Loading...
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