HomeMy WebLinkAbout193-05 RESOLUTION0
RESOLUTION NO. 193-05
A RESOLUTION APPROVING CHANGE ORDER #1 TO THE
CONTRACT WITH BLACK & VEATCH IN AN AMOUNT NOT
TO EXCEED $300,000.00 FOR DESIGN, CONSTRUCTION
SUPERVISION, POST -CONSTRUCTION ANALYSIS AND
TESTING FOR IMPROVEMENTS TO THE 36" AND 42" WATER
TRANSMISSION LINES; AND APPROVING A CONTINGENCY
IN THE AMOUNT OF $15,000.00.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas
hereby approves Change Order #1 to the contract with Black & Veatch in an
amount not to exceed $300,000.00 for design, construction supervision, post -
construction analysis and testing for improvements to the 36" and 42" water
transmission lines. A copy of Change Order #1, marked Exhibit "A" is attached
hereto and made a part hereof.
Section 2. That the City Council of the City of Fayetteville, Arkansas
hereby approves a contingency in the amount of $15,000.00.
PASSED and APPROVED this 20th day of September, 2005.
ATTEST.
F�'.Pc"%
SU • • 13 1
;FAY ETT EVILLE:co: 46
'
,9sh9RKA14*. ,a`
'�I4G 1o1N„G`,,P
By iatteic.4.) C&IAars-)
SONDRA SMITH, City Clerk
APPROVED:
By:
DAN COOD , Mayor
• •
AMENDMENT NO. 1
TO
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
BETWEEN
CITY OF FAYETTEVILLE, ARKANSAS
AND
BLACK AND VEATCH CORPORATION
WHEREAS, On April 16, 2003, the City of Fayetteville, Arkansas (CITY OF FAYETTEVILLE) and
Black & Veatch Corporation of Kansas City, Missouri (BLACK & VEATCH) entered into an
Agreement for engineering services in connection with the Fayetteville Existing 36 -inch Water
Transmission Line - Rehabilitation Study (The Project ). fhe scope of these services included a study
and,
WHEREAS, BLACK & VEATCH has proceeded with these services in accordance with the scope set
forth in the Agreement, and
WHEREAS, CITY OF FAYETTF,VILLE requests that the scope of BLACK & VEATCH 's services to
be amended to provide Final Design Phase, Bidding Phase, Construction Phase; and Post Construction
Phase Services for the Project, and
NOW THEREFORE, in consideration of the mutual covenants and Agreements herein contained, CITY
OF FAYETTEVILLE and BLACK & VEATCH, the parties hereto, stipulate and agree that the
Agreement for Engineering Services dated April 16, 2003, is hereby amended in the following particulars:
Fayetteville Amendment No 1 (7-18-05) .doc
Last printed 8/10/2005 12:43 PM
7/18/05
SECTION 2 - BASIC SERVICES OF BLACK & VEATCH
2.1 General.
Delete Article 2.1.1.1 in its entirety and replace with the following:
2.1.1.1 The Scope of Services to be furnished by BLACK & VEATCH during the Study Phase of
the Project is included in Appendix A attached hereto and made part of this Agreement.
2.2 Final Design Phase Services
2.2.1 Insert APPENDIX B — SCOPE OF SERVICES FOR FINAL DESIGN PHASE attached to this
Amendment No. 1.
2.3 Bidding Phase Services
2.3.1 Insert APPENDIX C — SCOPE OF SERVICES FOR BIDDING PHASE attached to this
Amendment No. 1.
2.4 Construction Phase Services.
2.4.1 Insert APPENDIX D — SCOPE OF SERVICES FOR CONSTRUCTION PHASE attached to this
Amendment No. 1.
2.5 Post -Construction Phase Services.
2.5.1 Insert APPENDIX E — SCOPE OF SERVICES FOR POST -CONSTRUCTION PHASE attached
to this Amendment No. 1.
SECTION 3 - ADDITIONAL SERVICES OF BLACK & VEATCH
Add the following tasks to SECTION 3 of the Agreement:
3.1.10 Additional meetings with local, state, or Federal agencies to discuss project.
3.1.1 1 Review of drawings and other data submitted by Contractor(s) beyond one resubmission because
of failure of Contractor to account for exceptions previously noted by BLACK & VEATCH.
3.1.12 Appearances at public meetings or before special boards
Fayetteville Amendment No 1 (7-18-05) .doc 2 7/18/05
• •
3.1.13 Supplemental engineering work required to meet the requirements of regulatory or funding
agencies that become effective subsequent to the date of this amendment.
3.1.14 Special consultants or independent professional associates requested by CITY OF
FAYETTEVILLE.
3.1.15 Preparation for litigation, or other legal or administrative proceedings; and appearances in court
in connection with change orders or construction incidents.
3.1.16 Engineering assistance to CITY OF FAYETTEVILLE for and during negotiation meetings.
3.1.17 Observing factory tests and field retesting of equipment that fails to pass the initial test.
3.1.18 Visits to the construction site or to CITY OF FAYE11EVILI,E's location in excess of the
number of such trips and the associated time set forth in Appendices B, C, D, and E.
3.1.19 Where field conditions differ from the conditions indicated in the construction contract
documents, preparation of sketches of construction work for approval by CITY OF
FAYETTEVILLE, to supplement the drawings and specifications as may be required; and
providing redesign or relocation information if required by underground obstructions, utilities,
unacceptable condition of existing transmission mains, or other conditions.
3.1.20 Services for making revisions to drawings and specifications made necessary by the acceptance
of substitutions proposed by the Contractor(s); and services after the award of the contract for
evaluating and determining the acceptability of substitutions proposed by the Contractor.
3.1.21 Additional or extended services during construction made necessary by (I) work damaged by fire
or other cause during construction, (2) a significant amount of defective or neglected work by any
Contractor, (3) acceleration of the progress schedule involving service beyond normal working
hours, (4) prolongation of the construction contract time by more than sixty days, (5) default by
any Contractor, and (6) failure of the Contractor to complete the work within the construction
contract time.
3.1.22 Services resulting from significant delays, changes, or price increases caused directly or indirectly
by shortages of materials, equipment, or energy.
Fayetteville Amendment No 1 (7-18-05) .doc
3 7/18/05
• •
3.1.23 Evaluation of unusually complex or unreasonably numerous claims submitted by Contractor(s) or
others in connection with the work.
3.1.24 Review and analysis of claims for differing subsurface and physical conditions submitted by the
Contractor(s) or others in connection with the work.
3.1.25 Prepare applications and supporting documents for govemmental grants, loans, or advances.
3.1.26 Consult with CITY OF FAYE11EVILLE's fiscal agents and bond attorneys and provide such
engineering data as required for any bond prospectus or other financing requirements.
3.1.27 Services made necessary by the default of the Contractor, by major defects or deficiencies in the
Work of the Contractor, or by failure of performance of either CITY OF FAYETTEVILLE or
Contractor under the Contract for Construction.
3.1.28 Resident Project Representative Services to observe the Contractor's work and general progress
of the work. BLACK & VEATCH will perform periodic site visits to the construction site(s) to
observe the progress of the work, as defined in Appendix D.
SECTION 4 - CITY OF FAYETTEVILLE'S RESPONSIBILITIES
Add the following tasks to SECTION 4 of Agreement:
4.13 Furnish all maps, drawings, reports, records, manuals, and other data that are available in the files
of CITY OF FAYETTEVILLE which may be useful in the work involved under this Amendment
No. 1 to BLACK & VEATCH.
4.14 Obtain all temporary construction and permanent easements necessary for the work.
4.15 Field locate the 36 -inch and 42 -inch transmission mains at the site of each pressure control station
and at the sites of the isolation valves on the 36 -inch transmission main prior to test pitting by
BLACK & VEATCH.
4.16 Provide BLACK & VEATCH with flow meter data measured by the new insertion -type, flow
meter installed on the existing 36 -inch transmission main for review and evaluation
during Post -Construction Phase. Data will be provided on electronic file and hardcopy
form.
Fayetteville Amendment No 1 (7-18-05) .doc 4 7/18/05
• •
SECTION 5 - PERIOD OF SERVICE
Add the following to SECTION 5 of Agreement:
5.3 The services described in this Amendment arc expected to be completed in accordance with the
following schedule:
Final Design Phase Services Completed within 120 days from Notice
to Proceed by CITY OF FAYETTEVILLE
Construction Phase Services, Completed within 120 days from
Notice to Proceed to Contractor
by CITY OF FAYETTEVILLE
Post Construction Phase Services,
Completed within 90 days of
Contractor's Final Completion
CITY OF FAYETTEVILLE agrees to adjust schedule if the scope of work is revised, if the
Notice to Proceed to BLACK & VEATCH is delayed, if the Notice to Proceed to Contractor is
delayed, or for any other delays beyond BLACK & VEATCH'S control.
5.4 The provisions of this Amendment have been agreed to in anticipation of the orderly progress of
construction through completion of the services stated in this Amendment. BLACK & VEATCH
will proceed with providing the authorized services immediately upon receipt of written
authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of the
services authorized and the time in which the services are to be completed as defined in this
Amendment.
SECTION 6 - PAYMENTS TO BLACK & VEATCH
6.1 Compensation
Delete Section 6.1.2 of the Agreement and replace with the following:
6.1.2 Basic Services of Amendment No. 1.
For the scope of Basic Services set forth in this Amendment No. 1, including Final Design Phase, Bidding
Phase, Construction Phase, and Post -Construction Phase Services, the CITY OF FAYETTEVILLE agrees
to pay BLACK & VEATCH on an ACTUAL COST NOT -TO -EXCEED BASIS with the upper limit as
Fayetteville Amendment No 1 (7-18-05) .doc
5 7/18/05
• •
set forth herein. The total payment to BLACK & VEATCH for all Basic Services defined in this
Amendment No. 1 shall not exceed Three Hundred Thousand Dollars ($300,000) except as provided for
in Section 3 of the Agreement.
6.1.2.1 Subject to prior City Council approval, adjustment of the not -to -exceed upper limit may be made
should BLACK & VEATCH establish and CITY OF FAYETTEVILLE agree that there has been
or is to be a significant change in scope, complexity or character of the services to be performed;
or if CITY OF FAYETTEVILLE decides to amend the duration of work from the time period
specified in the amended Agreement for completion of work and such modification warrants such
adjustment. Changes, modifications, or amendments in scope, price or fees to this Amendment
No. I shall not be allowed without formal contract amendment approved by the Mayor and City
Council in advance of the change in scope, cost, fees, or delivery schedule.
6.1.3 Additional Services.
For authorized Additional engineering services under Section 3, "Additional Services",
compensation to BLACK & VEATCH shall be negotiated at the time Additional Services are
authorized.
6.1.4 The CITY OF FAYETTEVILLE agrees that the BLACK & VEATCH's not -to -exceed upper
limit for this Amendment No. 1 is based on the durations indicated in Section 5.3 of this
Amendment No. 1 and if the construction period is extended that the BLACK & VEATCH shall
be entitled to additional compensation.
6.1.4.1 Hourly billing rates plus reimbursable direct expenses shall be used as the basis for determining
payment to BLACK & VEATCH for the costs incurred by BLACK & VEATCH while providing
the services described in this Amendment No. 1. Costs are, but not limited to, the salaries and
benefits paid to employees engaged directly in providing the Services and profit. The hourly
billing rates are included as Appendix F to this Amendment No. 1.
6.1.4.2 The following direct expenses arc considered reimbursable and are included in the not -to -exceed
amount.
6.1.4.2.1 Travel, subsistence, and incidental costs.
Fayetteville Amendment No I (7-18-05) .doc 6 7/18/05
• •
6.1.4.2.2 Use of motor vehicles on a mileage basis or rental cost basis for vehicles used for short
periods. Mileage basis shall not exceed 41 cents per mile.
6.1.4.2.3 Subcontract costs, including but not limited to, those for soils and geotechnical
investigations and reports, testing laboratory services, surveying and mapping services,
and other subcontract services, plus a five percent fee.
6.1.4.2.4 Reproduction costs for reports, drawings and specifications required as deliverables to
CITY OF FAYETTEVILLE or contractor as part of the work.
6.1.4.3 The following direct expenses are considered reimbursable, but are not included in the not -to -
exceed amount.
6.1.4.3.1 Charges of special consultants requested by CITY OF FAYETTEVILLE.
6.1.4.3.2 Special insurance coverage required by CITY OF FAYETTEVILLE, including the cost
of naming the CITY OF FAYETTEVILLE as an additional insured.
6.1.4.3.3 Local taxes or fees applicable to the engineering work or payments therefore.
6.1.4.3.4 Direct charges for review of drawings and specifications by government agencies, if any.
6.1.4.3.5 Cost of acquiring any other materials or services specifically for and applicable to only
this project.
6.1.4.4 It is understood and agreed that the not -to -exceed upper limit is based on the start of the
services being authorized not later than September 15, 2005. if start of services is not
authorized by dates given, it is understood and agreed that the not -to -exceed upper limit will
be adjusted accordingly by an amendment to the Agreement.
6.1.4.6 It is understood and agreed that BLACK & VEATCH shall keep records of costs and
expenses on the basis of generally accepted accounting practice and records shall be available
for inspection at reasonable times.
All other provisions of the original Agreement remain in full force and effect.
Fayetteville Amendment No 1 (7-18-05) .doc
7 7/18/05
• •
IN WITNESS WHEREOF, the parties hereto have caused this Amendment to be duly executed this
day ofSitgAn6Ar , 20g5
�„Ft.WqR......S
CITY OF FAYETI• NSA
••••`%&•.• EgGS�
`l•
Fc?� •�= By:
FAYETTEVILLE ;
•
.9QKANSQ� ,
c%yd
moi'' PVGTONC ....
ac4t
Mayor
ATTEST:
By:
City Clerk
BLACK & VEATCH CORPORATION
By:
Title:
Steven D. Phi lips
Vice President
END OF AMENDMENT NO. 1 TO
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
Fayetteville Amendment No 1 (7-18-05) .doc 8 7/18/05
• •
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX B - SCOPE OF SERVICES FOR FINAL DESIGN PHASE
This is Appendix B, consisting of 8 pages, referred to in and part of the Agreement for
Professional Engineering Services between CITY OF FAYETTEVILLE, ARKANSAS and
BLACK & VEATCH CORPORATION dated April 16, 2003.
Initial:
CITY OF FAYETTEVILLE (�C,
BLACK & VEATCH
The following is the Scope of Services for the Design Phase.
B.1. DESCRIPTION OF PROJECT.
This work involves the design of transmission main improvements, which were
identified in the report titled: "Existing 36 -Inch Water Transmission Line
Rehabilitation Study" prepared by Black & Veatch in October 2004 for the City of
Fayetteville. The work will involve construction of the following facilities:
B.I.I. Two pressure control stations, one installed on the existing 36 -inch transmission main
and the other on the existing 48 -inch transmission main. Each pressure control station
will include a precast concrete vault, a pressure sustaining valve, an air release valve,
two manual isolation valves, SCADA system equipment, and necessary appurtenances.
The SCADA system equipment, including a remote terminal unit (RTU) with integral
radio and enclosure, cabling, antenna, and antenna mast will be designed, furnished and
installed by Operations Management International, Inc. (OMI). OMI will also provide
programming and configuration of RTU and existing human machine interface (HMI)
located at the Paul R. Noland Wastewater Treatment Plant.
B.1.2. Installation of one 36 -inch isolation butterfly valves on existing 36 -inch transmission
main near the intersection of Mission Boulevard and Old Wire Road. The valve will
be installed in a precast concrete vault with an electric actuator and remotely monitored
and controlled. SCADA equipment, including a remote terminal unit with integral
radio and enclosure, cabling, antenna, and antenna mast will be designed, furnished and
installed by OMI. OMI will also provide the programming and configuration of RTU
and existing HMI located at the Paul R. Noland Wastewater Treatment Plant.
B.1.3. Replacement of a manual actuator on an existing 36 -inch valves, installed on the 36 -
inch transmission main near Joyce Boulevard and the other off Birdie Street with
electric actuators. Precast vaults will be installed to house the valve, actuator, and
SCADA system equipment necessary for remote valve monitoring and control.
SCADA equipment, including a remote terminal unit with integral radio and enclosure,
cabling, antenna, and antenna mast will be designed, furnished and installed by OM1.
Fayetteville Amendment No 1 (7-18-05) .doc Appendix B -I 7/18/05
• •
CITY OF FAYE ITEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX B - SCOPE OF SERVICES FOR FINAL DESIGN PHASE
OMI will also provide the programming and configuration of RTU and existing HMI
located at the Paul R. Noland Wastewater Treatment Plant.
B.1.4. Installation of one insertion -type, electromagnetic flow meter on the existing 36 -inch
transmission main. The flow meter will be installed within an existing vault previously
used to house a reverse flow control valve near the intersection of Old Wire Road and
Old Missouri Road. The flow meter will be remotely monitored utilizing the existing
SCADA system. SCADA equipment, including a remote terminal unit with integral
radio and enclosure, cabling, antenna, and antenna mast will be designed, furnished and
installed by OMI. OMI will also provide the programming and configuration of RTU
and existing I -IMI located at the Paul R. Noland Wastewater Treatment Plant.
B.2. DESCRIPTION OF DESIGN SERVICES.
B.2.1. PROJECT MANAGEMENT
B.2.1.1 PROJECT INITIATION AND ADMINISTRATION. Provide project
administration and management of design, bidding, construction, and post -
construction phase services. Set up management system for filing,
communications, tracking progress, budgets and invoicing. Provide management
functions required to successfully complete the work, including all project
correspondence with CITY OF FAYETTEVILLE; consultation and coordination
with the CITY OF FAYETTEVILLE's Project Manager; supervision and
coordination of the services provided by BLACK & VEATCH, implementation of
project -specific procedures, a quality control/quality assurance plan, and a
workflow plan; scheduling and assignment of personnel resources, and continuous
monitoring of work progress; and invoicing for the work performed.
B.2.1.2 PROJECT PROCEDURES. Prepare project procedures manual to be used by
CITY OF FAYE'ITEVILLE and BLACK & VEATCH to cover the project
description, project participants, lines of communication, and QA/QC standards to
be used.
B.2.1.3 DESIGN AND DRAFTING STANDARDS AND CRITERIA. BLACK &
VEATCH will use its own design procedures, drafting standards and criteria, and
Typical Drawing Details in the development of the contract documents.
B.2.1.4 SPECIFICATIONS. Format and assemble the technical specifications in
accordance with the Master Format and Section Format recommended by the
Construction Specifications Institute Manual of Practice. BLACK & VEATCH
Fayetteville Amendment No 1 (7-18-05) .doc Appendix 13-2 7/18/05
• •
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX B - SCOPE OF SERVICES FOR FINAL DESIGN PHASE
will follow the Master Format level one titles and the level two titles based on
BLACK & VEATCH's experience and standard technical specifications for work
of this type. BLACK & V EATCI-I will follow the Section Format defined as Part
1 GENERAL, Part 2 PRODUCTS and Part 3 EXECUTION. The details within
each of the parts will be based on BLACK & VEATCH's experience and standard
technical specifications for work of this type.
Specifications will be prepared so as to comply with the Arkansas Soil and Water
Conservation Commission (ASWCC) Revolving Loan Fund Program.
B.2.1.5 CONSTRUCTION DOCUMENTS. Prepare construction documents based on
the BLACK & VEATCH's experience for selection of private construction
contractors on a competitive bid basis.
B.2.1.6 PROJECT MONITORING. Conduct regular budget, schedule, and invoice
review for progress and invoice accuracy.
B.2.I.7 SUBCONTRACTOR COORDINATION. Coordinate efforts of BLACK &
VEATCH's subcontractors working on the project.
B.2.I.8 CONSTRUCTION PERMITS ASSISTANCE Provide assistance to CITY OF
FAYETTEVILLE in obtaining the necessary permits from State and local
agencies. Assistance will include the preparation of applications, exhibits,
drawings and specifications as necessary for CITY OF FAYEYI EVILLE's
execution and submittal. All construction trade permits will be obtained by the
contractor.
Fayetteville Amendment No 1 (7-18-05) .doc Appendix B-3 7/18/05
• •
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX B - SCOPE OF SERVICES FOR FINAL DESIGN PHASE
B.2.2. PROJECT DEVELOPMENT
B.2.2.1 PROJECT INITIATION MEETING AND DATA COLLECTION. The purpose
of this meeting is to clarify CITY OF FAYETTEVILLE'S intended scope of
work, schedule, budget requirements, and other special requirements for the
project; to review pertinent available data, project staffing, organization and lines
of communication; and to present Engineer's initial work plan and initial work
schedule to confirm they meet the CITY OF FAYETTEVILLE's expectations.
At the Project Initiation Meeting, BLACK & VEATCH will obtain data from
CITY OF FAYETTEVILLE that will be used to complete the work, including
copies of construction record drawings; shop drawings and pipe laying schedule
data for existing 36 -inch transmission main and 36 -inch butterfly valve installed
in transmission main near Joyce Blvd, descriptions of easements in the areas of
Work, and the CITY OF FAYETTEVILLE's latest version of its bidding
requirements, bidding forms, contracting forms, and General Conditions.
BLACK & VEATCH will prepare minutes of the Project Initiation Meeting and
distribute the minutes as directed by CITY OF FAYETTEVILLE.
B.2.2.2 FIELD INVESTIGATIONS. Conduct field investigations and test pitting to
verify the location and depth of existing 36 -inch and 42 -inch transmission mains
at the pressure control stations and isolation valve locations. Test pitting will also
be performed to determine whether rock material potentially exists within the
limits of excavation at each site. BLACK & VEATCH will also meet with
electrical utility company representatives to confirm the availability and reliability
of electrical service to the proposed sites for the two pressure control stations, to
the two electrically actuated isolation valves, and to the existing vault which will
be used to house a flow meter inserted into the existing 36 -inch transmission
main,. BLACK & VEATCH will also observe the general condition of existing
vault which will be used to house a flow meter inserted into the existing 36 -inch
transmission main to verify its suitability for reuse and need for any
modifications.
B.2.2.3 SITE SURVEY. Provide through a subcontract, the necessary field design
surveys for the preparation of construction drawings and specifications. Surveys
will determine existing easement limits, site topography, contours, and utility
locations, insofar as possible.
Fayetteville Amendment No 1 (7-18-05) .doc Appendix B-4 7/18/05
• •
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX B - SCOPE OF SERVICES FOR FINAL DESIGN PHASE
B.2.2.4 HYDRAULIC TRANSIENT ANALYSIS. Perform a hydraulic transient analysis
of the existing 36 -inch and 42 -inch transmission mains between the Beaver Water
Distnct Water Treatment Plant and the interconnection at Joyce Boulevard. This
analysis will evaluate the potential impact of valve operations at the pressure
control stations and the valve isolation vault near Joyce Boulevard on the
development or mitigation of surges in each transmission main. The effectiveness
of the existing surge tank to provide surge protection will be evaluated for normal
changes in transmission main flow rates and sudden or unplanned changes in flow
as a consequence of power loss to pumps or pipeline failure. The minimum and
maximum flows and associated pressures will also be evaluated for subsequent
submittal to the Arkansas Department of Health.
B.2.2.5 COORDINATION WITH BEAVER WATER DISTRICT. A Project
Coordination Meeting will be conducted by BLACK & VEATCH with CITY OF
FAYETTEVILLE and representatives of the Beaver Water District. A
description of the project will be presented and its anticipated effect on future
pumping operations of the Beaver Water District will be discussed.
B.2.2.6 CONFIRMATION OF SCADA SYSTEM INTERFACE A SCADA System
Meeting will be conducted by BLACK & VEATCH with CITY OF
FAYETTEVILLE and representatives of Operations Management International
(OMI) to confirm the requirements to interface the existing SCADA system and
this project. The SCADA system work to be performed by OMI to incorporate
this project into the existing HMI at the Paul R. Noland Wastewater Treatment
Plant will be discussed along with the completion of a radio path study by OMI.
B.2.2.7 PREPARATION OF BASIS OF DESIGN MEMORANDUM. Based on the
outcome of the Project Initiation Meeting and field investigations, BLACK &
VEATCH will prepare a detailed Basis of Design Memorandum suitable for use
in establishing agreement on the scope of the work, design parameters,
performance requirements, and project approach. The Basis of Design
Memorandum will contain a preliminary site plan and sketches of the pressure
control stations general arrangement, along with the SCADA system interface to
be furnished and installed by OMI.
B.2.2.8 QUALITY CONTROL REVIEW. Perform an internal quality control review of
the Basis of Design Memorandum for accuracy and completeness.
8.2.2.9 SUBMITTAL OF DESIGN MEMORANDUM. Submit five copies of the Basis
of Design Memorandum to CITY OF FAYETTEVILLE for review and comment.
Also submit three copies of the Basis of Design Memorandum to the Arkansas
Fayetteville Amendment No 1 (7-18-05) .doc Appendix 13-5 7/18/05
• •
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX B - SCOPE OF SERVICES FOR FINAL DESIGN PHASE
Department of Health for review and confirmation of minimum positive pressure
required to be maintained in each transmission main.
B.2.2.10 DESIGN MEMORANDUM REVIEW MEETING. Meet with CITY OF
FAYETTEVILLE in Fayetteville to obtain their comments on the Basis of Design
Memorandum. BLACK & VEATCH will resolve any questions and revise the
Basis of Design Memorandum as necessary, and resubmit five revised copies of
the Design Memorandum to CITY OF FAYETTEVILLE for approval.
B.2.2.11 PRELIMINARY OPINION OF PROBABLE CONSTRUCTION COST. Prepare
a preliminary opinion of probable construction cost for the improvements defined
in the Basis of Design Memorandum and submit it to the CITY OF
FAYETTEVILLE for review.
B.2.3 DETAILED DESIGN
13.2.3.1 COMMENCEMENT OF DETAILED DESIGN. After acceptance of the Basis of
Design Memorandum by CITY OF FAYETTEVILLE, BLACK & VEATCH will
proceed with detailed design of the improvements and will prepare construction
contract documents. Intermediate deliverables will be submitted to City at the
50% and 90% completion stages.
13.2.3.2 50% COMPLETION - DRAWINGS, SPECIFICATIONS, AND FRONT-END
DOCUMENTS. Prepare CADD drawings containing site plans of each structure,
mechanical floor plans and sections, and electrical power plans and one -line
diagrams. Prepare preliminary control system descriptions and an input/output
list. Review and coordinate BLACK & VEATCI-I'S standard contract front-end
documents with text and sections required by CITY OF FAYETTEVILLE and
prepare draft front-end documents. Prepare preliminary specification sections for
all specification Divisions. Engineer will perform an internal quality control
review on the above items before submitting five copies to the City for review.
B.2.3.3 50% COMPLETION - OPINION OF PROBABLE CONSTRUCTION COST.
Engineer will prepare an updated opinion of probable construction cost and
submit it to the City.
B.2.3.4 50% COMPLETION - DESIGN REVIEW MEETING. Meet with CITY OF
FAYETTEVILLE in Fayetteville to discuss their review comments related to the
Level 1 submittal and to resolve any questions.
Fayetteville Amendment No 1 (7-18-05) .doc Appendix 13-6 7/18/05
• •
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX B - SCOPE OF SERVICES FOR FINAL DESIGN PHASE
B.2.3.5 COORDINATION WITH BEAVER WATER DISTRICT. A second Project
Coordination Meeting will be conducted by BLACK & VEATCH with CITY OF
FAYETTEVILLE and representatives of the I3eavcr Water District following the
50% Completion Design Review Meeting. 50% Completion design documents
will be reviewed with the Beaver Water District to confirm their acceptance of the
proposed improvements.
B.2.3.6 90% COMPLETION - DRAWINGS, SPECIFICATIONS AND FRONT END
DOCUMENTS. Address the CITY OF FAYETTEVILLE's review comments on 50%
completion submittal and incorporate them into the preparation of final review set of
drawings for 90% Completion. Prepare CADD drawings which include final
installation details, dimensions, schedules, and diagrams for all design disciplines.
Prepare final updated front end documents, including Instructions to Bidders, Bid
Forms, Agreement and Bonds. Make final review edits to all specification sections.
Perform a final internal quality control review on the above items and then submit five
copies to CITY OF FAYETTEVILLE for review.
B.2.3.7 FINAL OPINION OF PROBABLE CONSTRUCTION COST. Prepare a final opinion
of probable construction cost and submit it to the CITY OF FAYETTEVILLE.
B.2.3.8 FINAL DESIGN REVIEW MEETING. Meet with CITY OF FAYETTEVILLE in
Fayetteville to discuss their review comments for the Level 3 submittal and to resolve
any questions.
8.2.3.9 GOVERNMEN FAL AGENCY REVIEW. After addressing the CITY OF
FAYETTEVILLE's review comments on the Level 3 submittal, BLACK & VEATCH
will incorporate their comments into the drawings and specifications and submit three
copies of the final review drawings, front-end documents and technical specifications to
the Arkansas Department of Environmental Quality and the Arkansas Department of
Health for review. Attend one meeting in Fayetteville, Arkansas or Little Rock
Arkansas to discuss the final review documents with regulatory agency officials, if
required.
B.2.3.10 FINAL BIDDING DOCUMENTS. After addressing the review comments from the
Arkansas Department of Environmental Quality and Arkansas Department of Health,
BLACK & VEATCH will incorporate their comments into the drawings and
specifications and prepare final bidding documents. Five copies of the final bidding
documents will be submitted to CITY OF FAYETTEVILLE for review. After receipt of
the CITY OF FAYETTEVILLE's review comments on the final Bidding Documents,
BLACK & VEATCH will revise, if necessary, and provide five copies to CITY OF
FAYETTEVILLE together with one electronic file copy of the Bidding Documents.
End of Appendix B
Fayetteville Amendment No 1 (7-18-05) .doe Appendix B-7 7/18/05
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX C - SCOPE OF SERVICES FOR BIDDING PHASE
This is Appendix C, consisting of 2 pages, referred to in and part of the Agreement for
Professional Engineering Services between CITY OF FAYETTEVILLE, ARKANSAS and
BLACK & VEATCH CORPORATION dated April 16, 2003.
Initial:
CITY OF FAYETTEVILLE
BLACK & VEATCH
The following is the Scope of Services for Bidding Phase.
C.1 BID LETTING. Coordinate bid letting date, time, and place with CITY OF
FAYETTEVILLE, and prepare final Invitation to Bid.
C.2 PROJECT ADVERTISEMENT. Identify potential contractors and suppliers, and
distribute copies of Invitation to Bid. Arrange for Invitation to Bid to be sent to
contractors publishing services. Legal notice will be placed in legal notices section of a
local newspaper(s) of countywide and statewide circulation and will be coordinated with
CITY OF FAYETTEVILLE purchasing agent.
C.3 PLAN HOLDERS LIST. Distribute plan holders' list to recipients of Bidding Documents
prior to bid opening.
C.4 ADDENDA DEVELOPMENT AND ISSUANCE Prepare addenda for drawings and
Bidding Documents as required and submit to CITY OF FAYETTEVILLE in timely
manner such that addenda can be issued by BLACK & VEATCH in accordance with
Construction Contract General Conditions.
C.5 ISSUANCE OF BIDDING DOCUMENTS. Assist CITY OF FAYETTEVILLE by
issuing and tracking Bidding Documents, addenda, and communications during bidding
and maintain list of plan holders. Print and distribute copies of plans and specifications
for all prospective bidders and plan rooms. Collect from prospective bidders an
appropriate non-refundable fee to off -set cost of reproducing and distributing Bidding
Documents.
C.6 PRE-BID CONFERENCE. Conduct, at a date and time selected a place provided by the
CITY OF FAYETTEVILLE, a Pre -Bid Conference to:
C.6.1 Instruct prospective bidders and suppliers as to the types of information required by
the Bidding Documents and the format in which bids should be presented.
C.6.2 Review special project requirements and contract documents in general.
Fayetteville Amendment No 1 (7-18-05) .doc Appendix C -I 7/18/05
• •
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX C - SCOPE OF SERVICES FOR BIDDING PHASE
C.6.3 Receive requests for interpretations which will be addressed by addendum.
C.6.4 Prepare minutes of Pre -Bid Conference and distribute to plan holders.
C.7 INTERPRET BIDDING DOCUMENTS. Interpret Bidding Documents and prepare and
issue addenda to the Bidding Documents when required.
C.8 BID OPENING. Assist CITY OF FAYETTEVILLE during bid opening. Answer
questions during bid opening; make preliminary tabulation of bids, and review
questionnaires and bids for completeness.
C.9 APPARENT SUCCESSFUL BIDDER. Review and evaluate the qualifications of the
apparent successful bidder and the proposed major or specialty subcontractors. The
review and evaluation will include such factors as work completed, equipment that is
available for the work, financial resources, technical experience, and responses from
references.
C.10 BID TABULATION. Prepare and distribute formal bid tabulation sheets, evaluate bids,
and make written recommendations to CITY OF FAYETTEVILLE concerning contract
award.
C.I 1 CONFORMED CONSTRUCTION DOCUMENTS. Prepare and distribute conforming
copies of the construction contract documents. These services will include review of
contractor's bonds, furnishing the Contractor unsigned construction contract documents,
and transmitting the construction contract documents to CITY OF FAYETTEVILLE for
signature and distribution.
End of Appendix C
Fayetteville Amendment No 1 (7-18-05) .doc Appendix C-2 7/18/05
• •
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX D - SCOPE OF SERVICES FOR CONSTRUCTION PHASE
[his is Appendix D, consisting of 3 pages, referred to in and part of the Agreement for
Professional Engineering Services between CITY OF FAYETTEVILLE, ARKANSAS and
BLACK & VEATCH CORPORATION dated April 16, 2003.
Initial:
CITY OF FAYETTEVILLE
BLACK & VEATCH
The following is the Scope of Services for Construction Phase.
D.1. General
By performing these services, BLACK & VEATCH shall not have authority or responsibility to
supervise, direct, or control the Contractor's work or the Contractor's means, methods,
techniques, sequences, or procedures of construction. BLACK & VEATCH shall not have
authority or responsibility for safety precautions and programs incident to the Contractor's work
or for any failure of the Contractor to comply with laws, regulations, rules, ordinances, codes, or
orders applicable to the Contractor furnishing and performing the work. Specific services to be
performed by BLACK & VEATCH are as follows:
D.2. Management
BLACK & VEATCH's management functions required to successfully complete services to be
provided under this Agreement, including all project correspondence with the CITY OF
FAYETTEVILLE, supervision and coordination of the services provided by BLACK &
VEATCH, including the scheduling and assignment of personnel, invoicing and continuous
monitoring of the progress of the services.
D.3. Office Support Services During Construction
D.3.1. Review and comment on the Contractor's initial and updated construction schedule
and advise CITY OF FAYETTEVILLE as to acceptability. BLACK & VEATCH's
review shall be for general conformity of the to the provisions of the contract
documents, to determine if the Contractor's construction schedule and activity
sequence include the completion dates, construction sequencing for any special
conditions (such as the ability of the CITY OF FAYETTEVILLE to keep the existing
water distribution system in operation during construction). BLACK & VEATCH's
review shall not include an analysis of Contractor's approach, means and methods of
construction for performing the work specified in the contract documents.
D.3.2. Review and comment on the Contractor's initial schedule of values and schedule of estimated
monthly payments and advise CITY OF FAYETTEVILLE as to acceptability.
Fayetteville Amendment No I (7-18-05) .doc Appendix D -I 7/18/05
• •
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX D - SCOPE OF SERVICES FOR CONSTRUCTION PHASE
D.3.3. Review drawings and other data submitted by the Contractor as required by the
construction contract documents. BLACK & VEATCH's review shall be for general
conformity to the construction contract documents and shall not relieve the
Contractor of any of his contractual responsibilities. Such reviews shall not extend to
means, methods, techniques, sequences, or procedures of construction, or to safety
precautions and programs incident hereto.
D.3.4. Receive and review guarantees, bonds, and certificates of inspection, tests and
approvals which are to be assembled by the Contractor in accordance with the
construction contract documents and transmit them to CITY OF FAYETTEVILLE.
BLACK & VEATCH's review is not a legal review to determine if the Contractor's
guarantees and bonds comply with all applicable requirements of the contract
documents.
D.3.5. Interpret construction contract documents when requested By CITY OF
FAYETTEVILLE or Contractor.
D.3.6. Review and process the Contractor's monthly payment applications and supporting
data to determine the amounts owed to Contractor and forward to CITY OF
FAYETTEVILLE if appropriate. Recommend approval of all payments to
Contractor in accordance with the Contract Documents BLACK & VEATCH's
review shall be for the purpose of making a full independent mathematical check of
the Contractor's payment request.
D.3.7. Provide documentation and administer the processing of change orders, including
applications for extension of construction time. Evaluate the cost and scheduling
aspects of all change orders and, where necessary, negotiate with the Contractor to
obtain a fair price for the work. Said negotiation shall be subject to the approval of
CITY OF FAYETTEVILLE. Services related to unusually complex or unusually
numerous claims are considered an Additional Service.
D.4. Field Support Services During Construction
D.4.I. At a date and time selected by CITY OF FAYETTEVILLE and at a facility provided
by CITY OF FAYETTEVILLE, conduct a preconstruction conference. BLACK &
VEATCH shall prepare an agenda for the conference, and prepare and distribute
minutes. The preconstruction conference shall include a discussion of the
Contractor's tentative schedules, procedures for transmittal and review of the
Contractor's submittals, processing payment applications, processing of Contractor's
request for interpretations, clarifications, or information, critical work sequencing,
change orders, record documents, and the Contractor's responsibilities for safety and
first aid.
Fayetteville Amendment No 1 (7-18-05) .doc Appendix D-2 7/18/05
• •
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX D - SCOPE OF SERVICES FOR CONSTRUCTION PHASE
D.4.2. Conduct a monthly progress meeting with Contractor and prepare and distribute
minutes of the meeting. While on-site, observe progress of the work, and consult
with CITY OF FAYETTEVILLE's project manager and the Contractor concerning
problems and/or progress of the construction. A total of three (3) meetings are
anticipated.
D.4.3. Design Team personnel with areas of responsibility including project management,
civil, mechanical, electrical, and control and instrumentation will make periodic site
visits. These site visits will be at intervals appropriate to the stages of construction to
observe the general progress and quality of the executed work, and to determine, in
general, if the Project is proceeding in accordance with the Contract Documents. It is
anticipated that four (4) separate on-site visits will be required, with each site visit
consisting of a three day period to observe the work. After each site visit, BLACK &
VEATCH will prepare a written report summarizing discussions and site observations
and submit it to CffY OF FAYETTEVILLE.
D.4.4. investigate any unforeseen subsurface conditions or unforeseen underground facilities
that may be encountered in accordance with Construction Contract General
Conditions. Submit written conclusions to CITY OF Fayetteville's project manager.
D.4.5. Investigate claims of CITY OF FAYETTEVILLE and the Contractor relating to the
acceptability of the work or the interpretation of the requirements of the construction
contract documents. Submit written conclusions to CITY OF FAYETTEVILLE's
project manager.
D.4.6. Conduct a substantial completion inspection of the construction work and prepare a
punch -list of those items to be completed or corrected before final completion of the
project. Submit written results of the inspection to CITY OF FAYETTEVILLE's
project manager and the Contractor. It is anticipated that BLACK & VEATCH's
project personnel will require a total of two staff persons for one one -day inspection
trip
D.4.7. Conduct a final inspection to determine if the construction is completed. BLACK &
VEATCH shall submit written results to CITY OF FAYETTEVILLE's project
manager and also provide written recommendations concerning final payment,
including a list of items, if any, to be completed prior to making such payment. It is
anticipated that the BLACK & VEATCH's project personnel will require a total of
one staff person for one one -day inspection trip.
End of Appendix D
Fayetteville Amendment No I (7-18-05) .doc Appendix D-3 7/18/05
• •
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX E - SCOPE OF SERVICES FOR POST -CONSTRUCTION PHASE
This is Appendix E, consisting of 1 page, referred to in and part of the Agreement for
Professional Engineering Services between CITY OF FAYETTEVILI,E, ARKANSAS and
BLACK & VEATCH CORPORATION dated April 16, 2003.
Initial:
CITY OF FAYETTEVILLE
BLACK & VEATCH
The following is the Scope of Services for the Post -Construction Phase.
E 1 BLACK & VEATCH agrees to provide the following services after completion of the
Project.
E11
Prepare a Record Set of construction drawings based the construction records
maintained by Contractor and BLACK & VEATCH. One Record Set of construction
drawings shall be provided in electronic CADD files and hardcopy form to CITY OF
FAYETTEVILLE.
E.1.2 Review and evaluate distribution system flow data received from the CITY OF
FAYETTEVILLE that was measured by the new insertion -type, flow meter installed
on the existing 36 -inch transmission main. The evaluation will determine those flow
conditions that could be used to detect when a major break has occurred in the 36 -inch
transmission main. Submit proposed flow conditions to the CITY OF
FAYETTEVILLE for its consideration in defining when automatic isolation of that
portion of the existing 36 -inch transmission main between the Township Road and
Joyce Boulevard, using electric actuated butterfly valves, is to occur.
E.I.13 Meet with CITY OF FAYETfEVILLE's project manager and representatives of
Operations Management International to discuss the proposed flow conditions. CITY
OF FAYETTEVILLE will provide the selected flow conditions to Operations
Management International for programming the operation of the isolation valves based
on flow meter output data.
End of Appendix E
Fayetteville Amendment No 1 (7-18-05) .doc Appendix E-1 7/18/05
• •
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX F - HOURLY BILLING RATES FOR ENGINEERING SERVICES
This is APPENDIX F, consisting of one page, referred to in and part of Amendment No. 1 to Agreement For
Professional Engineering Services between CITY OF FAYETTEVILLE, ARKANSAS and BLACK & VEATCH
dated April 16, 2003.
Initial
CITY OF FAYETTEVILLE
BLACK & VEATCH
Amendment No 1
Appendix F-1
7/18/05
Hourly Billing Rate
Job Classification
2005
2006
2007
Principal
$201
$209
$217
Project
Manager
$172
$179
$185
Project
Secretary
$62
$65
$67
Project Account.
$62
$65
$67
Project
Engineer
$159
$165
$171
Lead Civil Engineer
$104
$108
$112
Civil Design Engineer
$93
$96
$100
Civil Tech
$83
$86
$89
Structural Sr.
$149
$155
$161
Structural Engineer
$120
$125
5130
Structural Tech
$91
$95
$98
Geotech Specialist
$140
$145
$151
Architect
$114
$118
$123
Architect Tech
$88
$91
$95
Architect Drafter
$85
$88
$91
Building Mechanical Sr Engr
$141
$147
$152
Building Mechanical Engineer
$122
$127
$131
Building Mechanical Technician
$78
$81
$84
Pump Specialist
$165
$172
$178
Process Mech./ Chem Feed Engr
$104
$108
$112
Electrical Specialist
$148
$153
$159
Electrical Engineer
$124
$128
$133
Electrical Technician
$104
$108
$112
Electrical Drafting
$91
$95
$98
1&C Specialist
$143
$148
$154
I&C Engineer
$127
5132
$137
Shop Drawings Admin
$119
$124
$129
Shop Drawings Clerical
$53
$54
$56
Process Engr - Odor Control
$146
$152
$157
Process Engineer -Liq. Trtmt
$156
$162
$168
Operations Specialist
$136
$142
$147
Operations Process Engr.
$127
$132
$137
Engineer- Writer
$127
$132
$137
Engineer - Writer/Mfg Manuals
5127
$132
$137
Technical Review
$127
$132
$137
Graphics
$91
$95
$98
Editor/ Word Processing / Clerk
$69
$71
$74
Estimator
$133
$138
$143
Resident Project
Representative
$110
$115
$120
Amendment No 1
Appendix F-1
7/18/05
•
mm
sad
0
INTER CONTINENTAL
1/4
aeta
-{ oco ncQa
Paa14-11-
trl kt” ej)
,r-DkutO
701 C:mgrcti Avenue. Auntin. Texas 78701 USA Tel: (512) 457-8800 Far (512) 457-8896
Interne' site: hup://www.interconti.com email: austinOinterconti.com
IST'RC! INFXIIV. Ili rt IS ASI) Rrsi nos - AMERICAS • EUROPE • MIDDLE FAST • AtWIA • ASIA PACIFIC
David Jurgens
Submitted By
•
City of Fayetteville
Staff Review Form
City Council Agenda Items
or
Contracts
9/20/2005
City Council Meeting Date
Water/Wastewater
Division
Action Required:
•
Water/Wastewater
/265
r/zv/o5
/93
e1dmilireo*
Department
Approval of a time and materials contract change order number one, in an amount not to exceed $300,000.00, with
Black and Veatch, plus approval of a $15,000 contingency, for design, construction supervision, post -construction
analysis and testing for improvements to the 36" and 42" water transmission lines.
330,000 00
Cost of this request
5400.5600.5808.00
Account Number
03018
Project Number
Budgeted Item
Depa
II
City Attorney L
XX
988,489.00
Category / Project Budget
36" Water Line Repl & Protection
Program Category / Project Name
34,243.20 Water Line Improvements
Funds Used to Date Program / Project Category Name
$ 954,245.80
Remaining Balance
Budget Adjustment Attached
t Dirictor
Finance an
Mayor
Comments:
emal Service Director
Ceti
I
Date
Date
Water/Sewer
Fund Name
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
16 -Apr -03
Received in City Clerk's Office
Received in Mayor's Office
09-02-05P03.33 RCv:
•
CITY COUNCIL AGENDA MEMO
City Council Meng of September 20, 2005
To: Fayetteville City Council
Thru: Mayor Dan Coody
From: David Jurgens, Water/Wastewater Director, Interim
Date: August 27, 2005
Subject: Approval of a time and materials contract change order (number one), in an amount not to
exceed $300,000.00, with Black and Veatch, plus approval of a $15,000 contingency, for design,
construction supervision, post -construction analysis and testing for improvements to the 36" and 42"
water transmission lines.
RECOMMENDATION
Fayetteville City Administration recommends approval of a time and materials contract change
order number one, in an amount not to exceed $300,000.00, with Black and Veatch, plus approval of
a $15,000 contingency, for design, construction supervision, post -construction analysis and testing
for improvements to the 36" and 42" water transmission lines.
BACKGROUND
There have been three major leaks on our 36" water transmission main that carries water from the
Beaver Water District (BWD) plant in Lowell to Fayetteville. These leaks, each of which caused a
loss of approximately 6 million gallons of water in Icss than 45 minutes, have all occurred in areas
of highly corrosive soil between Crossover Road and the intersection of Township and Old Wire
Road. Analysis by City crews and the Ductile Iron Pipe Research Association identified those areas
along the length of the pipeline where the soil has the characteristics that cause pipe failure. Black
and Veatch's initial analysis and study, completed in August, 2005, made the following
recommendations:
a. Short term recommendations include (1) installing SCADA control on selected valves
on the 36" transmission main ($400,000); (2) installing pressure regulating valves on the 36" and
42" transmission lines ($770,000); and (3) painting the surge tank in Springdale ($180,000).
b. Long term recommendations identify alternatives for replacing the 36" transmission
main in areas where the corrosion potential is highest. The altematives involve installing the
replacement transmission line in conjunction with highway widening projects on Highway 265.
The study also identified a section of pipe that has insufficient pressure when water is not being
actively pumped from the BWD. Upon notification of this, the Arkansas Health Department
required that this be corrected; that this section of pipe must be brought up to adequate pressure,
most likely by installing pressure sustaining valves on the 36" and 42" transmission lines. This will
also serve to reduce the surges that are believed to contribute to the major breaks on the 36" line.
DISCUSSION
This change order to the Black and Veatch contract is for design, construction supervision, post -
construction analysis and testing on short term recommendations (1) and (2), which will protect the
36" transmission main, provide adequate pressure to meet ADFI requirements, and allow the fastest
361 n[nwDcsaend V MemoSep05
• City Council Meg of September 20, 2005
possible response to any future leaks on the 36" line (thus minimizing water loss and the resulting
downstream damage). Unlike traditional engineering projects, there will be a great deal of post -
construction engineering analysis and effort to ensure all valve settings and control mechanisms arc
calibrated to ensure there is no interruption to Fayetteville's water supply as a result of this work,
but also to ensure maximum protection from and in the event of a major break.
SCADA communication facilities will be installed by OM1 in coordination with City staff, and
Black and Veatch. SCADA controls are funded under a separate project.
Staff recommends design specifications for the surge tank painting be developed in-house.
BUDGET IMPACT
There are sufficient funds in the project account in the 2005 budget for this design project. Short
term work items (1) and (3) shall be funded using 2005 funds. Short term work item (2) is being
programmed into the 2006 budget.
361nEngrDcsBand VMemoScp05
• •
RESOLUTION NO.
A RESOLUTION APPROVING CHANGE ORDER #1 TO THE
CONTRACT WITH BLACK & VEATCH IN AN AMOUNT NOT
TO EXCEED $300,000.00 FOR DESIGN, CONSTRUCTION
SUPERVISION, POST -CONSTRUCTION ANALYSIS AND
TESTING FOR IMPROVEMENTS TO THE 36" AND 42" WATER
TRANSMISSION LINES; AND APPROVING A CONTINGENCY
IN THE AMOUNT OF $15,000.00.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas
hereby approves Change Order #1 to the contract with Black & Veatch in an
amount not to exceed $300,000.00 for design, construction supervision, post -
construction analysis and testing for improvements to the 36" and 42" water
transmission lines. A copy of Change Order #1, marked Exhibit "A" is attached
hereto and made a part hereof.
Section 2. That the City Council of the City of Fayetteville, agisas
hereby approves a contingency in the amount of $15,000.00.
r
PASSED and APPROVED this 20th day of September
.XPROVED:
ATTEST
By:
SO DRA SMIT , City Clerk
s
Clarice Pearman - Res193-OS LL _
• Page 1
From: Clarice Pearman
To: Jurgens, David
Subject: Res193-05
David,
Attached is a copy of the resolution passed by City Council, September 20, 2005 approving CO#1 for
Black & Veatch. Also attached is a copy of Amendment No. 1 to the Agreement. I will forward to you via
interoffice mail three of four original agreements.
Thanks.
CC: Deaton, Vicki