotechnical work is anticipated.
City of Fayetteville & Work Order No. 2
Garver Engineers Page I of 2 0296-3500
Coordination. Coordination will be provided as described in the prime agreement. Garver will
meet with David Jurgens and/or other City Staff to receive and review the City's preliminary
sketches and to discuss and develop the scope of work for the improvements.
Conceptual Design. Conceptual Design will include a proposed location for all waterlines to
be replaced within this project, as well as line sizes, points of connections to branch lines, and
standard details. No special details or opinion of probable construction cost will be contained in
the conceptual design submittal.
Final Design. Garver will meet with City of Fayetteville Engineering and Water & Sewer staff
to review the conceptual design submittal. Upon receipt of comments regarding our conceptual
submittal, Garver will conduct final designs consisting of detailed construction plans, contract
documents, and an opinion of probable construction cost. Final Design will not include profiles
for the linework. Garver will utilize the front-end documents used for Work Order No. 1.
Property Acquisition Documents. No Property Acquisition Documents are anticipated.
Bidding Services. Bidding Services will be provided as described in the prime agreement.
Construction Support Services. Construction observation will be based on an average of 5
hours per day, five days per week, for a 90 -calendar day construction contract performance
time. No survey work is anticipated.
Extra Work. No extra work is anticipated.
Schedule
Garver will be prepared for a meeting with City of Fayetteville Engineering and Water & Sewer staff to
review our conceptual designs within fifteen (15) days of receipt of written authorization to proceed
with this work order.
Upon receipt of comments from the formal review meeting for the Conceptual Design, Garver will
complete and submit the Final Designs within thirty (30) calendar days.
Bidding Services and Construction Support Services will be accomplished as directed by the City.
Construction Support Services are based on a construction contract performance time of 90 calendar
days.
Fee Arrangement
The Not to Exceed fee for this Work Order No. 1 is $54,975. A detailed breakdown of this estimated
fee is attached.
City of Fayetteville & Work Order No. 2
Garver Engineers Page 2 of 2 0296-3500
Accelerated Waterline Replacement
City of Fayetteville
Work Order No. 2
Page 1 of 7
FEE SUMMARY
Geotechnical Investigation $0.00
Surveys $4,912.85
Conceptual Design $4,613.62
Final Design $12,327.03
Property Acquisition Documents $0.00
Bidding Services $3,887.89
Construction Support Services $29,233.62
Total Lump Sum Fee $54,975.00
S S
||!. ..;
!|| ; . . ;
!I|. —o .
!!! | - °
!' z-
;. ..;
i| .4. . . |
!§|; • . .
||§. ..;
!! f . . .
H
!t|• °
S ! ,
| |. _ . { Li }
|. .
'
!§;;|
» |. . . .
q||f , .
k |
a.
U)|
-
k
• | to
� -
!
-�� ! 0O|oR , (.
2O |! §|
§ ``! E | || | !`
§ §)I I | |§ i|71 K
'5
0.
C
•
\
§
.}
&
!!I
!
0
||§.
IITIIEIEIEI
II
!!i§�
°
°
0
0
.
,
.
.
§ §
.
.
.
.
|;.
.
.
.
.
!!||�
.
,
.
.
H S
,
,
,
,
|!;.
.
.
.
.
H
-
.
,
,
0
/ |.
.,.
.,.
.
,
0
,
|b§.
.
.
.
.
|,
.
...
,..
_
,
,
,
|
§|
|
|
I
)
!f
!
|
t
!
!i|�
||
jt
|
§`
|
,.
I .
!
III IITIILEI
.!
. ,.;
. . . 0 0
!!!|• . . . _:
.
. . . ..|
. . . ..|
i| ;. 0 a a a .
!|||� , , . ..;
H |. . . . ..;
g f. . . . ..;
-: .
. .•(
!t|. . . , ..|
-a| ! \| |� .-tin.... ..... �. _ . . . . ; . !
|d|. . . . -o .
888882
. . . ..f !'l•-!
..;
k | t
\ | I | #.
161
!�
!`! !||UihhIiJUI1I
! �|!|` ! § ,§ 7;2|!! I
§!!! 111 . ! ! §, •.! !§) |
0
0
o
0
a
«
-o
E
wo§
C
)
4
a.
s
0
0
,
,
||�]`
°
°
°
°
!f.
0
,
0
.
`
q /
°
°
°
0
,
|f,
.
.
,
,
|
°
°
°
°
|t !,
!!2
/
.
.
fl 1 t
b /
0
0
,
,
/$§,
o
.
.
.
$
■,
|
HIS
.
.
.
,
|
||.
,
0
.
.
bja
,
,
0
.
2
dl!
(
!|
|.
;
|
t
§
fl
H
H
.
o
o
.!
o
o
Ilsg 01001
0
)
|)
;
-
!!;
z
Ui
k)/
Q.
H
.
.
.
0
|l2�
.
.
.
.
11
||/,
.
.
.
.
i! |,
.
.
.
.
| ),
..
.
_
.
.
.
-a
.
.
.
.
|| 7,
.
.
.
.
/| .-
.
,
,
,
/
.
.
.
ltl
.
.
.
,
Ii•
&,
,.,...,.
.0
.
.
|1188
.
.
.
,
,
..
.
.
,
0
0
!|||`
°
°
°
o
0
)|
.
t
t
f
;
ih1tI
liii|
||
ii!
||
)
||
1|
II
1
p.
-
■
p.
,
\
k
!
•
§
•|
-
,
,8888
/
a
$
�
k
!
�
0
|
;
|»
.
;
G
,
•�,�
;
o
§
!
|
a.1
|
|
§
|
EN
. n .
4.
.. . ,.;
!!| § . . . . .
. |§. . . . ..;
| |. .. . ,
|. . . . ..;
| |� . . . ..;
ft , , . . .,[
.
||;. . . . ..!
H .. . ..;
;. . . . .,;
§!. . . . ..;
|t|. . . . ..!
| ., , `- i�
! ..... . . . . ! . ■
|i|. . . . ..;
!. . . 82 C
||� . . . ..;
i
§
8 | i
_
- \ || |}11 |
\ ` .Jill
! |) §|____ nllhth 1111111 | | U •./!K! | §
FAYETTE`ILLE S
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Dan Coody, Mayor
Thru: Hugh Earnest, CAO
Tim Conklin, Director CP&E
Gary Coover, City Engineer
From: Sid Norbash, Staff Engineer
Date: August 27, 2003
Re: Accelerated Waterline Replacements Project
Work Order #2 for the Design & Construction
Management of Lewis Street and S. School Water
Line Replacements with Garver Engineers
Background:
The above
referenced project
is part of
an ongoing Capital
Improvement
Project, which was
approved by
the City Council in
2002. The purpose of this project
is to replace
old and leaky water
mains. The
existing contract with Garver is
in the not to exceed
amount of
$275,000 to design
and manage
the construction of
waterline replacements as identified
by the
City Staff.
The work for this contract is to be performed in phases for each
group of waterlines as separate Work Orders.
To date W.O. #1 has been approved and issued to Garver Engineers in
the amount of $93,725, for Phase I, this includes Amendments #1 and
2 to this work order.
The attached W.O. #2 in the amount of $54,975.00 is for Design and
Construction management for Phase II. Waterlines to be replaced are
on Lewis Ave. and S. College Ave. After the approval of Work Order
#2 the contract will have a balance of $126,300.
Status:
Garver Engineers are under contract with the City of Fayetteville
to design different phases of this replacement project as directed
by the City Staff under separate work orders. Work Order #2 will
cover replacement of two water lines. Lewis Ave. is one location
and S. College is the other. Please refer to the vicinity map.
Recommendations:
The Staff recommends approval of Work Order #2 to the existing
contract with Garver Engineers, in the amount $54,975.00.
Funding:
As approved by the City Council per Resolution 101-02, $1,500,000
in 2002.
A cost summary for this project is as follows:
Project Budget for 2003
$1,498,052
*Spent/obligated to date
$1,268,943
Balance to date
$
229,109
*$275,000
of
the obligated funds are
allocated for engineering
expenses
for
this project. To date the
summary of the engineering
expenses
are
as follows:
Total Obligated
$275,000
W.O.
1 with Garver
$
66,725
W.O.#1/Amndmt.#1
$
4,700
W.O.#1/Amndmt.#2
$
22,300
W.O.#2
(proposed & attached)
$
54,975
Balance $126,300
Garver Engineers have estimated the construction cost for their
W.O. #2 (Phase II - Lewis Street & S. College w/l replacements) to
be approximately $311,000.
The $126,300 balance of the obligated funds to Garver will be un-
obligated and released to fund the construction of Phase II. Adding
$126,300 to the remaining balance of 229,109, we will have a total
of $355,409 to fund the construction of Phase II which will be
designed by Garver.
Approximately $105,000 of $1,500,000 allocated for Accelerated
Waterline Replacements was spent to replace the waterline on Joyce
Blvd. as part of Joyce Blvd. Multi Use Trail.
SN/sn
Attachments: Copy of Work Order #2
Copy of Resolution 101-02
Vicinity Map
HP Laseraet aiuu,
••
15 -Jul -02 9:24AM;
(n ) ac # 850
RESOLUTION NO. loi_o2
(ttrvet &l'
Sys,
A RESOLUTION AWARDING A CONTRACT IN AN AMOUNT
NOT TO EXCEED TWO HUNDRED SEVENTY-FIVE THOUSAND
DOLLARS ($275,000.00) TO GARVER ENGINEERS FOR
ENGINEERING SERVICES RELATING TO THE ACCELERATED
WATERLINE REPLACEMENT PROJECT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYE'ITEVILLB, ARKANSAS:
Section 1. That the City Council of Fayetteville, Arkansas, hereby awards a
contract in an amount not to exceed Two Hundred Seventy -Five Thousand
Dollars ($275,000.00) to Garver Engineers for engineering services relating to the
Accelerated Waterline Replacement Project. A copy of which, marked Exhibit
"A" is attached hereto and made a part hereof.
PASSED and APPROVED this 2M day of July, 2002.
L(� ,' F AYE Ii;'-<
f
APPROVED:
i/
By: 4
DAN CO DY, May
410
Page 1/2
C.
3. TURBIN
METER
1700
N
p
92103
0212.
— 1
121 02129
Ock06
021.0
NNp1,1
02127
the+.
02119
Nb"ea
7 g 9 10
w• 50' 150 U•
718 19 1:22 10
t' Co
ER nE IN S
8
7
9f1
so•
w
so• a
8
9
�1C
ti
O W I2 `L
so'
so' 50•
Purl
Part 1 rPtrl
-J
2
b
1
2;,
n
3
U,
4;
n
5
m
6
n
7
n
U,
m
e
8
3
S.
135
3^
j= 4
i
Blyc'k j
6;,
6
7
m
b8
10
e
9
11
m
=11
2
12
w
135
k 13
3
z5'sr
of
016
r
9. OF 12" 179
22
17
21:
18
.5 20
=:
19
145
6
e
5
L
,&6' /D/ oz
STANDARD AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
Project No. OZ / 2 5
This is an agreement made as of , 20d'C between the City of
Fayetteville, hereinafter called "Owner" and/or i P and arver Engineers, hereinafter called the
"Engineer".
The Owner intends to make improvements to water lines and appurtenances at various locations in
Fayetteville, Arkansas. The Engineer will provide engineering and surveying services to allow for
these improvements.
The Owner and the Engineer in consideration of the mutual covenants in this contract agree in
respect of the performance of professional engineering and surveying services by the Engineer and
the payment for those services by Owner as set forth below.
SECTION 1- EMPLOYMENT OF THE ENGINEER
The Owner agrees to employ the Engineer, and the Engineer agrees to perform professional engineering
and surveying services in connection with the proposed improvements as stated in the sections to
follow. For having rendered such services, the Owner agrees to pay the Engineer compensation as
stated in the sections to follow. All of the engineering and surveying services will be supplied by the
Engineer's personnel or personnel under subcontract to the Engineer, as approved by the Owner.
SECTION 2- SCOPE OF SERVICES
2.1 General
Generally, the scope of services includes surveying, design, preparation of property acquisition
documents, bidding services, and construction support services for improvements to various water lines
in Fayetteville. Under this agreement, the City will furnish schematic plans drawn on City mapping for
the sections of water lines designated for replacement/improvement. The City will indicate the type and
extent of improvements to be designed. The Engineer will accomplish services related to each water
line improvement in accordance with task orders negotiated by the City and the Engineer and approved
by the Mayor. Each task order will include a specific scope of work and more clearly define the general
scope of work elements described below, as appropriate.
The project will be designed to meet water standards in accordance with the Owner's Water and other
related Standards.
2.2 Surveys
The Engineer shall provide all field survey data from field work for designing the project, and this
survey shall be tied to the Owner's control network.
Water Line Improvements I of 7 0206-6500
The Engineer will conduct field surveys consisting of cross sections at intervals and for distances each
side of the existing water line as appropriate for modeling the existing ground, including locations of
any pertinent features or improvements between sections, along the designated route. Buildings and
other structures, streets, drainage features, trees over eight inches in diameter, visible utilities as well as
those underground utilities marked by their owners and/or representatives, and any other pertinent
topographic features that may be present on the route, will be located. Control points will be
established for use during construction.
The Engineer will obtain property record research from an abstractor under a subconsultant
agreement with the Engineer.
2.3 Geotechnical Services
The Engineer will be responsible for obtaining, interpreting, and evaluating geotechnical data
necessary for the design of this project. The Engineer will subcontract with Grubbs, Hoskyn, Barton
& Wyatt for geotechnical work as appropriate.
2.4 Coordination
The Engineer will furnish plans to all known utility owners potentially affected by the project at each
stage of development. The Engineer shall conduct coordination meetings among all known affected
utility owners to enable them to coordinate efforts for any necessary utility relocations.
The Engineer shall also attend coordination meetings with the Owner and others as required. The
Engineer will prepare exhibits for these meetings when appropriate.
2.5 Preliminary Design
The preliminary design phase submittal will include preliminary typical sections, plan and profile
sheets, right-of-way requirements, and an opinion of probable construction cost. The preliminary
design phase will represent approximately 60 percent of final construction contract plans. This
submittal will not include technical specifications or "front end" contract documents. The Engineer
will not begin final design until the preliminary design is approved by the Owner in writing. The
Engineer will furnish three sets of Preliminary Plans to the Owner and one set to each potentially
affected utility company.
2.6 Final Design
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, opinion of probable construction cost, make final field inspection with Owner, make any
needed plan changes as a result of the final field inspection and/or special easement acquisition
considerations, and all other work required to advertise for bids. Unless the Owner prefers and provides
a specific construction contract, the Engineer will furnish an industry standard construction contract
form for review by the City Attorney. The Owner will furnish standard technical specifications for
water line construction for incorporation into the construction contract documents.
The final design submission for the construction contract shall consist of the following:
I. Three sets of final plans, contract documents, and specifications.
2. One set of final plans, contract documents, and specifications to each potentially affected
utility company. .
3. The originals of all drawings, specifications, and contract documents.
4. Opinion of probable construction cost.
Water Line Improvements 2 of 7 0206-6500
2.7 Property Acquisition Documents
The Engineer shall provide mapping as required for preparing Right-of-Way/Easement acquisition
documents for the Owner's use in acquiring the property. Documentation will include a key map
showing all affected properties and an individual tract map with description of temporary and
permanent acquisition for each property.
2.8 Bidding Services
During the bidding phase of the project, the Engineer will dispense construction contract documents to
prospective bidders (at the approximate cost of reproduction and handling), support the contract
documents by preparing addenda as appropriate, participate in a pre -bid meeting if necessary, attend the
bid opening, prepare bid tabulation, evaluate bids, recommend award, prepare construction contracts,
and issue a Notice to Proceed letter to the Contractor.
2.9 Construction Support Services
During the construction phase of work, the Engineer will accomplish the following:
1. Review the Contractor's progress payment requests based on the actual quantities of contract
items completed and accepted, and will make a recommendation to the Owner regarding
payment.
2. Attend progress/coordination meetings with the Owner/Contractor.
3. Attend preconstruction meeting.
4. Prepare for and attend utilities coordination meeting.
5. Evaluate and respond to construction material submittals and shop drawings.
6. Prepare record drawings.
7. Provide part-time resident construction observation services for the construction contract
performance time.
8. Provide survey crew time for field checking quantities, contractor's layout, etc.
In performing construction observation services, the Engineer will endeavor to protect the Owner
against defects and deficiencies in the work of the Contractor(s); but the Engineer cannot guarantee the
performance of the Contractor(s), nor be responsible for the actual supervision of construction
operationsor for the safety measures that the Contractor(s) takes or should take. However, if at any
time during construction the Engineer observes that the Contractor's work does not comply with the
construction contract documents, the Engineer will immediately notify the Contractor of such non-
compliance and instruct him to correct the deficiency and/or stop work, as appropriate for the
situation. The Engineer will also record the observance, the discussion, and the actions taken. If the
Contractor continues without satisfactory corrective action, the Engineer will notify the Owner
immediately, so that appropriate action under the Owner's contract with the Contractor can be taken.
2.10 Extra Work
The following items are not included under this agreement but will be considered as extra work:
1. Design of any utilities relocation other than water lines and appurtenances.
2. Payment of agency review or permitting fees or newspaper advertisement fees.
3. Construction materials testing.
4. Wetlands identification or mitigation plans or other work related to environmentally or
historically signifcant items.
Water Line Improvements 3 of 7
0206-6500
2.11 Schedule
The Engineer shall begin work under this Agreement within ten (10) days of a Notice to Proceed and
shall complete the work in accordance with a schedule mutually agreeable to the Owner and the
Engineer.
SECTION 3- PAYMENT
For the work described under SECTION 2 - SCOPE OF SERVICES (except as may be modified for
additional services required), the Owner shall pay the Engineer on an hourly basis. The Engineer will
accomplish professional engineering and surveying services at the unburdened salary rates in effect
for the Engineer's personnel during the performance of the contract, multiplied by a 3.00 markup for
direct and indirect overhead and profit. In addition, reimbursable expenses, including, but not
limited to, printing, reproduction, and travel will be billed. The total amount paid to the Engineer
under this agreement will not exceed $275,000 without a written amendment approved by the Owner.
For informational purposes; a breakdown of the Engineer's approximate hourly costs is included in
Appendix A with approximate current hourly rates for each employee classification.
Payment will be made by the Owner on a monthly basis, based upon statements submitted by the
Engineer to the Owner for the actual expenses incurred by the Engineer directly related to the scope
of services described in this agreement.
SECTION 4- OWNER'S RESPONSIBILITIES
In connection with the project, the Owner's responsibilities shall include, but not be limited to, the
following:
1. Giving thorough consideration to all documents presented by the Engineer and informing the
Engineer of all decisions within a reasonable time so as not to delay the work of the Engineer.
2. Making provision for the employees of the Engineer to enter public and private lands as
required for the Engineer to perform necessary preliminary investigations.
3. Furnishing the Engineer with as -built plans, aerial mapping, etc.
SECTION 5 —MISCELLANEOUS
5.1 Instruments of Service
The Engineer's instruments of service provided by this agreement consist of the printed hard copy
reports, drawings, and specifications issued for the Assignment or Project; whereas electronic media,
including CADD files, are tools for their preparation. As a convenience to the Owner, the Engineer
will furnish to the Owner both printed hard copies and electronic media. In the event of a conflict in
their content, however, the printed hard copies shall take precedence over the electronic media.
The Engineer's electronic media are furnished without guarantee of compatibility with the Owner's
software or hardware, and the Engineer's sole responsibility for the electronic media is to furnish a
replacement for defective disks within thirty (30) days after delivery to the Owner.
Water Line Improvements 4 of 7
0206-6500
The Owner is granted ownership of the printed hard copy drawings and specifications and the
electronic media but agrees they will only be used in the operation and maintenance of the Project or
Assignment for which they were provided. Use of these materials for modification, extension, or
expansion of this Project or on any other project, unless under the direction of the Engineer, shall be
without liability to the Engineer and the Engineer's consultants.
Because data stored in electronic media form can be altered, either intentionally or unintentionally,
by transcription, machine error, environmental factors, or by operators, it is agreed that the Owner
shall indemnify, defend, save harmless the Engineer, the Engineer's consultants, and the officers and
employees of any of them from and against any and all claims, liabilities, damages, losses, and costs,
including but not limited to costs of defense, arising out of changes or modifications to the data in
electronic media form in the Owner's possession or released to others by the Owner and for any use
of the electronic media and printed hard copy drawings and specifications outside the license granted
by this provision.
5.2 Opinions of Cost
Since the Engineer has no control over the cost of labor, materials, equipment, or services furnished
by others, or over the Contractor(s)' methods of determining prices, or over competitive bidding or
market conditions, the Engineer's Estimates of Project Costs and Construction Costs provided for
herein are to be made on the basis of the Engineer's experience and qualifications and represent the
Engineer's best judgment as an experienced and qualified professional engineer, familiar with the
construction industry; but the Engineer cannot and does not guarantee that proposals, bids or actual
Total Project or Construction Costs will not vary from estimates prepared by the Engineer.
The Owner understands that the construction cost estimates developed by the Engineer do not establish
a limit for the construction contract amount. If the actual amount of the low construction bid exceeds
the construction budget established by the Owner, the Engineer will not be required to re -design the
project without additional compensation.
53 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. For breach or violation of
this warranty, the Owner shall have the right to annul this contract without liability.
5.4 Claims and Liability
The Engineer shall save harmless the Owner from all claim and liability due to its (the Engineer's)
activities, or those subcontractors, its agents, or its employees during the time this contract is in
force.
5.4 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.
5.5 Engineer's Endorsement
The Engineer shall endorse and recommend all plans, specifications, estimates, and engineering data
provided under this agreement. All design shall be checked in accordance with accepted engineering
practices. All plan quantities shall be checked and verified.
Water Line Improvements 5 of 7 0206-6500
5.6 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
without a formal contract amendment approved by the Mayor and the City Council in advance of the
change in scope, price, or fees.
Any claim by the Engineer for adjustment under this clause must be asserted within thirty (30) days
from the date of receipt by the Engineer of the notification of 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.
SECTION 6- CONTROL OF SERVICES
This is an Arkansas Contract and in the event of a dispute concerning a question of fact in connection
with the provisions of this contract which cannot be disposed of by mutual agreement between the
Owner and Engineer, the matter shall be resolved in accordance with the Laws of the State of
Arkansas.
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.
This Agreement may be terminated by either party by seven (7) days written notice in the event of
substantial failure to perform in accordance with the terms hereof by the one (1) party through no
fault to the other party. If this Agreement is so terminated, the Engineer shall be paid for the time
and materials expended to accomplish the services performed to date, as provided in SECTION III -
PAYMENT; however, the Engineer may be required to furnish an accounting of all costs. If the
contract is so terminated, the Engineer shall be paid for his time at the rate of 3.00 times the actual
salary costs paid to his employees working on the project, and the actual costs of materials and
subcontractor costs expended.
This Agreement may be terminated for the convenience of the Owner, upon the delivery of written
notice to the Engineer. If the contract is so terminated, the Engineer shall be paid for his time at the
rate of 3.00 times the actual salary costs paid to the Engineer's employees working on the project, and
the actual costs of materials and subcontractor costs expended.
Should the Onwer, for any reason whatsoever, decide to cancel or to terminate the use of the Engineer's
service, the Owner will give written notice thereof to the Engineer who will immediately terminate the
work. If the Onwer 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.
Water Line Improvements 6 of 7 0306-6`00
SECTION 7- SUCCESSORS AND ASSIGNS
The Owner and the Engineer each bind himself and his successors, executors, administrators, and
assigns of such other party, in respect to all covenants of this Agreement; except as above, neither the
Owner nor the Engineer shall assign, sublet, or transfer their interest in this agreement without the
written consent of the other. Nothing herein shall be construed as creating any personal liability on the
part of any officer or agent of any public body which may be a party hereto.
IN TESTIMONY OF WHICH, this instrument has been executed on behalf of the above named
Engineer, and has been executed on behalf of the Owner, in two (2) counterparts, each of equal force,
on the day and year first above written.
OWNER
CITY O;.T4XZ]
TTE lE
By:?o49-
a
• u
I
GARVER ENGINEERS
By:
ft3jfl/'( rock Hoskins, 4;;-l/t_
Vice President
ATTEST:
Water Line Improvements
7 of 7
0206-6500
Appendix A
Garver Hourly Rate Schedule
Classification Regular
Senior Project Manager $ 125.00
Project Manager $ 105.00
Senior Project Engineer $ 85.00
Project Landscape Architect $ 76.00
Project Engineer $ 82.00
Senior Design Engineer $ 77.00
Sr. Construction Engineer $ 69.00
Construction Engineer $ 60.00
Design Engineer/Designer $ 62.00
Environmental Scientist $ 73.00
CADD Administrator $ 77.00
Senior CADD Technician $ 62.00
Automation & Control Specialist $ 91.00
CADD Technician $ 54.00
Senior Construction Observer $ 66.00
Construction Observer $ 50.00
Survey Coordinator $ 60.00
Party Chief $ 55.00
Instrument Man $ 33.00
Rodman $ 29.00
Clerical $ 38.00
Project Surveyor $ 70.00
2 -Man Crew (Survey) $ 125.00
3 -Man Crew (Survey) $ 150.00
2 -Man Crew (GPS Survey) $ 140.00
3 -Man Crew (GPS Survey) $ 175.00
Note: These rates are subject to change October 1, 2002.
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPOND
To: Sid Norbash
Engineering Division
From: Clarice Buffalohead-Pearman
City Clerk Division
Date: October 27, 2003
Re: Garver Engineers
Attached is an executed copy of the above Work Order No. 1 for proposed improvements
associated with waterline replacements in Area 1 and Area 2. I have also attached two original
agreements.
This agreement and attachments will be recorded in the city clerk's office and microfilmed. If
anything else is needed please let the clerk's office know.
/cbp
attachments
cc: Nancy Smith, Internal Auditor