HomeMy WebLinkAbout95-05 RESOLUTIONRESOLUTION NO. 95-05
A RESOLUTION TO APPROVE AMENDMENT NO. 1 TO
THE AGREEMENT FOR PROFESSIONAL SERVICES
WITH BLACK & VEATCH CORPORATION TO PROVIDE
CONSTRUCTION AND POST CONSTRUCTION
SERVICES FOR THE NOLAND WASTEWATER
TREATMENT PLANT IN A NOT TO EXCEED AMOUNT
OF $1,478,000.00
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 Amendment No. 1 to the Agreement for Professional Services with Black &
Veatch Corporation to provide construction and post construction services for the Noland
Wastewater Treatment Plant in a not to exceed amount of $1,478,000.00. The City
Council authorizes Mayor Coody to sign this Amendment No. 1. (attached as Exhibit
PASSED and APPROVED this 10th day of May, 2005.
ATTEST:
°
°
: FAYETTEVILLE:
°
,,y qNs . J$1
`11*,GTON
By: C�Otiu < & dew
SONDRA SMITH, City Clerk
APPROVED:
By:
DAN COODY, Mayor
AMENDMENT NO. 1
TO
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
BETWEEN
CITY OF FAYETTEVILLE, ARKANSAS
AND
BLACK AND VEATCH CORPORATION
WHEREAS, On July 15, 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 Wastewater System Improvement Project, and
in particular the Paul R. Noland Wastewater Treatment Plant Improvements - Headworks and Solids
Handling Improvements - Contract EP -2 (the "Project"). The scope of these services included the final
design and bidding services, and
WHEREAS, BLACK & VEATCH has proceeded with these services in accordance with the scope set
forth in the Agreement, and
WHEREAS, CITY OF FAYETTEVILLE requests that the scope of BLACK & VEATCH 's services to
be amended to provide Construction Phase; Resident Services During Construction; O&M Manual
Preparation, Startup, Training; 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 July 15, 2003, is hereby amended in the following particulars:
SECTION 2 - BASIC SERVICES OF BLACK & VEATCH
2.4 Construction Phase
2.4.1 Delete APPENDIX C - SCOPE OF SERVICES FOR CONSTRUCTION PHASE attached to
the Agreement and replace with APPENDIX C - SCOPE OF SERVICES FOR
CONSTRUCTION PHASE attached to this Amendment No. 1.
2.5 Post -Construction Phase.
2.5.1 Delete APPENDIX D - SCOPE OF SERVICES FOR POST -CONSTRUCTION PHASE
attached to the Agreement and replace with APPENDIX D - SCOPE OF SERVICES FOR
POST -CONSTRUCTION PHASE attached to this Amendment No. 1.
Amendment No 1 - CPS reduced.doc
1 092804
Based on: CPS Amendment-Standard.doc received 10/8/2004 Last printed 2/23/2005 2:23 PM
2.6 Resident Services During Construction
2.6.1 Delete APPENDIX E - SCOPE OF SERVICES FOR RESIDENT SERVICES DURING
CONSTRUCTION PHASE attached to the Agreement and replace with APPENDIX E - SCOPE
OF SERVICES FOR RESIDENT PROJECT REPRESENTATIVE SERVICES DURING
CONSTRUCTION PHASE attached to this Amendment No. 1.
2.7 O&M Manual Preparation and Training and Startup Services During Construction Phase
2.7.1 See APPENDIX F for SCOPE OF SERVICES FOR OPERATIONS AND MANUAL
PREPARATION
SECTION 3 - ADDITIONAL SERVICES OF BLACK & VEATCH
Add the following tasks to SECTION 3 - ADDITIONAL SERVICES OF BLACK & VEATCH:
3.1.8 Additional meetings with local, state, or Federal agencies to discuss project.
3.1.9 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.
3.1.10 Appearances at public hearing meetings or before special boards.
3.1.11 Supplemental engineering work required to meet the requirements of regulatory or funding
agencies that become effective subsequent to the date of this amendment.
3.1.12 Special consultants or independent professional associates requested by CITY OF
FAYETTEVILLE.
3.1.13 Preparation for litigation, or other legal or administrative proceedings; and appearances in court
in connection with change orders or construction incidents.
3.1.14 Engineering assistance to CITY OF FAYETTEVILLE for and during negotiation meetings.
3.1.15 Observing factory tests and field retesting of equipment that fails to pass the initial test.
3.1.16 Visits to the construction site or to CITY OF FAYETTEVILLE's location in excess of the number
of such trips and the associated time set forth in Appendices C, D, E and F.
Amendment No 1 - CPS reduced.doc
2 092804
Last printed 2/23/2005 2:23 PM
• •
3.1.17 Special reports as requested by CITY OF FAYETTEVILLE concerning facility operation and
personnel matters during the startup period.
3.1.18 Where field conditions differ from the conditions indicated in the construction contract
documents or the soil boring logs, 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, or other conditions.
3.1.19 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.
3.1.20 Additional or extended services during construction made necessary by (1) work damaged by fire
or other cause during construction, (2) a significant amount of defective or neglected work by any
Contractor, (3) acceleration of the progress schedule involving service beyond normal working
hours, (4) prolongation of the construction contract time of any prime construction contract 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.
3.1.21 Services resulting from significant delays, changes, or price increases caused directly or indirectly
by shortages of materials, equipment, or energy.
3.1.22 Special services in connection with partial utilization of any part of the project by CITY OF
FAYETTEVILLE prior to Substantial Completion which require the Resident Project
Representative to work additional hours or require employment of additional onsite personnel.
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 Additions to the resident project representative (RPR) staffing level and/or individual RPR(s)
compensation, based on straight time salary rate, for services extending beyond 40 hours per
week as a result of Contractor(s) scheduled extended work week.
Amendment No 1 - CPS reduced.doc
3 092804
Last printed 2/23/2005 2:23 PM
• •
3.1.26 Prepare applications and supporting documents for governmental grants, loans, or advances.
3.1.27 Consult with CITY OF FAYETTEVILLE's fiscal agents and bond attorneys and provide such
engineering data as required for any bond prospectus or other financing requirements.
3.1.28 Making revisions in Drawings, Specifications, or other documents when such revisions are:
3.1.28.1 Inconsistent with approvals or instructions previously given by CITY OF
FAYETTEVILLE, including revisions made necessary by adjustments in CITY OF
FAYETTEVILLE's program or Project Budget.
3.1.28.2 Required by the enactment or revision of codes, laws, or regulations subsequent to the
preparation of such documents.
3.1.29 Providing 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.
SECTION 4 - CITY OF FAYETTEVILLE'S RESPONSIBILITIES
Add the following tasks to SECTION 4 of Agreement:
CITY OF FAYETTEVILLE will furnish and not at the expense of the BLACK & VEATCH the
following items.
4.13 All maps, drawings, reports, records, manuals, and other data that are available in the files of
CITY OF FAYETTEVILLE and which may be useful in the work involved under this
Amendment.
SECTION 5 - PERIOD OF SERVICE
5.3 The services described in this Amendment are expected to be completed in accordance with the
following schedule:
Construction Phase Services,
Resident Project Representative Services
Twenty seven months from time of
Notice to Proceed to Contractor
by the CITY OF FAYETTEVILLE
O&M Manual Preparation and Complete within 180 days of
i Amendment No 1- CPS reduced.doc 4 092804
Last printed 2/23/2005 2:23 PM
f
Startup and Training Contractor's Substantial Completion
Post Construction Phase Services, Within 90 days of Completion of
the one year period of operation
CITY OF FAYETTEVILLE agrees to adjust schedule if the Notice to Proceed is delayed beyond
May 1, 2005.
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
For the scope of services set forth in the final design and bidding phase and as may have been amended,
plus the Basic Services set forth in this Amendment No. 1, CITY OF FAYETTEVILLE agrees to pay
BLACK & VEATCH the amounts indicated for each phase of the work. The total payment to BLACK &
VEATCH shall not exceed One Million Eight Hundred Seventy Thousand Dollars ($1,478,000) except as
provided for in Section 3 of the Agreement. The total payment is based on compensation amounts
presented in the following table to the scopes of services set forth in this Amendment No. 1.
Amendment No 1 - CPS reduced.doc 5 092804
Last printed 2/23/2005 2:23 PM
Service Item(s)
Amount
Appendix C — Construction Phase Services
$867,800
Appendix D - Post -Construction Services
$79,500
Appendix E - Resident Project Representative
$432,100
Appendix F - Operation & Maintenance Manual
and Process Description, Start -Up
and Training Services
$98,600
Total Not -to -Exceed Amount
$1,478,000
Subject to prior City Council approval, adjustment of the compensation 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.
Monthly statements for each payroll month shall be submitted to CITY OF FAYETTEVILLE or
such parties as CITY OF FAYETTEVILLE may designate for these services consistent with
BLACK & VEATCH's normal billing schedule. Once established, the billing schedule shall be
maintained throughout the duration of the Project. Applications for payment shall be made in
accordance with a format to be developed by BLACK & VEATCH and approved by CITY OF
FAYETTEVILLE. Final payment for these services shall be made upon CITY OF
FAYETTEVILLE's approval and acceptance with the satisfactory completion of this phase for
the Project.
Amendment No 1 - CPS reduced.doc
6 092804
Last printed 2/23/2005 2:23 PM
Delete Sections 6.1.3, 6.1.4, 6.1.5 and 6.1.6 of the Agreement and include the following:
6.1.3 Construction Phase Services
For the Scope of Services during the Construction Phase described herein, CITY OF
FAYETTEVILLE shall pay BLACK & VEATCH the sum not to exceed, $867,800 unless
amended in accordance with Paragraph 6.1.7.
6.1.4 Post -Construction Phase Services
For the Scope of Services during the Post -Construction Phase described herein, CITY OF
FAYETTEVILLE shall pay BLACK & VEATCH the sum not to exceed $79,500 unless
amended in accordance with Paragraph 6.1.7.
6.1.5 Resident Project Representative Services During Construction Phase
For the Scope of Services during the Resident Project Representative Services During
Construction Phase described herein, CITY OF FAYETTEVILLE shall pay BLACK &
VEATCH the sum not to exceed $432,100 unless amended in accordance with Paragraph 6.1.7.
6.1.6 O&M Manual Preparation and Training and Startup Services During Construction Phase
For the Scope of Services during the O&M Manual Preparation and Training and Startup
Services During Construction Phase described herein, CITY OF FAYETTEVILLE shall pay the
sum not to exceed $98,600 unless amended in accordance with Paragraph 6.1.7.
6.1.7 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.
6.1.8 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
Amendment No 1 - CPS reduced.doc
7 092804
Last printed 2/23/2005 2:23 PM
• •
of this Amendment No. 1 and if the construction period or operation period is extended
that the BLACK & VEATCH shall be entitled to additional compensation.
6.1.8.1 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
include 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 G to this Amendment.
6.1.8.2 The following direct expenses are considered reimbursable and are included in the not
to exceed amount.
6.1.8.2.1 Travel, subsistence, and incidental costs.
6.1.8.2.2 Use of motor vehicles on a rental basis for assigned vehicles and on a mileage
basis or rental cost basis for vehicles used for short periods. Mileage basis shall
not exceed 40 cents per mile.
6.1.8.2.3 One-way moving costs to project for Resident Project Representative.
6.1.8.2.4 Cost of acquiring any other materials or services specifically for and applicable to
only this project.
6.1.8.2.5 Subcontract costs times 1.05.
6.1.8.3 The following direct expenses are also considered reimbursable and are not a part of
the not to exceed amount.
6.1.8.3.1 Charges of special consultants requested by CITY OF FAYETTEVILLE.
6.1.8.3.2 Special insurance coverage required by CITY OF FAYETTEVILLE.
6.1.8.3.3 Local taxes or fees applicable to the engineering work or payments therefore.
Amendment No 1 - CPS reduced.doc
8 092804
Last printed 2/23/2005 2:23 PM
6.1.8.3.4 Cost of acquiring any other materials or services specifically for and applicable to
only this project.
6.1.8.4 It is understood and agreed that the not to exceed cost is based on the start of the
services being authorized not later than May 1, 2005. If start of services is not
authorized by dates given, it is understood and agreed that the not to exceed cost will
be adjusted accordingly by an amendment the Agreement.
6.1.8.5 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.
1N WITNESS WHEREOF, the parties hereto have caused this Amendment to be duly executed this WW1
day of
204
BLACK & VEATCH CORPORATION
By:
Title:
,(2.04 -
END OF AMENDMENT NO. 1 TO
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
Amendment No 1 - CPS reduced.doc
9 092804
Last printed 2/23/2005 2:23 PM
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX C — SCOPE OF SERVICES FOR CONSTRUCTION PHASE
This is Appendix C, consisting of 4 pages, referred to in and part of the Agreement For
Professional Engineering Services between CITY OF FAYETTEVILLE, ARKANSAS and
BLACK & VEATCH CORPORATION dated July 15, 2003.
Initial:
CITY OF FAYETTEVILLE
BLACK & VEATCH
The following is the Scope of Services for the Construction Phase.
C.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, technique, 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 Contractors to
comply with laws, regulations, rules, ordinances, codes, or orders applicable to the
Contractor(s) furnishing and performing the work. Specific services to be performed
by BLACK & VEATCH are as follows:
C.2. Management
C.2.1. 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, consultation and coordination with the Program
Manager, supervision and coordination of the services provided by BLACK &
VEATCH including scheduling and assignment of personnel, invoicing, and
continuous monitoring of the progress of the services.
C.3. Office Support Services During Construction
C.3.1. Receive the Contractor's insurance certificates and forward to Program Manager for
review and acceptance by the CITY OF FAYETTEVILLE's legal counsel.
C.3.2. Review and comment to Program Manager on the Contractor's initial and updated
construction schedule(s) if requested by Program Manager. 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
Amendment No 1 - CPS reduced.doc
Appendix C-1 092804
wastewater treatment plant 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.
C.3.3. Review and comment to Program Manager on the Contractor's initial schedule of
values and schedule of estimated monthly payments.
C.3.4. Review guarantees, bonds, and certificates of inspection, and tests and approvals which
are to be assembled by the Contractor(s) in accordance with the construction contract
documents, and transmit them to Program Manager. 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.
C.3.5. 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. This task does not pertain to review and organization of
manufacturer's O&M manuals, which is described in another task.
C.3.6. Interpret construction contract documents when requested. Requests for
interpretations, clarifications or information shall be in writing through the Program
Manager. Responses to Contractor shall be through the Program Manager.
C.3.7. Review Contractor's applications for payment and supporting data, determine the
amounts owed to Contractor, and recommend to Program Manager, in writing,
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.
C.3.8. Prepare routine Change Orders as required and submit to Program Manager. Review
CITY OF FAYETTEVILLE or Contractor documentation and prepare any additional
documentation required to administer the processing of change order, including
applications for extension of construction time. Provide opinion to the Program
Manager of the performance by the parties thereto, and make recommendations to
Program Manager on claims of CITY OF FAYETTEVILLE and Contractor(s) relating
to the execution and progress of the Work and other matters and questions related
thereto; but BLACK & VEATCH shall not be liable for the results of any such
interpretations, opinions, recommendations, or decisions rendered by BLACK &
VEATCH in good faith.
If required, 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
Amendment No 1 - CPS reduced.doc
Appendix C-2 092804
Last printed 2/23/2005 2:23 PM
related to unusually complex or unusually numerous claims are considered an
Additional Service.
C.3.9. Provide monthly progress reports to CITY OF FAYETTEVILLE and Program
Manager.
C.3.10. Review and make recommendations regarding "or equal" submittals in accordance
with Construction Contract General Conditions.
C.3.11. Provide to the Program Manager, in a format acceptable to the Program Manager, such
progress reports; pay applications; project summaries; and other data as may be
required, for posting by others on a project web site to allow the public to monitor and
review the activities; materials; and financial status of the project. Update the data
supplied to the Program Manager when requested.
C.4. Field Support Services During Construction
C.4.1. Conduct the preconstruction conference. BLACK & VEATCH shall prepare an agenda
for the conference, and prepare and distribute minutes. The preconstruction conference
will include a discussion of the Contractor's tentative schedule, procedures for
transmittal and review of the Contractor's submittals, processing payment applications,
critical construction sequencing, change orders, record documents, and the Contractor's
responsibilities for safety and first aid.
C.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
Program Manager and the Contractor concerning problems and/or progress of the
construction. A total of twenty seven (27) meetings are anticipated.
C.4.3. Design team personnel with areas of responsibilities including project management,
structural, process mechanical, HVAC, electrical, control and instrumentation,
geotechnical, and architectural will make periodic site visits. These site visits will be
at intervals appropriate to the stages of construction to consult with and advise the
Resident Project Representative, observe the 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 twenty four (24) separate onsite visits will
be required. The level of effort is anticipated to require 16 person hours per trip. A
written report summarizing discussions, site observations, and periodically established
objectives shall be provided to Program Manager for distribution.
C.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 through Program Manager
C.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
Amendment No 1 - CPS reduced.doc Appendix C-3
092804
Last printed 2/23/2005 2:23 PM
contract documents. Submit written conclusions to CITY OF FAYETTEVILLE
through Program Manager.
C.4.6. Analyze data from performance testing of equipment by the Contractor or supplier
when the construction contract documents require the equipment to be tested after
installation. Submit written conclusions to CITY OF FAYETTEVILLE through
Program Manager.
C.4.7. Conduct a substantial completion inspection of theconstruction 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 and
the Contractor through Program Manager. It is anticipated that BLACK & VEATCH's
project personnel will require a total of two staff persons for one two-day inspection
trip.
C.4.8. Conduct a final inspection to determine if the construction is completed. BLACK &
VEATCH shall submit written results to Program Manager and provide written
recommendations concerning final payment to Program Manager, 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
two-day inspection trip.
Amendment No 1 - CPS reduced.doc
Appendix C-4 092804
Last printed 2/23/2005 2:23 PM
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX D — SCOPE OF SERVICES FOR POST -CONSTRUCTION PHASE
This is Appendix D, consisting of one page, referred to in and part of the Agreement For
Professional Engineering Services between CITY OF FAYETTEVILLE, ARKANSAS and
BLACK & VEATCH CORPORATION dated July 15, 2003.
Initial:
CITY OF FAYETTEVILLE
BLACK & VEATCH
The following is the Scope of Services for the Post -Construction Phase.
D. General
D.1. BLACK & VEATCH agrees to provide the following services after completion of the
project. The project is identified as the Noland WWTP Improvements, Headworks and
Solids Dewatering, Contract EP -2 and defined in the construction documents prepared
by BLACK & VEATCH.
D.1.1. Prepare, after completion of construction and prior to the final inspection by the
Arkansas Soil and Water Conservation Commission, if any, a Record Set of
construction drawings based the construction records maintained and submitted by
Contractor and Resident Project Representative. Record Set of construction drawings
shall be provided in electronic CADD files.
D.2. Consultation
BLACK & VEATCH agrees to make available the services of design team members for
consultation.
D.2.1. Provide one year performance review and submit written conclusions to CITY OF
FAYETTEVILLE. Prior to expiration of the warranties, meet with the CITY OF
FAYETTEVILLE and conduct an on-site performance review to determine if the
performance provisions of the contract documents have been met. It is anticipated that
that up to 100 hours will be required.
Amendment No 1 - CPS reduced.doc Appendix D-1 092804
•
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX E — RESIDENT PROJECT REPRESENTATIVE SERVICES DURING
CONSTRUCTION PHASE
This is Appendix E, consisting of 5 pages, referred to in and part of the Agreement For
Professional Engineering Services between CITY OF FAYETTEVILLE, ARKANSAS and
BLACK & VEATCH dated July 15, 2003.
Initial:
CITY OF FAYETTEVILLE
BLACK & VEATCH
The following is the Scope of Services for the Resident Project Representative Services During
Construction.
E.1. General
BLACK & VEATCH will furnish up to 3,360 hours of a Resident Project
Representative to observe the Contractor's work and perform the services listed below.
The Resident Project Representative shall not have responsibility for the superin-
tendence of construction site conditions, safety, safe practices or unsafe practices or
conditions, operation, equipment, or personnel other than employees of BLACK &
VEATCH. This service will in no way relieve the Contractor of supervision and
inspection of the work or the Contractor's obligation for compliance with the Contract
Documents. The Contractor shall have sole responsibility for safety and for
maintaining safe practices and avoiding unsafe practices or conditions. Specific
services performed by the Resident Project Representative and assistants are as
follows:
E.2. Site Observations and Liaison with Program Manager and Contractor
E.2.1. Conduct on-site observations of the general progress of the work to assist BLACK &
VEATCH in determining if the work is proceeding in accordance with the construction
contract documents.
E.2.2. Serve as BLACK & VEATCH's liaison with the Contractor and assisting BLACK &
VEATCH in providing interpretation of the construction contract documents.
E.2.3. Assist BLACK & VEATCH in serving as CITY. OF FAYETTEVILLE's liaison with
the Contractor when the Contractor's operations affect CITY OF FAYETTEVILLE's
on-site operation.
Amendment No 1 - CPS reduced.doc Appendix E-1 092804
• •
E.2.4. As requested by BLACK & VEATCH, assist in obtaining from CITY OF
FAYETTEVILLE additional details or information when required at the jobsite for
proper execution of the work.
E.2.5. Report to BLACK & VEATCH, giving opinions and suggestions based on the Resident
Project Representative's observations regarding defects or deficiencies in the Con-
tractor's work and relating to compliance with drawings, specifications, and design
concepts.
E.2.6. Advise BLACK & VEATCH and the Contractor immediately of the commencement of
any work requiring a shop drawing or sample submission if the submission has not
been reviewed by BLACK & VEATCH or has been not been resubmitted for review if
required.
E.2.7. Observe pertinent site conditions when the Contractor maintains that differing
subsurface and physical conditions have been encountered, and document actual site
conditions.
E.2.8. Assist in coordinating scheduling of activities to minimize conflicts with CITY OF
FAYETTEVILLE's activities.
E.2.9. Visually inspect materials, equipment, and supplies delivered to the worksite. Reject
materials, equipment, and supplies which do not conform to the construction contract
documents.
E.2.10. Coordinate onsite materials testing services during construction. Copies of testing
results will be forwarded to CITY OF FAYETTEVILLE and Program Manager for
information.
E.2.11. Observe field tests of equipment, structures, and piping, and review the resulting
reports, commenting to BLACK & VEATCH, as appropriate.
E.2.12. Report immediately to BLACK & VEATCH upon occurrence of any accident.
E.3. Outside Liaison and Public Information Services
E.3.1. Accompany visiting inspectors representing public or other agencies having jurisdiction
over the project. Record the names of the inspectors, and the results of the inspections,
and report to BLACK & VEATCH and Program Manager.
E.4. Meetings, Reports, and Document Review and Maintenance
E.4.1. Attend the preconstruction conference, and assist BLACK & VEATCH in explaining
administrative procedures which will be followed during construction.
Amendment No 1 - CPS reduced.doc
Appendix E-2 092804
Last printed 2/23/2005 2:23 PM
E.4.2. Attend monthly progress meetings, and other meetings with Program Manager and the
Contractor when necessary, to review and discuss construction procedures and
construction progress, engineering management procedures, and other matters
concerning the project.
E.4.3. Submit to BLACK & VEATCH, with a copy to Program Manager, weekly construc-
tion progress reports containing a summary of the Contractor's progress including
general condition of the work, problems, and resolutions or proposed resolutions to
problems.
E.4.4. Review the schedule of shop drawings submissions, and schedule of values prepared
by the Contractor, and consult with BLACK & VEATCH concerning their
acceptability.
E.4.5. Report to BLACK & VEATCH regarding work which is known to be defective, or
which fails any required inspections, tests, or approvals, or has been damaged prior to
final payment; and advise BLACK & VEATCH whether the work should be corrected
or rejected, or should be uncovered for observation, or requires special testing,
inspection, or approval.
E.4.6. Review applications for payment with the Contractor for compliance with the
established procedure for their submission, and forward them with recommendations to
BLACK & VEATCH, noting particularly their relation to the schedule of values, work
completed, and materials and equipment delivered at the site, but not incorporated into
the work.
E.4.7. Record date of receipt of shop drawing samples. Receive samples which are furnished
at the site by the Contractor, and notify BLACK & VEATCH of their availability for
examination.
E.4.8. Verify, during the course of the work, that specified certificates, operation and
maintenance manuals, and other data required to be assembled and furnished by the
Contractor are applicable to the items actually installed.
E.4.9. Maintain a marked set of drawings and specifications at the jobsite based on data
provided by the Contractor. This information will be combined with information from
the record documents maintained by the Contractor. Upon completion of the work,
forward the record documents to BLACK & VEATCH.
E.4.10. Review certificates of inspections, tests, and related approvals submitted by the
Contractor as required by laws, rules, regulations, ordinances, codes, orders, or the
Contract Documents (but only to verify that their content complies with the
requirements of, and the results certified indicate compliance with, the construction
contract documents). This service is limited to a review of items submitted by the
Contractor and does not extend to a determination of whether the Contractor has
complied with all legal requirements.
Amendment No 1 - CPS reduced.doc
Appendix E-3 092804
Last printed 2/23/2005 2:23 PM
E.4.11. Maintain the following documents at the jobsite.
E.4.11.1 Correspondence files.
E.4.11.2
Reports of jobsite conferences, meetings, and discussions among the
BLACK & VEATCH, Program Manager, and Contractor.
E.4.11.3 Submittals of shop drawings and samples.
E.4.11.4 Reproductions of original construction contract documents.
E.4.11.5 Addenda.
E.4.11.6 Change orders.
E.4.11.7 Field orders.
E.4.11.8 Work Change Directives
E.4.11.9 Requests for Interpretation
E.4.11.10 Requests for Proposal and Associated Response.
E.4.11.11 Additional drawings issued subsequent to execution of the construction
contract documents.
E.4.11.12 Progress reports.
E.4.11.13 Names, addresses, and telephone numbers of all contractors,
subcontractors, and major suppliers of materials and equipment.
E.4.11.14 Maintain a diary or log book of significant events at the jobsite, including
the following information. The diary or log book shall remain the property
of BLACK & VEATCH.
Days the Contractor worked on the jobsite.
Number of Contractor and subcontractor personnel on jobsite.
Construction equipment on the jobsite.
Observed delays and causes.
Weather conditions.
Data relative to claims for extras or deductions.
Amendment No 1 - CPS reduced.doc
Appendix E-4 092804
Last printed 2/23/2005 2:23 PM
Construction Activities.
Observations pertaining to the progress of the work.
Materials received on jobsite.
E.S. Assistance with Substantial Completion
E.5.1. Assist BLACK & VEATCH in conducting substantial inspection in the company of
Program Manager and the Contractor, and prepare a list of items to be completed or
corrected.
E.5.2. Verify that all items on the list have been completed or corrected, and make
recommendations to BLACK & VEATCH concerning acceptance.
E.6. Assistance with Final Completion
E.6.1. Assist BLACK & VEATCH in conducting final inspection in the company of Program
Manager and the Contractor, and prepare a final list of items to be completed or
corrected.
E.6.2. Verify that all items on the final list have been completed or corrected, and make
recommendations to BLACK & VEATCH concerning acceptance.
E.7. Field Testing Services
E.7.1. Through a subcontract, conduct, evaluate, and report on test and test analyses for
equipment and materials, including concrete, masonry, and soil compaction identified
in the construction contract documents to be performed by OWNER.
Amendment No 1 - CPS reduced.doc
Appendix E-5 092804
Last printed 2/23/2005 2:23 PM
0
0
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX F - SCOPE OF SERVICES FOR OPERATIONS AND MANUAL PREPARATION
This is Appendix F, consisting of 2 pages, referred to in and part of the Agreement For
Professional Engineering Services between CITY OF FAYETTEVILLE, ARKANSAS and
BLACK & VEATCH dated July 15, 2003.
Initial:
CITY OF FAYETTEVILLE 2.
BLACK & VEATCH
The following is the Scope of Services for the Operations and Maintenance Support.
F.1. OPERATIONS AND MAINTENANCE TECHNICAL MEMORANDA
BLACK & VEATCH will provide an updated design memorandum and the following
two technical memoranda:
Technical Memorandum I - Biological Process Description Document
Technical Memorandum 2 - Flow Diversion during Wet Weather Events.
F.1.1. Design Memorandum
Update the Design Memorandum to reflect changes made during construction that
impact operation of Improvements constructed the Project.
F. 1.2. Biological Process Description Memorandum
Prepare a document that addresses the handling the reduction in biological loadings
anticipated to occur when the new West Side plant is placed in service and part of the
flow that currently goes to the Noland Plant is diverted to the West Side Plant. Impact
to the existing biological treatment process, which includes anaerobic, anoxic, oxic
basins and secondary clarifiers, will be addressed.
F. 1.3. Flow Diversion During Wet Weather Events
Prepare a document that addresses the different operating conditions for the 36 inch
throttling valve down stream of the Wet Weather Splitter Box. Different flow
conditions and by-pass options during wet weather conditions will be addressed.
Amendment No 1 - CPS reduced.doc Appendix F-1 092804
F.1.4. Design Memorandum and Technical Memorandum Review
According to the schedule, technical and design memoranda will be submitted to the
CITY OF FAYETTEVILLE for review. CITY OF FAYETTEVILLE's comments will
be submitted to BLACK & VEATCH within two weeks.
F.1.5 Manufacturers Maintenance Manuals
The manufacturer's O&M manuals submitted under section 01620 of the construction
specifications shall be reviewed and forwarded to CITY OF FAYETTEVILLE.
F.2. TRAINING AND START-UP SUPPORT
BLACK & VEATCH will provide the following services during start-up and training.
F.2.1. Updated Design Memorandum will be used in training operators on intended method of
operation for each process. Provide one 2 day trip for training sessions to assist CITY
OF FAYETTEVILLE with operation of facilities.
F.2.2. Review and comment on startup procedures proposed by the Contractor. The purpose
of this review is to confirm the availability of the required equipment for each process
area, pre -testing of equipment, and verifying that chemicals, lubricants and expendables
are available, work assignments are made, and startup procedures are coordinated with
existing plant operations.
F.2.3. Provide an additional start up and post start up assistance at the request of CITY OF
FAYETTEVILLE for up to 160 man hours during the warranty period. Provide up to 4
trips to the site.
F.2.4. Review and comment on the Contractor's odor control performance testing procedures.
Review and comment on data from the 30 day odor control performance tests
conducted by the Contractor. Additionally, BLACK & VEATCH will monitor the
performance tests for up to 3 days.
Amendment No 1 - CPS reduced.doc Appendix F-2 092804
Last printed 2/23/2005 2:23 PM
0 i
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX G - HOURLY BILLING RATES FOR ENGINEERING SERVICES
This is APPENDIX G, consisting of one page, referred to in and part of the Agreement For Professional
Engineering Services between CITY OF FAYETTEVILLE, ARKANSAS and BLACK & VEATCH dated July
15, 2003.
Initial
CITY OF FAYETTEVILLE Cc
BLACK & VEATCH
Job Classification
Hourly Billing Rate
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 En ineer
$104
$108
$112
Civil Design Engineer
$93
$96
$100
Civil Tech
$83
$86
$89
Structural Sr.
$149
$155
$161
Structural Engineer
$120
$125
$130
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 En
$141
$147
$152
Building Mechanical Engineer
$122
$127
$131
Building Mechanical Technician
$78
$81
$84
Pump Specialist
$165
$172
$178
Process Mech. / Chem Feed En
$104
$108
$112
Electrical Specialist
$148
$153
$159
Electrical Engineer
$124
$128
$133
Electrical Technician
$104
$108
$112
Electrical Drafting
$91
$95
$98
I&C Specialist
$143
$148
$154
I&C Engineer
$127
$132
$137
Shop Drawings Admin
$124
$129
Shop Drawings Clerical
$53
$54
$56
Process En - Odor Control
$146
$152
$157
Process Engineer - Lig. Trtmt
$156
$162
$168
Operations Specialist
$136
$142
$147
Operations Process En .
$127
$132
$137
En ineer - Writer
$127
$132
$137
En ineer - Writer / Mf Manuals
$127
$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
$157
$163
$169
Amendment No. 1 120904
Construction Services Budget Phase EP-2.xls Billing Rate Sheet Appendix G- 1
C:%CygnetCachs11350451Updated 2-2005 Construction Services Budget Phase EP-21.xls
2 Owner: City of Fayetteville, Arkansas
Project Noland Wastewater Treatment Plant Improvements - EP -2
Services: Construction Phase Services and Resident Engineering
PHASE
r PHASEResk
Subtotal
TOTAL COST
roundes ....at $100
SUBTOTAL.
hours
SUBTOTAL
B181no S
SUBTOTAL,
EXPENSES
SUBTOTAL.
SUBCONTRACTS ad
muIdpli.r
1.05
a (9llllns R.W. $IH,.
,a APPENDIXC-CONSTRUCTION PHASE SERVICES
Cl GENERAL
C.2 C.2.1• M.n.p.m.nlfunc8oau
400
386
44610
44618
C.3 Olnc. support 5.040..
C.3.1 0060 • C.NOeata. -
410
- !
840
$
648
C.3.2 iniwl Construction Sehesul.
410
26
1342
S
S 3,342
CAA.1 EoAtlno0.e0lnConenou.Owr.eon -
410
64
8810
SAID
C.0.2.2 Updatad Conarveeon Bcho8utas
410
66
11 202
$ 11.202
C.J.3 R.vbw 500.901.0600000.0104 P.ym.nt 6cltesuhs
410
22
S 2 694
'S
$ 2,694
C.3.4 R.N. Ou.nnw., Bonds, Testa
410
116
f 18 780
16.100
C.3.6 'R.0).w Dr.wlno. and Data .ubmle.d by Contractor
410
2,650
5,g20
$ 273,020
C.3.6 Inurpr.t Contncl Docum.nt.I RFta
410
1,266
143 930
S
$
143.036
C.3.7 Ravtaw Applloatons for P.ynunt
410
214
21 690
S
21,690
C.3.5 Prepare Rouen. Chang. Ord.n
410
326
f 40 866
f
$
$ 40,806
C.3.9 ProvM. Monthly Progress Reports
410
120
18 720
18,720
C.3.10 R.vbw Oraqual ra4u..ts
410
96
11963
f
11968
0.3.11 Ron).,. Equip. M.nul. OS M m.nu.l.
410
272
$1L4°
S
S
S 23,496
33 C.3.12 Provide dmto Program M.n.g., forw.balt.
411
66
S 89368
f
6938
C.4 Fl.ld support 5.rvkas
CA.1 PO -0000 ruction Conference
420
62
S 8840
S 530
$
$ 7,370
C.4.2 Conduct Monthly Progrees Nesting.
420
448
$ 87 696
$ 20,360
$
It 88046
C.4.3 ton Maka P.npolc511a VI.lb/Invest Unfonsesn condlBons IAecepMblllty
CA.5 cl.ima l erfonnann tact data.
420
924
9112.12
8 16,120
127,292
C.4.7 6ub.lnU.l Compl.tlonbwp.oUon
420
104
S 11996
8 1,420
$ 17416
CAA Final Compl.11on In.p.0on
420
44
S 4 940
S 1,420
6,360
Subtotal Moun
7,266
Subtotal Billings
$ 820232
$ 46860
S
f 867,082
$ 687,800
APPENDIX D - POST CONSTRUCTION PHASE
0.6 0.1.1 Pnp.n R.cOrd Sat of Dnwlnpa
ra
600
670
961.35,2
9 2,500
83,362
0.2 0.2.1 Provide up to 100loaurs c-sulrg for 1 year p.rfonn'es ratvw
610
100
5, 16 050
$ 18,000
i2 Subtotal Noun
870
,a Subtotal Billing.
S 77 412
$ 2,000
' f
It 79,412
$ 18,800
APPENDIX E- RESIDENT PROJECT REPRESENTATIVE 6.1 Nn E.5 Tasks
450
7380
369600
1 10000
S
S 379800
E.1 GENERAL
450
$
,E.2 SITE OBSERVATIONS AND LIAISON
450
$
E.3 OUTSIDE LIAISON AND PUBLIC INFORMATION SERVICES
450
$
EA MEETINGS. REPORTS AND DOCUMENT REVIEW
450
$
1. E.5 ASSIST WITH SUBSTANTIAL COMPLETION
450
$
$
E.5 ASSISTWTTH FINAL COMPLETION
2
460
E.7 Provid. Flard Testing S.rvkes through .u5contractor
461
$ 62,500
8 62,500
w Subtotal Hours
3,360
M Subtotal BIIBng.
S 389 600
$ 10,000
$ 52,502
$ 432,100
$ 432,100
m APPENDIX P. O&M MANUAL I START UP/TRAINING
600
F.1&F.2 F.2 O&M MANUAL AND PROCESS DESCRIPTION DOCUMENT
$00
563
$ 159
S
$
$ 94169
F.3 Sl.rtup and Tninlno B.rvlc.a P.3.1 G.n.,.I
F.3.2 . 1,0101105
F.2.2.1 Conduct.lta visit to b.com. (=Ill.rwlt plant
600
710
f
710
F.3.2.2 D.velop pr.+tartup IlSNMS program.
600
f
F.3.2.3 Pnpan lr0Wng maten.is for training prdgnm
600
F.2 S.rtup
600
F.2.1 Training
600
7
q43.
831
F.2.2 R. Contractor. SU Plan
600
160
25440
S
f 25,440
F.2.3 Provid.160 hours of on.11 plant sump assistance (2 trip.)
500
$
$ 710
710
F.2.4 Be present M and nvlew odor control testing
600
48
j_5,5$;
S 6.075
SubtoW Hour.
766
$213
Subtotal Billings
$ 97 105
$ 1 420
$
$ 88,520
$ 98,800
SECTION?. ADDITIONAL SERVICES
1p2 AddWonalSsrvleta Allowane.
700
S
$
Subtotal Moun
51911,100 Blliings
$
$
S
$
TOTALHOURS-ALL PHASES
12,082
TOTAL BILLING - ALL PHASES
1,364,349
$ 80270
S 52,555
S 1,477,119
TOTAL BILLING -ALL PHASES
$ 1478000
Cygnet: 135045 Management/ Marketing Information / Proposals Folder
Updated 2-2005 Construction Services Budget Phase EP-21.xls
Bob Davis
Submitted By
City of Fayetteville
Staff Review Form
City Council Agenda Items
or
Contracts
3 -May -05
City Council Meeting Date
Water & Wastewater
Division
Director
Department
Action Required:
Approval of a contract amendment for Black & Veatch to provide Construction Phase Services dealing with the
construction and post -construction activities associated with the Noland Wastewater Treatment Plant headworks and
solids handling improvements.
$1,478,000.00
Cost of this request
4480.9480.5315.00
Account Number
2133.0303
Project Number
Budgeted Item IX
LL
Department Director
City ttorney
113,011,603.00
Category/Project Budget
2,076,252.52
Funds Used to Date
$ 110,935,350.48
Remaining Balance
Budget Adjustment Attached
4is-Z�
Date
2l -oS
Finance and Internal Service Director Date
Wastewater System Improvements
Project/Noland Plant
Program Category / Project Name
WWTPImp
Program / Project Category Name
Wastewater System Improvements
Project Project Fund
Fund Name
Previous Ordinance or Resolution # 108-03
Original Contract Date: 15 -Jul -03
Original Contract Number: # 912
Received in City Clerk's Office
Received in Mayor's Office
EN ER
/1:.? Mayor ate
merits: This constructirao proiectj scheduled to start on
T -T
00 Ia.. 5%
ayeFttv1e
City Council Meeting of May 3, 2005 5IQGk-
CITY COUNCIL AGENDA MEMO
To: Mayor and City Council fld�
From: Bob Davis, P.E., Water & Wastewater Director
Date: April 15, 2005
Subject: Approval of a contract amendment for Black & Veatch to provide
Construction Phase Services dealing with the construction and post -
construction activities associated with the Noland Wastewater Treatment
Plant headworks and solids handling improvements.
RECOMMENDATION: I recommend approval of this contract amendment. This
recommendation was preceeded by a thorough review of proposed tasks presented by
Black & Veatch including an intense question and answer session, negotiation and
refinement, and finally, revision of their preliminary proposal. A detailed breakdown of
tasks and estimated hours for each task are provided on the spreadsheet included with this
memo. Black & Veatch has designed this work, and continuation of construction phase
services with this firm (including shop drawing review, inspection of the construction
work, and general resident engineer services) will provide the City with continuation of
responsible charge and subsequent engineering responsibility by a single, consistent
entity (Black & Veatch). Black & Veatch design and bidding services regarding the
Noland Plant have been conducted in a timely, professional manner and we have every
reason to believe that this track record will continue throughout construction and post -
construction phase activities.
BACKGROUND: As part of the Wastewater Systems Improvement Project (WSIP) the
City of Fayetteville has undertaken a major renovation and expansion of the existing
Noland Wastewater Treatment Plant including improvements to the headworks and solids
handling factilities. Improvement briefs are provided in the following two paragraphs.
Solids Handling Facilities
Improvements include construction of a new two-story sludge dewatering building. The
dewatering equipment will be located on the second story to allow for easy sludge
loading to the truck drive -through below. The equipment within the building will include
a new conveyance system with dewatered cake loadout facilities that will be used to load
trucks; a ferric chloride storage and feed system to be used at the belt filter presses for
hydrogen sulfide control; and an odor control system for the dewatering building
including cake -loading areas.
Headworks Improvements
Improvements include three new flow control structures, a new screenings facility, a new
grit removal system, plant flow monitoring, upgrades to the existing influent pump
station, a second influent pumping station, replacement of sludge pumps and
denitrification pumps, repair of concrete on existing basins, odor control improvements, a
-7 Nliiy it9M -
yeFttvi1e
City Council Meeting of May 3, 2005
new gravity belt thickener with associated appurtenances, repairs to the existing
building's exterior facing and roof, and other miscellaneous improvements.
DISCUSSION: This is the first project to be constructed in the Wastewater System
Improvements Project (WSIP) and all systems are "go". Archer Western was previously
awarded the construction contract for the Noland Plant improvements. Construction
Contracts have been signed and bonds, insurance, and all other required pre -construction
documents have been submitted, reviewed, and approved. To date, a variety of shop
drawings have been submitted by Archer Western and review of these will begin in an
expeditious fashion by Black & Veatch upon this approval by Council. A pre -
construction meeting has been scheduled for May 4, 2005 at the Noland Wastewater
Treatment Plant at which time a May 16, 2005 Notice To Proceed will be issued to the
General Contractor, Archer Western.
One of the primary discussions during the pre -construction meeting will be project
phasing and coordination between the contractor (Archer Western), plant operations staff
(OMI), and the resident engineer (Black & Veatch) regarding ties -ins between the new
and old systems to guarantee that continuous plant operation will not be jeopardized
during construction. Additional important pre -construction meeting topics will include
thorough discussions of safety, security and liability issues. The City of Fayetteville
Water & Wastewater staff, OMI, and Black & Veatch have conducted previous, thorough
discussions concerning all of these topics.
BUDGET IMPACT: Payment for construction phase services offered by Black &
Veatch will be from the 3/4 -cent sales tax bond election held on November 6, 2001 for
the Wastewater System Improvements Project. Funding through the Arkansas Soil and
Water Conservation Commission will not be used to fund this expense. The
$1,478,000.00 requested for these services is 1.18% of the $125,000,000.00 budget
allocated for the Wastewater System Improvements Project.
0
BLACK & VEATCH
building a world of difference -
ENERGY . WATER . INFORMATION . GOVERNMENT
City of Fayetteville
Noland WWTP Improvements
CPS Amendment
Mr. Bob Davis
Acting Director of Utilities
City of Fayetteville
113 W. Mountain Street
Fayetteville, AR 72701
Dear Mr. Davis:
s •
B&V Project 135045.400
B&V File B-1.1
February 23, 2005
We have revised our proposed contract for the Construction Phase Services Contract dealing
with the construction and post -construction activities associated with the Noland improvements
using the basis discussed at our meeting of February 15, 2005.
We made the following changes to the document:
1. We eliminated the $50K contingency for out -of -scope items. Through the discussions at
the meeting, it is our understanding that the City routinely adds an amount to cover minor
unforeseen conditions with contract approval.
2. We have reduced the billing rate of the RPR to $110/hour. We, of course, also changed
RPR's to coincide with this billing rate. The resume of the proposed RPR is enclosed.
This amounted to a reduction of $114.5K but necessitated several other changes in (a)
brought all shop drawings back to KC and (b) increased office administrative effort.
3. The last major change is with the O&M Manual, Start-up, and Training. Based on
discussions at our meeting and a subsequent telephone conversation with Mr. Ammons,
this effort has been reduced by $120K.
4. Other minor adjustment.
The total for the CPS contract now totals $1.478 M.
Black & Veatch Corporation • 8400 Ward Parkway • P.O. Box 8405 • Kansas City, MO 64114 USA • Telephone: 913.458.2000
C:1Cygnet1Cach011350451Updated 2-2005 Construction SBAB1APhase EP -21.x15
Owner: City of Fayetteville, Arkansas
Project Noland Wastewater Treatment Plant Improvements - EP -2
Services: Construction Phase Services and Resident Engineering
7
PHASE
PHASEITo.k
Subtotal
TOTAL COST
oundodnar.ri $100
SUBTOTAL.
hours
SUBTOTAL
Bllib91
SUBTOTAL,
EXPENSES
SUBTOTAL,
SUBCONTRACTS wI
mullpll.r
1.06
a
llilllfl9 Rat., $M,.
rt
APPENDIX C. CONSTRUCTiON PHASE SERVICES
C.1 GENERAL
C.2 C.2f M.nag.mnt funsuon.
400
386
44 518
5 44,516
C.3 SITS. Support 5.rvkn
C.3.1 Insurance C.rtmcab.
410
4
f 848
$
$ 648
C.3.2 InIWl con.vucUon Scn.8W.
410
28
$ 7742
S
$
f 3,342
C.3.Ll EANEng F.cllity Conthlou. Op.ra0on
410
54
8 810
f
S 6,050
C.3.22 UPd.t.d Coo 6 lion Sch.dul..
410
86
f 11 202
f
15,202
0.3.2 R.vlow Schedol. o/ VIA.. and P.ynl.nt scn.dul..
410
22
S 2 694
f
$ 2,694
C.3.4 R.vl.w Go.ranun, Bond., T..
410
116
5 16 760
f
f 16.760
t1
C.3.5 R.vlow,Drawino. and Data.sb,IC.E by Con4..W,
410
2,680
L.22
f 273,020
C.3.6 Interpret Con0.ct Dopumnl.I RFI.
410
1,206
S 143 938
f
143,938
C.3.7 Ravlsw ApplkaUon. for P.ymnt
410
214
$ 21 690
21,690
0.3.9 Prep.r. Routh. Chang. Old.,.
410
326
S 40 868
f
$ 40,808
0.3.9 Provld. Monthly Progm. R.port.
410
120
18 720
S 18,720
0.3.10 Review Orpu.1 r.4u..I
410
96
S 11 968
11,568
C.3.11 R.vlaw E4ulp. Martin. 0 8-M mnu.la
-410
' 272
27 498
23,496
c.3.13 Provld. data to Program M.na9nlorw.b.II
411
66
1 6916
$
It 6,936
0.4 FI.Idsupport-84rvkn'.'. .. ..
_
CAI Pre{on.wcUon Conf.r.no.
420
62
$ 8040
f 630
f
f 7 370
CA2 Conduct Monthly P1091.µ M..Un$.
420
440
N_57.66
I 28,350
$ 88046
tO
C.4.3 Co. Make P.rlodlc Sit. VI.IM I mvnt Unforn.n condlEona I Acceptability
CAA cl.lm.l rronn.nc. bat data.
420
924
S11,.152 162
S 59,130
127,292
C.4.7 Bubabntlal CompMbnln.pacibn
420
104
$, 11898
$' ,1420
13,416
CAB Final Compl.Uon bbp.ctbn
420
44
4 940
1,420
S 6,360
Subtotal Noun
1,288
aS867.600
Subtotal Blllin9.
$ 820 232
f 46,850
i
$ 067,087
APPENDIX D -POST CONSTRUCTION PHASE
D.1 0.1.1 Pr.p.r R.00rd Sat of O,wings
600
$70
961.352
5 2.000
63.362
,a
D.2 0.21 ProVMs up to 100houreoonulrg for Iy. rpartonn'..rerw
610
100
S 16050
S 16,050
Subtotal Moue
670
Subtotal 8Ie1n0.
412
f 2,000
f
f 79,412
$ 79,000
APPENDIX 6- RESIDENT PROJECT REPRESENTATIVE E.1 thou E.8 Tub
450
3,360
S 369600
$ 10000
379600
E1 GENERAL
450
$
$
$
sa
E.2 SITE OBSERVATIONS AND LIAISON
450
$
$
S
$
E.3 OUTSIDE LIAISON AND PUBLIC INFORMATION SERVICES
450
$
It
S
f
E.4 MEETINGS, REPORTS AND DOCUMENT REVIEW
450
$
$
S
n.
6.3 ASSIST WITH SUBSTANTIAL COMPLETION
450
S
f
f
EN ASSIST WITH FINAL COMPLETION
40
E7 P00015. F1.18 T..Ung S.011o.. through .ubcontnctor
451
$
S
02,500
52 500
Subtotal Houre
3,385
ta
Sublobl Biking,
0369,600
$ 10000
f 62,500
$ 432,100
S 432,100
APPENDIX I'. O&M MANUAL I START UP I TRAINING
500
F.18F.2 O8M MANUAL AND PROCESS DESCRIPTION DOCUMENT
600
.553
84159
$
8 64,169
F.3 Startup and TraInIng Barvk.. F.3.1 G.no,.I
F.3.2 Training
F.3.Ll 1.lb Wal tobnom. hmlll.r withplant
600
$
710
8
8 710
F.3.2,2 Dn.lop pr..WWp 5.10109 Prosnm.
600
F-3.2.3 Prepare training m.1.Ml. for barring program
500
F.2 Starolp'.
600.
U.InNP •..._ "
500
7
- - 831-
$ 831
F.2.2 R.vIny Contnptore SU Plan
608'
760
S 25440
'
$ 25,448
6,2.3 PruvM. 160 houn of on.W plant.tartuP anbtanc.l2 Wp.)
000
S
$ 710
f
710
rcr
F.2.4 Bipnnntnand review odorcntrol b.Un9
600.
46
S 6876
S
8875
subtotal Noun
788
213
,y
Subtota1619Mp.
$ .97105-
$ 1420
$
$ 98625
$ 98600
SECTION 7 -ADDITIONAL SERVICES
AddlUon.I Service. Altow.no.
700
=.
B
tw
Subtotal Hour.
Subtotal Bllimg.
S
It
S
S
TOTAL HOURS - ALL PHASES
12,082
TOTAL
BILLING - ALLPNABES
1 364 349
f 60,270
S 02,000
5 1,477,119
TOTALBILUNO-AILPNASES
$ 1,478,000
F.yab vDo, AR
CPS - Phna I Cygnet: 135045 Management / Marketing Information / Proposals Folder
2112120083:73 PM loll Updated 2-2005 Construction Services Budget Phase EP -21.x11
•• ••
RESOLUTION NO.
A RESOLUTION TO APPROVE AMENDMENT NO. 1 TO
THE AGREEMENT FOR PROFESSIONAL SERVICES
WITH BLACK & VEATCH CORPORATION TO PROVIDE
CONSTRUCTION AND POST CONSTRUCTION SERVICES
FOR THE NOLAND WASTEWATER TREATMENT PLANT
IN A NOT TO EXCEED AMOUNT OF $1,478,000.00
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 Amendment No. 1 to the Agreement for Professional Services with Black &
Veatch Corporation to provide construction and post construction services for the Noland
Wastewater Treatment Plan in a not to exceed amount of $1,478,000.00. The City
Council authorizes Mayor Coody to sign this Amendment No. 1 (attached as
Exhibit "A").
PASSED and APPROVED this 3rd day of May, 2005.
APPROVED:
DAN COODY, Mayor
ATTEST:
Li
SONDRA SMITH, City Clerk
••
0•
AMENDMENT NO. I
TO
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
BETWEEN
CITY OF FAYETTEVILLE, ARKANSAS
AND
BLACK AND VEATCH CORPORATION
WHEREAS, On July 15, 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 Wastewater System Improvement Project, and
in particular the Paul R. Noland Wastewater Treatment Plant Improvements - Headworks and Solids
Handling Improvements - Contract EP -2 (the "Project"). The scope of these services included the final
design and bidding services, and
WHEREAS, BLACK & VEATCH has proceeded with these services in accordance with the scope set
forth in the Agreement, and
WHEREAS, CITY OF FAYETTEVILLE requests that the scope of BLACK & VEATCH 's services to
be amended to provide Construction Phase; Resident Services During Construction; O&M Manual
Preparation, Startup, Training; 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 July 15, 2003, is hereby amended in the following particulars:
SECTION 2- BASIC SERVICES OF BLACK & VEATCH
2.4 Construction Phase
2.4.1 Delete APPENDIX C - SCOPE OF SERVICES FOR CONSTRUCTION PHASE attached to
the Agreement and replace with APPENDIX C - SCOPE OF SERVICES FOR
CONSTRUCTION PHASE attached to this Amendment No. 1.
2.5 Post -Construction Phase.
2.5.1 Delete APPENDIX D - SCOPE OF SERVICES FOR POST -CONSTRUCTION PHASE
attached to the Agreement and replace with APPENDIX D - SCOPE OF SERVICES FOR
POST -CONSTRUCTION PHASE attached .to this Amendment No. 1.
Amendment No I - CPS reduced.doc
Based on: CPS Amendment-Standard.doc received 10/8/2004
092804
Last printed 2/23/2005 2:23 PM
•• ••
2.6 Resident Services During Construction
2.6.1 Delete APPENDIX E - SCOPE OF SERVICES FOR RESIDENT SERVICES DURING
CONSTRUCTION PHASE attached to the Agreement and replace with APPENDIX E - SCOPE
OF SERVICES FOR RESIDENT PROJECT REPRESENTATIVE SERVICES DURING
CONSTRUCTION PHASE attached to this Amendment No. 1.
2.7 O&M Manual Preparation and Training and Startup Services During Construction Phase
2.7.1 See APPENDIX F for SCOPE OF SERVICES FOR OPERATIONS AND MANUAL
PREPARATION
SECTION 3- ADDITIONAL SERVICES OF BLACK & VEATCH
Add the following tasks to SECTION 3- ADDITIONAL SERVICES OF BLACK & VEATCH:
3.1.8 Additional meetings with local, state, or Federal agencies to discuss project.
3.1.9 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.
3.1.10 Appearances at public hearing meetings or before special boards.
3.1.11 Supplemental engineering work required to meet the requirements of regulatory or funding
agencies that become effective subsequent to the date of this amendment.
3.1.12 Special consultants or independent professional associates requested by CITY OF
FAYETTEVILLE.
3.1.13 Preparation for litigation, or other legal or administrative proceedings; and appearances in court
in connection with change orders or construction incidents.
3.1.14 Engineering assistance to CITY OF FAYETTEVILLE for and during negotiation meetings.
3.1.15 Observing factory tests and field retesting of equipment that fails to pass the initial test.
3.1.16 Visits to the construction site or to CITY OF FAYETTEVILLE's location in excess of the number
of such trips and the associated time set forth in Appendices C, D, E and F.
Amendment No 1 - CPS reduced.doc 2 092804
Last printed 2/23/2005 2:23 PM
00
0 •
3.1.17 Special reports as requested by CITY OF FAYETTEVILLE concerning facility operation and
personnel matters during the startup period.
3.1.18 Where field conditions differ from the conditions indicated in the construction contract
documents or the soil boring logs, 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, or other conditions.
3.1.19 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.
3.1.20 Additional or extended services during construction made necessary by (1) work damaged by fire
or other cause during construction, (2) a significant amount of defective or neglected work by any
Contractor, (3) acceleration of the progress schedule involving service beyond normal working
hours, (4) prolongation of the construction contract time of any prime construction contract 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.
3.1.21 Services resulting from significant delays, changes, or price increases caused directly or indirectly
by shortages of materials, equipment, or energy.
3.1.22 Special services in connection with partial utilization of any part of the project by CITY OF
FAYETTEVILLE prior to Substantial Completion which require the Resident Project
Representative to work additional hours or require employment of additional onsite personnel.
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 Additions to the resident project representative (RPR) staffing level and/or individual RPR(s)
compensation, based on straight time salary rate, for services extending beyond 40 hours per
week as a result of Contractor(s) scheduled extended work week.
Amendment No I - CPS reduced.doc 3 092804
Last printed 2/23/2005 2:23 PM
r
3.1.26 Prepare applications and supporting documents for governmental grants, loans, or advances.
3.1.27 Consult with CITY OF FAYETTEVILLE's fiscal agents and bond attorneys and provide such
engineering data as required for any bond prospectus or other financing requirements.
3.1.28 Making revisions in Drawings, Specifications, or other documents when such revisions are:
3.1.28.1 Inconsistent with approvals or instructions previously given by CITY OF
FAYETTEVILLE, including revisions made necessary by adjustments in CITY OF
FAYETTEVILLE's program or Project Budget.
3.1.28.2 Required by the enactment or revision of codes, laws, or regulations subsequent to the
preparation of such documents.
3.1.29 Providing 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.
SECTION 4- CITY OF FAYETTEVILLE'S RESPONSIBILITIES
Add the following tasks to SECTION 4 of Agreement:
CITY OF FAYETTEVILLE will furnish and not at the expense of the BLACK & VEATCH the
following items.
4.13 All maps, drawings, reports, records, manuals, and other data that are available in the files of
CITY OF FAYETTEVILLE and which may be useful in the work involved under this
Amendment.
SECTION 5- PERIOD OF SERVICE
5.3 The services described in this Amendment are expected to be completed in accordance with the
following schedule:
Construction Phase Services,
Resident Project Representative Services
O&M Manual Preparation and
Amendment No I - CPS reduced.doc
Twenty seven months from time of
Notice to Proceed to Contractor
by the CITY OF FAYETTEVILLE
Complete within 180 days of
4 092804
Last printed.2/23/2005 2:23 PM
M
Startup and Training
Post Construction Phase Services,
Contractor's Substantial Completion
Within 90 days of Completion of
the one year period of operation
CITY OF FAYETTEVILLE agrees to adjust schedule if the Notice to Proceed is delayed beyond
May 1, 2005.
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
For the scope of services set forth in the final design and bidding phase and as may have been amended,
plus the Basic Services set forth in this Amendment No. 1, CITY OF FAYETTEVILLE agrees to pay
BLACK & VEATCH the amounts indicated for each phase of the work. The total payment to BLACK &
VEATCH shall not exceed One Million Eight Hundred Seventy Thousand Dollars ($1,478,000) except as
provided for in Section 3 of the Agreement. The total payment is based on compensation amounts
presented in the following table to the scopes of services set forth in this Amendment No. 1.
Amendment No I - CPS reduced.doc
5
092804
Last printed 2/23/2005 2:23 PM
w w
Service Item(s)
Amount
Appendix C — Construction Phase Services
$867,800
Appendix D - Post -Construction Services
$79,500
Appendix E - Resident Project Representative
$432,100
Appendix F - Operation & Maintenance Manual
and Process Description, Start -Up
and Training Services
$98,600
Total Not -to -Exceed Amount
$1,478,000
Subject to prior City Council approval, adjustment of the compensation 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.
Monthly statements for each payroll month shall be submitted to CITY OF FAYETTEVILLE or
such parties as CITY OF FAYETTEVILLE may designate for these services consistent with
BLACK & VEATCH's normal billing schedule. Once established, the billing schedule shall be
maintained throughout the duration of the Project. Applications for payment shall be made in
accordance with a format to be developed by BLACK & VEATCH and approved by CITY OF
FAYETTEVILLE. Final payment for these services shall be made upon CITY OF
FAYETTEVILLE's approval and acceptance with the satisfactory completion of this phase for
the Project.
092804
Amendment No I - CPS reduced.doc 6
Last printed 2/23/2005 2:23 PM
M
Delete Sections 6.1.3, 6.1.4, 6.1.5 and 6.1.6 of the Agreement and include the following:
6.1.3 Construction Phase Services
For the Scope of Services during the Construction Phase described herein, CITY OF
FAYETTEVILLE shall pay BLACK & VEATCH the sum not to exceed $867,800 unless
amended in accordance with Paragraph 6.1.7.
6.1.4 Post -Construction Phase Services
For the Scope of Services during the Post -Construction Phase described herein, CITY OF
FAYETTEVILLE shall pay BLACK & VEATCH the sum not to exceed $79,500 unless
amended in accordance with Paragraph 6.1.7.
6.1.5 Resident Project Representative Services During Construction Phase
For the Scope of Services during the Resident Project Representative Services During
Construction Phase described herein,. CITY OF FAYETTEVILLE shall pay BLACK &
VEATCH the sum not to exceed $432,100 unless amended in accordance with Paragraph 6.1.7.
6.1.6 O&M Manual Preparation and Training and Startup Services During Construction Phase
For the Scope of Services during the O&M Manual Preparation and Training and Startup
Services During Construction Phase described herein, CITY OF FAYETTEVILLE shall pay the
sum not to exceed $98,600 unless amended in accordance with Paragraph 6.1.7.
6.1.7 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.
6.1.8 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
Amendment No I - CPS reduced.doc 7 092804
Last printed 2/23/2005 2:23 PM
S.
ft -
6.1.8.1
6.1.8.2
of this Amendment No. I and if the construction period or operation period is extended
that the BLACK & VEATCH shall be entitled to additional compensation.
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
include 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 G to this Amendment.
The following direct expenses are considered reimbursable and are included in the not
to exceed amount.
6.1.8.2.1 Travel, subsistence, and incidental costs.
6.1.8.2.2 Use of motor vehicles on a rental basis for assigned vehicles and on a mileage
basis or rental cost basis for vehicles used for short periods. Mileage basis shall
not exceed 40 cents per mile.
6.1.8.2.3 One-way moving costs to project for Resident Project Representative.
6.1.8.2.4 Cost of acquiring any other materials or services specifically for and applicable to
only this project.
6.1.8.2.5 Subcontract costs times 1.05.
6.1.8.3 The following direct expenses are also considered reimbursable and are not a part of
the not to exceed amount.
6.1.8.3.1 Charges of special consultants requested by CITY OF FAYETTEVILLE.
6.1.8.3.2 Special insurance coverage required by CITY OF FAYETTEVILLE.
6.1.8.3.3 Local taxes or fees applicable to the engineering work or payments therefore.
Amendment No I - CPS reduced.doc 8 . 092804
Last printed 2/23/2005 2:23 PM
h
so
6.1.8.3.4 Cost of acquiring any other materials or services specifically for and applicable to
only this project.
6.1.8.4 It is understood and agreed that the not to exceed cost is based on the start of the
services being authorized not later than May 1, 2005. If start of services is not
authorized by dates given, it is understood and agreed that the not to exceed cost will
be adjusted accordingly by an amendment the Agreement.
6.1.8.5 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.
IN WITNESS WHEREOF, the parties hereto have caused this Amendment to be duly executed this
day of ,20_.
CITY OF FAYETTEVILLE, ARKANSAS
By:
Mayor
ATTEST:
By:
City Clerk
BLACK & VEATCH CORPORATION
Title:
END OF AMENDMENT NO. I TO
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
Amendment No I - CPS reduced.doc 9 092804
Last printed 2/23/2005 2:23 PM
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX C - SCOPE OF SERVICES FOR CONSTRUCTION PHASE
This is Appendix C, consisting of 4 pages, referred to in and part of the Agreement For
Professional Engineering Services between CITY OF FAYETTEVILLE, ARKANSAS and
BLACK & VEATCH CORPORATION dated July 15, 2003.
Initial:
CITY OF FAYETTEVILLE
BLACK & VEATCH
The following is the Scope of Services for the Construction Phase.
C.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, technique, 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 Contractors to
comply with laws, regulations, rules, ordinances, codes, or orders applicable to the
Contractor(s) furnishing and performing the work. Specific services to be performed
by BLACK & VEATCH are as follows:
C.2. Management
C.2. 1. 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, consultation and coordination with the Program
Manager, supervision and coordination of the services provided by BLACK &
VEATCH including scheduling and assignment of personnel, invoicing, and
continuous monitoring of the progress of the services.
C.3. Office Support Services During Construction
C.3.1. Receive the Contractor's insurance certificates and forward to Program Manager for
review and acceptance by the CITY OF FAYETTEVILLE's legal counsel.
C.3.2. Review and comment to Program Manager on the Contractor's initial and updated
construction schedule(s) if requested by Program Manager. 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
Amendment No I - CPS reduced.doc Appendix C -I 092804
wastewater treatment plant 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.
C.3.3. Review and comment to Program Manager on the Contractor's initial schedule of
values and schedule of estimated monthly payments.
C.3.4. Review guarantees, bonds, and certificates of inspection, and tests and approvals which
are to be assembled by the Contractor(s) in accordance with the construction contract
documents, and transmit them to Program Manager. 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.
C.3.5. 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. This task does not pertain to review and organization of
manufacturer's O&M manuals, which is described in another task.
C.3.6. Interpret construction contract documents when requested. Requests for
interpretations, clarifications or information shall be in writing through the Program
Manager. Responses to Contractor shall be through the Program Manager.
C.3.7. Review Contractor's applications for payment and supporting data, determine the
amounts owed to Contractor, and recommend to Program Manager, in writing,
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.
C.3.8. Prepare routine Change Orders as required and submit to Program Manager. Review
CITY OF FAYETTEVILLE or Contractor documentation and prepare any additional
documentation required to administer the processing of change order, including
applications for extension of construction time. Provide opinion to the Program
Manager of the performance by the parties thereto, and make recommendations to
Program Manager on claims of CITY OF FAYETTEVILLE and Contractor(s) relating
to the execution and progress of the Work and other matters and questions related
thereto; but BLACK & VEATCH shall not be liable for the results of any such
interpretations, opinions, recommendations, or decisions rendered by BLACK &
VEATCH in good faith.
If required, 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
Amendment No 1 - CPS reduced.doc Appendix C-2 092804
Last printed 2/23/2005 2:23 PM
S.
related to unusually complex or unusually numerous claims are considered an
Additional Service.
C.3.9. Provide monthly progress reports to CITY OF FAYETTEVILLE and Program
Manager.
C.3.10. Review and make recommendations regarding "or equal" submittals in accordance
with Construction Contract General Conditions.
C.3.1 1. Provide to the Program Manager, in a format acceptable to the Program Manager, such
progress reports; pay applications; project summaries; and other data as may be
required, for posting by others on a project web site to allow the public to monitor and
review the activities; materials; and financial status of the project. Update the data
supplied to the Program Manager when requested.
C.4. Field Support Services During Construction
C.4.1. Conduct the preconstruction conference. BLACK & VEATCH shall prepare an agenda
for the conference, and prepare and distribute minutes. The preconstruction conference
will include a discussion of the Contractor's tentative schedule, procedures for
transmittal and review of the Contractor's submittals, processing payment applications,
critical construction sequencing, change orders, record documents, and the Contractor's
responsibilities for safety and first aid.
C.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
Program Manager and the Contractor concerning problems and/or progress of the
construction. A total of twenty seven (27) meetings are anticipated.
C.4.3. Design team personnel with areas of responsibilities including project management,
structural, process mechanical, HVAC, electrical, control and instrumentation,
geotechnical, and architectural will make periodic site visits. These site visits will be
at intervals appropriate to the stages of construction to consult with and advise the
Resident Project Representative, observe the 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 twenty four (24) separate onsite visits will
be required. The level of effort is anticipated to require 16 person hours per trip. A
written report summarizing discussions, site observations, and periodically established
objectives shall be provided to Program Manager for distribution.
C.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 through Program Manager
C.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
Amendment No I - CPS reduced.doc Appendix C-3 092804
Last printed 2/23/2005 2:23 PM
N
contract documents. Submit written conclusions to CITY OF FAYETTEVILLE
through Program Manager.
C.4.6. Analyze data from performance testing of equipment by the Contractor or supplier
when the construction contract documents require the equipment to. be tested after
installation. Submit written conclusions to CITY OF FAYETTEVILLE through
Program Manager.
C.4.7. 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 and
the Contractor through Program Manager. It is anticipated that BLACK & VEATCH's
project personnel will require a total of two staff persons for one two-day inspection
trip.
C.4.8. Conduct a final inspection to determine if the construction is completed. BLACK &
VEATCH shall submit written results to Program Manager and provide written
recommendations concerning final payment to Program Manager, 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
two-day inspection trip.
092804
123/2005 2:23 PM
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX D - SCOPE OF SERVICES FOR POST -CONSTRUCTION PHASE
This is Appendix D, consisting of one page, referred to in and part of the Agreement For
Professional Engineering Services between CITY OF FAYETTEVILLE, ARKANSAS and
BLACK & VEATCH CORPORATION dated July 15, 2003.
Initial:
CITY OF FAYETTEVILLE
BLACK & VEATCH
The following is the Scope of Services for the Post -Construction Phase.
D. General
D.1. BLACK & VEATCH agrees to provide the following services after completion of the
project. The project is identified as the Noland WWTP Improvements, Headworks and
Solids Dewatering, Contract EP -2 and defined in the construction documents prepared
by BLACK & VEATCH.
D. 1.1. Prepare, after completion of construction and prior to the final inspection by the
Arkansas Soil and Water Conservation Commission, if any, a Record Set of
construction drawings based the construction records maintained and submitted by
Contractor and Resident Project Representative. Record Set of construction drawings
shall be provided in electronic CADD files.
D.2. Consultation
BLACK & VEATCH agrees to make available the services of design team members for
consultation.
D.2. 1. Provide one year performance review and submit written conclusions to CITY OF
FAYETTEVILLE. Prior to expiration of the warranties, meet with the CITY OF
FAYETTEVILLE and conduct an on -site performance review to determine if the
performance provisions of the contract documents have been met. It is anticipated that
that up to 100 hours will be required.
Amendment No I - CPS reduced.doc Appendix D-1 092804
40
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX E - RESIDENT PROJECT REPRESENTATIVE SERVICES DURING
CONSTRUCTION PHASE
This is Appendix E, consisting of 5 pages, referred to in and part of the Agreement For
Professional Engineering Services between CITY OF FAYETTEVILLE, ARKANSAS and
BLACK & VEATCH dated July 15, 2003.
Initial:
CITY OF FAYETTEVILLE
BLACK & VEATCH
The following is the Scope of Services for the Resident Project Representative Services During
Construction.
E.1. General
BLACK & VEATCH will furnish up to 3,360 hours of a Resident Project
Representative to observe the Contractor's work and perform the services listed below.
The Resident Project Representative shall not have responsibility for the superin-
tendence of construction site conditions, safety, safe practices or unsafe practices or
conditions, operation, equipment, or personnel other than employees of BLACK &
VEATCH. This service will in no way relieve the Contractor of supervision and
inspection of the work or the Contractor's obligation for compliance with the Contract
Documents. The Contractor shall have sole responsibility for safety and for
maintaining safe practices and avoiding unsafe practices or conditions. Specific
services performed by the Resident Project Representative and assistants are as
follows:
E.2. Site Observations and Liaison with Program Manager and Contractor
E.2.1. Conduct on -site observations of the general progress of the work to assist BLACK &
VEATCH in determining if the work is proceeding in accordance with the construction
contract documents.
E.2.2. Serve as BLACK & VEATCH's liaison with the Contractor and assisting BLACK &
VEATCH in providing interpretation of the construction contract documents.
E.2.3. Assist BLACK & VEATCH in serving as CITY OF FAYETTEVILLE's liaison with
the Contractor when the Contractor's operations affect CITY OF FAYETTEVILLE's
on -site operation.
Amendment No 1 - CPS reduced.doc Appendix E-1 092804
E.2.4. As requested by BLACK & VEATCH, assist in obtaining from CITY OF
FAYETTEVILLE additional details or information when required at the jobsite for
proper execution of the work.
E.2.5. Report to BLACK & VEATCH, giving opinions and suggestions based on the Resident
Project Representative's observations regarding defects or deficiencies in the Con-
tractor's work and relating to compliance with drawings, specifications, and design
concepts.
E.2.6. Advise BLACK & VEATCH and the Contractor immediately of the commencement of
any work requiring a shop drawing or sample submission if the submission has not
been reviewed by BLACK & VEATCH or has been not been resubmitted for review if
required.
E.2.7. Observe pertinent site conditions when the Contractor maintains that differing
subsurface and physical conditions have been encountered, and document actual site
conditions.
E.2.8. Assist in coordinating scheduling of activities to minimize conflicts with CITY OF
FAYETTEVILLE's activities.
E.2.9. Visually inspect materials, equipment, and supplies delivered to the worksite. Reject
materials, equipment, and supplies which do not conform to the construction contract
documents.
E.2.10. Coordinate onsite materials testing services during construction. Copies of testing
results will be forwarded to CITY OF FAYETTEVILLE and Program Manager for
information.
E.2.11. Observe field tests of equipment, structures, and piping, and review the resulting
reports, commenting to BLACK & VEATCH, as appropriate.
E.2.12. Report immediately to BLACK & VEATCH upon occurrence of any accident.
E.3. Outside Liaison and Public Information Services
E.3.1. Accompany visiting inspectors representing public or other agencies having jurisdiction
over the project. Record the names of the inspectors, and the results of the inspections,
and report to BLACK & VEATCH and Program Manager.
E.4. Meetings, Reports, and Document Review and Maintenance
E.4.1. Attend the preconstruction conference, and assist BLACK & VEATCH in explaining
administrative procedures which will be followed during construction.
Amendment No I - CPS reduced.doc Appendix E-2 092804
Last printed 2/23/2005 2:23 PM
E.4.2. Attend monthly progress meetings, and other meetings with Program Manager and the
Contractor when necessary, to review and discuss construction procedures and
construction progress, engineering management procedures, and other matters
concerning the project.
E.4.3. Submit to BLACK & VEATCH, with a copy to Program Manager, weekly construc-
tion progress reports containing a summary of the Contractor's progress including
general condition of the work, problems, and resolutions or proposed resolutions to
problems.
E.4.4. Review the schedule of shop drawings submissions, and schedule of values prepared
by the Contractor, and consult with BLACK & VEATCH concerning their
acceptability.
E.4.5. Report to BLACK & VEATCH regarding work which is known to be defective, or
which fails any required inspections, tests, or approvals, or has been damaged prior to
final payment; and advise BLACK & VEATCH whether the work should be corrected
or rejected, or should be uncovered for observation, or requires special testing,
inspection, or approval.
E.4.6. Review applications for payment with the Contractor for compliance with the
established procedure for their submission, and forward them with recommendations to
BLACK & VEATCH, noting particularly their relation to the schedule of values, work
completed, and materials and equipment delivered at the site, but not incorporated into
the work.
E.4.7. Record date of receipt of shop drawing samples. Receive samples which are furnished
at the site by the Contractor, and notify BLACK & VEATCH of their availability for
examination.
E.4.8. Verify, during the course of the work, that specified certificates, operation and
maintenance manuals, and other data required to be assembled and furnished by the
Contractor are applicable to the items actually installed.
E.4.9. Maintain a marked set of drawings and specifications at the jobsite based on data
provided by the Contractor. This information will be combined with information from
the record documents maintained by the Contractor. Upon completion of the work,
forward the record documents to BLACK & VEATCH.
E.4.10. Review certificates of inspections, tests, and related approvals submitted by the
Contractor as required by laws, rules, regulations, ordinances, codes, orders, or the
Contract Documents (but only to verify that their content complies with the
requirements of, and the results certified indicate compliance with, the construction
contract documents). This service is limited to a review of items submitted by the
Contractor and does not extend to a determination of whether the Contractor has
complied with all legal requirements.
Amendment No I - CPS reduced.doc Appendix E-3 092804
Last printed 2/23/2005 2:23 PM
E.4.11. Maintain the following documents at the jobsite.
E.4.11.1 Correspondence files.
E.4.11.2 Reports of jobsite conferences, meetings, and discussions among the
BLACK & VEATCH, Program Manager, and Contractor.
E.4.11.3 Submittals of shop drawings and samples.
E.4.11.4 Reproductions of original construction contract documents.
E.4.11.5 Addenda.
E.4.11.6 Change orders.
E.4.11.7 Field orders.
E.4.11.8 Work Change Directives
E.4.11.9 Requests for Interpretation
E.4.1 1.10 Requests for Proposal and Associated Response.
E.4.11.11 Additional drawings issued subsequent to execution of the construction
contract documents.
E.4.11.12 Progress reports.
E.4.11.13 Names, addresses, and telephone numbers of all contractors,
subcontractors, and major suppliers of materials and equipment.
E.4.11.14 Maintain a diary or log book of significant events at the jobsite, including
the following information. The diary or log book shall remain the property
of BLACK & VEATCH..
Days the Contractor worked on the jobsite.
Number of Contractor and subcontractor personnel on jobsite.
Construction equipment on the jobsite.
Observed delays and causes.
Weather conditions.
Data relative to claims for extras or deductions.
Amendment No I - CPS reduced.doc Appendix E-4 092804
Last printed 2/23/2005 2:23 PM
ti w
Construction Activities.
Observations pertaining to the progress of the work.
Materials received on jobsite.
E.5. Assistance with Substantial Completion
E.5.1. Assist BLACK & VEATCH in conducting substantial inspection in the company of
Program Manager and the Contractor, and prepare a list of items to be completed or
corrected.
E.5.2. Verify that all items on the list have been completed or corrected, and make
recommendations to BLACK & VEATCH concerning acceptance.
E.6. Assistance with Final Completion
E.6.1. Assist BLACK & VEATCH in conducting final inspection in the company of Program
Manager and the Contractor, and prepare a final list of items to be completed or
corrected.
E.6.2. Verify that all items on the final list have been completed or corrected, and make
recommendations to BLACK & VEATCH concerning acceptance.
E.7. Field Testing Services
E.7.1. Through a subcontract, conduct, evaluate, and report on test and test analyses for
equipment and materials, including concrete, masonry, and soil compaction identified
in the construction contract documents to be performed by OWNER.
Amendment No I - CPS reduced.doc Appendix E-5 092804
Last printed 2/23/2005 2:23 PM
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX F - SCOPE OF SERVICES FOR OPERATIONS AND MANUAL PREPARATION
This is Appendix F, consisting of 2 pages, referred to in and part of the Agreement For
Professional Engineering Services between CITY OF FAYETTEVILLE, ARKANSAS and
BLACK & VEATCH dated July 15, 2003.
Initial:
CITY OF FAYETTEVILLE
BLACK & VEATCH
The following is the Scope of Services for the Operations and Maintenance Support.
F.1. OPERATIONS AND MAINTENANCE TECHNICAL MEMORANDA
BLACK & VEATCH will provide an updated design memorandum and the following
two technical memoranda:
Technical Memorandum 1 - Biological Process Description Document
Technical Memorandum 2 - Flow Diversion during Wet Weather Events.
F. 1.1. Design Memorandum
Update the Design Memorandum to reflect changes made during construction that
impact operation of Improvements constructed the Project.
F. 1.2. Biological Process Description Memorandum
Prepare a document that addresses the handling the reduction in biological loadings
anticipated to occur when the new West Side plant is placed in service and part of the.
flow that currently goes to the Noland Plant is diverted to the West Side Plant. Impact
to the existing biological treatment process, which includes anaerobic, anoxic, oxic
basins and secondary clarifiers, will be addressed.
F. 1.3. Flow Diversion During Wet Weather Events
Prepare a document that addresses the different operating conditions for the 36 inch
throttling valve down stream of the Wet Weather Splitter Box. Different flow
conditions and by-pass options during wet weather conditions will be addressed.
Amendment No 1 - CPS reduced.doc Appendix F-1 092804
N
F.1.4. Design Memorandum and Technical Memorandum Review
According to the schedule, technical and design memoranda will be submitted to the
CITY OF FAYETTEVILLE for review. CITY OF FAYETTEVILLE's comments will
be submitted to BLACK & VEATCH within two weeks.
F.1.5 Manufacturers Maintenance Manuals
The manufacturer's O&M manuals submitted under section 01620 of the construction
specifications shall be reviewed and forwarded to CITY OF FAYETTEVILLE.
F.2. TRAINING AND START-UP SUPPORT
BLACK & VEATCH will provide the following services during start-up and training.
F.2.1. Updated Design Memorandum will be used in training operators on intended method of
operation for each process. Provide one 2 day trip for training sessions to assist CITY
OF FAYETTEVILLE with operation of facilities.
F.2.2. Review and comment on startup procedures proposed by the Contractor. The purpose
of this review is to confirm the availability of the required equipment for each process
area, pre -testing of equipment, and verifying that chemicals, lubricants and expendables
are available, work assignments are made, and startup procedures are coordinated with
existing plant operations.
.F.2.3. Provide an additional start up and post start up assistance at the request of CITY OF
FAYETTEVILLE for up to 160 man hours during the warranty period. Provide up to 4
trips to the site.
F.2.4. Review and comment on the Contractor's odor control performance testing procedures.
Review and comment on data from the 30 day odor control performance tests
conducted by the Contractor. Additionally, BLACK & VEATCH will monitor the
performance tests for up to 3 days.
Amendment No 1 - CPS reduced.doc Appendix F-2 092804
Last printed 2/23/2005 2:23 PM
N
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX G - BILLING RATE SCHEDULE
see excel spreadsheet for billing rates table
092804
. -4
C:%Cygnet1Cache11350451Updated 2-2005 Construction Services Budget Phase EP-21.xls
•
•
I
B I iD E I F G I H I I J I K I L I M. N
2
Owner: City of Fayetteville, Arkansas
3
Project Noland Wastewater Treatment Plant Improvements - EP -2
4
Services: Construction Phase Services and Resident Engineering
PHASE
Subtotal
TOTAL COST
SUBTOTAL,
SUBTOTAL
SUBTOTAL,
SUBTOTAL,
hours
Billing $
EXPENSES
SUBCONTRACTS w/
rounded nearest $100
multiplier
7
PHASE/Task
1.05
a
(Billing Rate, $/Hr.)
1s
APPENDIX C - CONSTRUCTION PHASE SERVICES
1e
C.1 GENERAL
17
C.2 C.2.1' :: •:.7"'. Management functions
400-..386
.:
44,516
$ - 44,516
C.3 Office Support Services
to
to
C.3.1:.'' .- InsuranceCeNficates
410'
4
$ 648
$
$ 648
20
C.3.2 Initial Construction Schedule
410
26
$ 3,342
$
$
$ 3,342
21
0.3.2.1 - Existing Facility Continous Operation
41054
$ 6,810
$
. $
$ 6,810
22
C.3.2.2 Updated Construction Schedules
410
86
$ 11,202
$
$
$ 11,202
23
C.3.3 Review Schedule of Values' and Payment Schedules
410
22
$ 2,694
$
$
$ 2,694
24
C.3.4 Review Guarantees, Bonds, Tests
410
116
$ 16,760
$
$
$ 16,760
2s
C.3.5 Review. Drawings and:Data-submitted by Contractor
410.
2.680
$ 273,020
:$
$
$ 273,020
26
C.3.6 Interpret Contract Documents I Rfls
410
1,256
$143,938
$
$
$ 143 938
27
C.3.7 Review Applications for Payment
410
214 '
$ 21 690
$
$ 21 690
28
C.3.8 Prepare Routine Change Orders
410
326
$ 40 858
$
$
$ 40 858
2e
C.3.9 Provide Monthly.Progress Reports
410
120
$ 18 720
$
$
$ 18 720
30
C.3.10 Review Or -equal requests
410
96
$ 11 968
$
$
$ 11 968
31
C.3.11 Revlew.Equlp..Manuf. O.& M manuals
410
272.
'$, 23 496
$
$
$ 23 496
32
C.3.12 Provide data to Program Manager for website
411
56
$ 6 936
$
$
$ 6 936
C.4 Field Support Services.'.,_.
33
34
C.4.1 Pre -Construction Conference
420
52
$ 6 840
$ 530
$
$ 7 370
3s
C.4.2 Conduct Monthly Progress Meetings
420
448
$ . 57 696
$__28,350
$
$ 86 046
C.4.3 thru Make Periodic Site Visits / Invest Unforeseen conditions I Acceptability
420
36
C.4.6 claims I performance test data.
924
$ 112 162
$ 15130
$
$ 127 292
C.4.7 ' Substantial :Completion Inspection
420'
`
104'.
$. 11996
$: -�1 420$
$ 13416
39
C.4.8 Final Completion Inspection
420
44
$ 4 940
$ 1 420
$
$ 6 360
40
Subtotal Hours
7,286
0,
Subtotal Billings
$ 820,232
$46,850
$
$ 867,082
$ 867,800
43
APPENDIX D - POST CONSTRUCTION .PHASE
a4
0.1 D.1.1 PrepareRecord Set of Drawings
600
570
61 362
2 000
63,362
45
D.2 D.2.1 Provide up to 100 hours consult'g for 1 year perform'ce rev'w
610
100
$ 16 050
$
$ 16 050
47
Subtotal Hours
670
46
Subtotal Billings - .
..
$ 77,412
$ 2,000
$
$ 79,412
$ 79,500
so
APPENDIX E - RESIDENT PROJECT REPRESENTATIVE E.1 thru E.6 Tasks)
450
3,360
$369,600
$ 10 000
$
$ 379 600
51
E.1 GENERAL
450
$
$
$
$
52
E.2 SITE OBSERVATIONS AND LIAISON
450
$
$
$
$
as
E.3 OUTSIDE LIAISON AND PUBLIC INFORMATION SERVICES
450
$
$
$
$
67
E.4 MEETINGS, REPORTS AND DOCUMENT REVIEW
450
$
$
$
$
76
E.6 ASSIST WITH SUBSTANTIAL COMPLETION
450
$
$
$
$
a2
E.6 ASSIST WITH FINAL COMPLETION
450
es
E.7 Provide. Field Testing Services through subcontractor
451
$
$
$ 52 500
$ 52 500
67
Subtotal Hours
3,360
88
Subtotal Billings
$ 369,600
$ 10 000
$ 52,500
$ 432,100
$ 432,100
90
APPENDIX F - O&M MANUAL / START UP / TRAINING
500
F.1 & F.2 O&M MANUAL AND PROCESS, DESCRIPTION DOCUMENT
500
e1
553
$ 64159
$
$
$ 64 159
F.3 Startup and Training Services F.3.1 General
92
F.3.2 -. Training. -
-'
93
F.3.2.1 Conduct site visit to become familiar with plant
500
s4
$
$ 710
$
$ 710
F.3.2.2 Develop.pre-etartup training program.
500
es
$
$
F.3.2.3 Prepare training materials for training program
500
ee
$
$
$
$
F.2 Startup
:500:.
F.2.1 Training'
500
'
se
7
$ 831
$
$
$ 831
F.2.2' Review Contractors Sll Plan
. 500
ee
160
$ 25 440"
$
$
$ 25 440
F.2.3 Provide 160 hours of onsite plant startup assistance (2 trips)
500
too-
$
$ 710
$
$ 710
F:2.4 Represent at review odor control testing
500 ' `
101
46
$ 6 675
$
$
$ 6 675
Subtotal Hours
103
766
$ 213
to
Subtotal Billings
s_-97,105
i ______1,420
$
$ 98 625
$ 98 600
1
SECTION 7 -ADDITIONAL SERVICES
107
Additional Services Allowance .. `.
700
$
$`
$
toe
Subtotal Hours
tto
Subtotal Billings .
113
TOTAL HOURS -ALL PHASES
12,082
114
TOTAL BILLING - ALL PHASES
1,364,349
$ 60 270
$ 52,500
$ 1,477,119
11s
TOTAL BILLING - ALL PHASES
$ 1 478 000
Fayetteville, AR
CPS - Phase 1
2/22/20053:33 PM
Cygnet: 135045 Management / Marketing Information / Proposals Folder
1 of 1 Updated 2-2005 Construction Services Budget Phase EP -21 xis
From:
Bob Davis
To:
Pearman, Clarice
Date:
5/12/05 2:50PM
Subject:
Re: Black& Veatch Agreement
They are sending 6 originally signed agreements today. I will walk them to you as soon as I get them
which I think will be Monday.
Bob Davis, P.E., CHMM
Water & Wastewater Director
City of Fayetteville, AR
113 West Mountain Street
Fayetteville, AR 72701
Off.: 479-575-8318
Cell: 479-601-3507
>>> Clarice Pearman 05/12/05 11:21AM >>>
Bob,
Please let me know when I might expect to receive a signed agreement for the mayor's signature for the
resolution passed by City Council May 10, 2005.
Thanks.
Clarice
Clarice Pearman - Black & Veatch Agreem Page iii
From:
Clarice Pearman
To:
Davis, Bob
Date:
5/12/05 11:21AM
Subject:
Black & Veatch Agreement
Bob,
Please let me know when I might expect to receive a signed agreement for the mayor's signature for the
resolution passed by City Council May 10, 2005.
Thanks.
Clarice
David Jurgens
Submitted By
City of Fayetteville
Staff Review Form
City Council Agenda Items
or
Contracts
N/A- Mayor's Approval
City Council Meeting Date
Wastewater System Impry Project
Division
wl5
• G lg/o17
ARCHIVED
y,jc, Coa.
Water/Wastewater
Department
Action Kequirea:
proval of Change Order Number 2 to the Engineering contract with Black and Veatch, Inc., amending the scope of
rk with no change to the contract cost, for Design and Construction Phase Services of the Noland Wastewater
:atment Plant Renovations, Wastewater System Improvement Project Subprojects EP -1 through EP -4.
Cost of this request
4480.9480.5314.00
Account Number
02133-0001
Project Number
Budgeted Item
!DepaDepaftr ent Di ector
/1)
City Attorney
$ 99,013,095
Category / Project Budget
$ 70,580,608
Funds Used to Date
$ 28,432,487
Remaining Balance
Budget Adjustment Attached
Wastewater System Imp Project
Program Category / Project Name
Water and Wastewater
Program / Project Category Name
Water/Sewer
Fund Name
Previous Ordinance or Resolution #
Date Original Contract Date:
Original Contract Number
(I5(o7
a7
Date
108-0 95-05
7/15/03;5/10/05
912
•
Mayor's Approval
CONTRACT REVIEW MEMO
To: Mayor Dan Coody
From: David Jurgens, Water & Wastewater Director
Fayetteville Sewer Committee
Date: 14 June 2007
Subject: Approval of Amendment Number 2 to the Engineering contract with Black and
Veatch, Inc., amending the scope of work with no change to the contract cost, for Design and
Construction Phase Services of the Noland Wastewater Treatment Plant Renovations,
Wastewater System Improvement Project Subprojects EP -1 through EP -4
RECOMMENDATION
Staff recommends approval of Amendment Number 2 to the Engineering contract with Black
and Veatch, Inc., amending the scope of work with no change to the contract cost, for Design
and Construction Phase Services of the Noland Wastewater Treatment Plant Renovations,
Wastewater System Improvement Project Subprojects EP -1 through EP -4.
BACKGROUND
This project involves design, construction phase services, and post -construction evaluation
services for the renovations to the Noland Wastewater Treatment Plant. The original design
contract was awarded in July 2003; the construction and post construction phase services
amendment (Amendment 1) was approved in May 10, 2005.
DISCUSSION
This amendment is required in order to reflect changes in the scope of work of the construction
phase services portion of the contract. Amendment 1 to this contract, negotiated by Bob Davis in
and approved by the City Council in May 2005, only addressed construction phase services for
the Archer Western construction contract EP -2, headworks and solids handling renovation. It
did not allow for construction phase services for the other projects, EP -1 (wet weather
improvements) and EP -3 (effluent pump station). However, due to efficiencies resulting from
the City's modified WSIP management process and since Archer Western Contractors project
has been executed very smoothly, there are sufficient savings to cover costs of the remaining
construction phase services for EP -1 and EP -3.
Work on the Noland WWTP is proceeding very well, with the Archer Western contract (EP -2)
having reached substantial completion the week of 5 June. EP -1 has been bid; work shall begin
in two weeks. Staff expects that there will be future savings in the Engineering aspects of these
projects as they near completion. The progress we are seeing is a direct result of the excellent
teamwork demonstrated by all of the individuals and agencies involved in this complex project.
This contract is billed on the actual work performed; sufficient funds remain in the contract to
allow for unexpected circumstances that may arise through the remainder of the construction.
BUDGET IMPACT
No change.
Black and Veatch Noland Chg Ordr 2 CCMerno Jun07
AMENDMENT NO. 2
TO
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
BETWEEN
CITY OF FAYETTEVILLE, ARKANSAS
AND
BLACK AND VEATCH CORPORATION
WHEREAS, On July 15, 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 Wastewater System Improvement Project, and
in particular the Paul R. Noland Wastewater Treatment Plant Improvements - Wet Weather Improvements
- Contract EP -1 and Paul R. Noland Wastewater Treatment Plant Miscellaneous Improvements EP -3 (the
"Project"). The scope of these services included the final design and bidding services, and
WHEREAS, BLACK & VEATCH has proceeded with these services in accordance with the scope set
forth in the Agreement, and
WHEREAS, CITY OF FAYETTEVILLE requests that the scope of BLACK & VEATCH 's services to
be amended to provide Construction Phase; Resident Services During Construction; O&M Manual
Preparation; 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 July 15, 2003 and Addendum No. I dated September 20, 2005,
is hereby amended in the following particulars:
SECTION 2- BASIC SERVICES OF BLACK & VEATCH
2.1 Construction Phase
2.1.1 Delete APPENDIX C - SCOPE OF SERVICES FOR CONSTRUCTION PHASE attached to
the Agreement and replace with APPENDIX C - SCOPE OF SERVICES FOR
CONSTRUCTION PHASE attached to this Amendment No. 2.
2.2 Post -Construction Phase.
Amendment No 2 - CPS EP -I EP-3.doc
135045
Last printed 6/11/2007 8:57 AM
Based on: CPS Amendment-Standard.doc received 10/8/2004
•
2.2.1 Delete APPENDIX D - SCOPE OF SERVICES FOR POST -CONSTRUCTION PHASE
attached to the Agreement and replace with APPENDIX D - SCOPE OF SERVICES FOR
POST -CONSTRUCTION PHASE attached to this Amendment No. 2.
2.3 Resident Services During Construction
2.3.1 Delete APPENDIX E - SCOPE OF SERVICES FOR RESIDENT SERVICES DURING
CONSTRUCTION PHASE attached to the Agreement and replace with APPENDIX E - SCOPE
OF SERVICES FOR RESIDENT PROJECT REPRESENTATIVE SERVICES DURING
CONSTRUCTION PHASE attached to this Amendment No. 2.
2.4 O&M Manual Preparation Phase
2.4.1 See APPENDIX F for O&M MANUAL PREPARATION.
SECTION 3- ADDITIONAL SERVICES OF BLACK & VEATCH
Add the following tasks to SECTION 3 - ADDITIONAL SERVICES OF BLACK & VEATCH:
3.1.1 Additional meetings with local, state, or Federal agencies to discuss project.
3.1.2 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.
3.1.3 Appearances at public hearing meetings or before special boards.
3.1.4 Supplemental engineering work required to meet the requirements of regulatory or funding
agencies that become effective subsequent to the date of this amendment.
3.1.5 Special consultants or independent professional associates requested by CITY OF
FAYETTEVILLE.
3.1.6 Preparation for litigation, or other legal or administrative proceedings; and appearances in court
in connection with change orders or construction incidents.
3.1.7 Engineering assistance to CITY OF FAYETTEVILLE for and during negotiation meetings.
3.1.8 Observing factory tests and field retesting of equipment that fails to pass the initial test.
Amendment No 2 - CPS EP -1 EP-3.doc 2 135045
Last printed 6/11/2007 8:57 AM
�J
3.1.9 Visits to the construction site or to CITY OF FAYETTEVILLE's location in excess of the number
of such trips and the associated time set forth in Appendices C, D, E and F.
3.1.10 Special reports as requested by CITY OF FAYETTEVILLE concerning facility operation and
personnel matters during the startup period.
3.1.1 1 Where field conditions differ from the conditions indicated in the construction contract
documents or the soil boring logs, 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, or other conditions.
3.1.12 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.
3.1.13 Additional or extended services during construction made necessary by (1) work damaged by fire
or other cause during construction, (2) a significant amount of defective or neglected work by any
Contractor, (3) acceleration of the progress schedule involving service beyond normal working
hours, (4) prolongation of the construction contract time of any prime construction contract 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.
3.1.14 Services resulting from significant delays, changes, or price increases caused directly or indirectly
by shortages of materials, equipment, or energy.
3.1.15 Special services in connection with partial utilization of any part of the project by CITY OF
FAYETTEVILLE prior to Substantial Completion which require the Resident Project
Representative to work additional hours or require employment of additional onsite personnel.
3.1.16 Evaluation of unusually complex or unreasonably numerous claims submitted by Contractor(s) or
others in connection with the work.
3.1.17 Review and analysis of claims for differing subsurface and physical conditions submitted by the
Contractor(s) or others in connection with the work.
3.1.18 Provide a resident project representative (RPR) and/or individual RPR(s) compensation.
Amendment No 2 - CPS EP -1 EP-3.doc 3 135045
Last printed 6/11/2007 8:57 AM
3.1.19 Prepare applications and supporting documents for governmental grants, loans, or advances.
3.1.20 Consult with CITY OF FAYETTEVILLE's fiscal agents and bond attorneys and provide such
engineering data as required for any bond prospectus or other financing requirements.
3.1.21 Making revisions in Drawings, Specifications, or other documents when such revisions are:
3.1.21.1 Inconsistent with approvals or instructions previously given by CITY OF
FAYETTEVILLE, including revisions made necessary by adjustments in CITY OF
FAYETTEVILLE's program or Project Budget.
3.1.21.2 Required by the enactment or revision of codes, laws, or regulations subsequent to the
preparation of such documents.
3.1.22 Providing 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.
SECTION 4- CITY OF FAYETTEVILLE'S RESPONSIBILITIES
Add the following tasks to SECTION 4 of Agreement:
CITY OF FAYETTEVILLE will furnish and not at the expense of the BLACK & VEATCH the
following items.
4.13 All maps, drawings, reports, records, manuals, and other data that are available in the files of
CITY OF FAYETTEVILLE and which may be useful in the work involved under this
Amendment.
SECTION 5- PERIOD OF SERVICE
5.3 The services described in this Amendment are expected to be completed in accordance with the
following schedule:
Construction Phase Services EP -1,
Resident Project Representative Services
Construction Phase Services EP -3,
Resident Project Representative Services
Amendment No 2 - CPS EP -I EP-3.doc 4
Seven months from time of
Notice to Proceed to Contractor
by the CITY OF FAYETTEVILLE
Nine months from time of
Notice to Proceed to Contractor
by the CITY OF FAYETTEVILLE
135045
Last printed 6/11/2007 8:57 AM
O&M Manual Preparation
Post Construction Phase Services,
Complete within 30 days of
Contractor's Substantial Completion
Within 90 days of Completion of
the one year period of operation
CITY OF FAYETTEVILLE agrees to adjust schedule if the Notice to Proceed is delayed beyond
June 30, 2007.
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
For the scope of services set forth in the final design and bidding phase and as may have been amended,
plus the Basic Services set forth in this Amendment No. 2, CITY OF FAYETTEVILLE agrees to pay
BLACK & VEATCH the amounts indicated for each phase of the work. A deduction of two hundred
thousand dollars ($200,000) shall be taken from the amount allocated for EP -2 in Amendment No. 1. The
total payment to BLACK & VEATCH shall not exceed ninety six thousand, eight hundred dollars
($96,800) for Contract EP- 1, and one hundred three thousand, two hundred (103,200) for Contract EP -3,
except as provided for in Section 3 of the Agreement. The net total change to the contract amount shall
be zero dollars ($0.00). The total payment is based on compensation amounts presented in the following
table to the scopes of services set forth in this Amendment No. 2.
Amendment No 2 - CPS EP -1 EP-3.doc 5 135045
Last printed 6/11/2007 8:57 AM
S
•
Service Item(s)
Amount
Reduction of Amendment No. 1, Contract EP -2
($200,000.00)
Wet Weather Improvements EP- I
Appendix C — Construction Phase Services
$66,300
Appendix D - Post -Construction Services
$13,000
Appendix E - Resident Services
$16,200
Appendix F - Operation & Maintenance Manual
$1,300
Total Not -to -Exceed Amount EP -1
$96,800
Miscellaneous Improvements EP -3
Appendix C — Construction Phase Services
$76,500
Appendix D - Post -Construction Services
$13,700
Appendix E - Resident Services
$10,000
Appendix F - Operation & Maintenance Manual
$2,100
Total Not -to -Exceed Amount EP -3
$103,200
Net Total for EP -1, EP -2, and EP -3
$0.00
Subject to prior City Council approval, adjustment of the compensation 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.
Monthly statements for each payroll month shall be submitted to CITY OF FAYETTEVILLE or
such parties as CITY OF FAYETTEVILLE may designate for these services consistent with
BLACK & VEATCH's normal billing schedule. Once established, the billing schedule shall be
maintained throughout the duration of the Project. Applications for payment shall be made in
accordance with a format to be developed by BLACK & VEATCH and approved by CITY OF
Amendment No 2 - CPS EP -1 EP-3.doc 6 135045
Last printed 6/11/2007 8:57 AM
•
0
FAYETTEVILLE. Final payment for these services shall be made upon CITY OF
FAYETTEVILLE's approval and acceptance with the satisfactory completion of this phase for
the Project.
Delete Sections 6.1.3, 6.1.4, 6.1.5 and 6.1.6 of the Agreement and include the following:
6.1.3 Construction Phase Services
For the Scope of Services during the Construction Phase described herein, CITY OF
FAYETTEVILLE shall pay BLACK & VEATCH the sum not to exceed $66,300 for EP -1 and
$76,500 for EP -3 unless amended in accordance with Paragraph 6.1.7.
6.1.4 Post -Construction Phase Services
For the Scope of Services during the Post -Construction Phase described herein, CITY OF
FAYETTEVILLE shall pay BLACK & VEATCH the sum not to exceed $13,000 for EP -1 and
$13,700 for EP -3 unless amended in accordance with Paragraph 6.1.7.
6.1.5 Resident Project Representative Services During Construction Phase
For the Scope of Services during the Resident Project Representative Services During
Construction Phase described herein, CITY OF FAYETTEVILLE shall pay BLACK &
VEATCH the sum not to exceed $ 16,200 for EP- I and $10,000 for EP -3 unless amended in
accordance with Paragraph 6.1.7.
6.1.6 O&M Manual Preparation and Training and Startup Services During Construction Phase
For the Scope of Services during the O&M Manual Preparation and Training and Startup
Services During Construction Phase described herein, CITY OF FAYETTEVILLE shall pay the
sum not to exceed $ 1,300 for EP- I and $2,100 for EP -3 unless amended in accordance with
Paragraph 6.1.7.
Amendment No 2 - CPS EP -1 EP-3.doc 7 135045
Last printed 6/11/2007 8:57 AM
6.1.7 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.
6.1.8 The CITY OF FAYETTEVILLE agrees that the BLACK & VEATCH's not -to -exceed
upper limit for this Amendment No. 2 is based on the durations indicated in Section 5.3
of this Amendment No. 2 and if the construction period or operation period is extended
that the BLACK & VEATCH shall be entitled to additional compensation.
6.1.8.1 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. 2. Costs
include 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 G to this Amendment.
6.1.8.2 The following direct expenses are considered reimbursable and are included in the not
to exceed amount.
6.1.8.2.1 Travel, subsistence, and incidental costs.
6.1.8.2.2 Use of motor vehicles on a rental basis for assigned vehicles and on a mileage
basis or rental cost basis for vehicles used for short periods. Mileage basis shall
not exceed 48.5 cents per mile.
6.1.8.2.3 Cost of acquiring any other materials or services specifically for and applicable to
only this project.
6.1.8.2.4 Subcontract costs times 1.05.
6.1.8.3 The following direct expenses are also considered reimbursable and are not a part of
the not to exceed amount.
Amendment No 2 - CPS EP -1 EP-3.doc 8 135045
Last printed 6/11/2007 8:57 AM
0
0
6.1.8.3.1 Charges of special consultants requested by CITY OF FAYETTEVILLE.
6.1.8.3.2 Special insurance coverage required by CITY OF FAYETTEVILLE.
6.1.8.3.3 Local taxes or fees applicable to the engineering work or payments therefore.
6.1.8.3.4 Cost of acquiring any other materials or services specifically for and applicable to
only this project.
6.1.8.4 It is understood and agreed that the not to exceed cost is based on the start of the
services being authorized not later than June 30, 2007. If start of services is not
authorized by dates given, it is understood and agreed that the not to exceed cost will
be adjusted accordingly by an amendment to the Agreement.
6.1.8.5 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.
IN WITNESS WHEREOF, the parties hereto have caused this Amendment to be duly executed this 141
day of cu, , 2007.
CITY SAS
OF FAY EVILL RK
g
. s y:
;.��..•&IY pc •G�-% Mayor
;� • •cam;
FAYETTEVILLE: _ATTEST:
q,�ANSP5 ,; By:
City Clerk
''cudiuo110%
BLACK & VEAT H ORPORATION
By: Michael G. Orth
Title: Associate Vice President
Amendment No 2 - CPS EP -1 EP-3.doc 9 135045
Last printed 6/11/2007 8:57 AM
END OF AMENDMENT NO. 2 TO
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
Amendment No 2- CPS EP -I EP-3.doc 10 135045
Last printed 6/11/2007 8:57 AM
•
0
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX C - SCOPE OF SERVICES FOR CONSTRUCTION PHASE
This is Appendix C, 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 July 15, 2003 and Addendum No. I dated
September 20, 2005.
The following is the Scope of Services for the Construction Phase.
C.I. 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, technique, 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 Contractors to
comply with laws, regulations, rules, ordinances, codes, or orders applicable to the
Contractor(s) furnishing and performing the work. Specific services to be performed
by BLACK & VEATCH are as follows:
C.2. Management
C.2.1. 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 scheduling and assignment of personnel,
invoicing, and continuous monitoring of the progress of the services.
C.3. Office Support Services During Construction
C.3.1. Receive the Contractor's insurance certificates for review and acceptance by the CITY
OF FAYETTEVILLE's legal counsel.
C.3.2. Review and comment to CITY OF FAYETTEVILLE on the Contractor's initial and
updated construction schedule(s) if requested by CITY OF FAYETTEVILLE. 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
wastewater treatment plant in operation during construction). BLACK & VEATCH's
Amendment No 2 - CPS EP -I EP-3.doc Appendix C-1 135045
review shall not include an analysis of Contractor's approach, means and methods of
construction for performing the work specified in the contract documents.
C.3.3. Review and comment to CITY OF FAYETTEVILLE on the Contractor's initial
schedule of values and schedule of estimated monthly payments.
C.3.4. Review guarantees, bonds, and certificates of inspection, and tests and approvals which
are to be assembled by the Contractor(s) 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.
C.3.5. 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. This task does not pertain to review and organization of
manufacturer's O&M manuals, which is described in another task.
C.3.6. Interpret construction contract documents when requested. Requests for
interpretations, clarifications or information shall be in writing through BLACK &
VEATCH. Responses to Contractor shall be through BLACK & VEATCH.
C.3.7. Review Contractor's applications for payment and supporting data, determine the
amounts owed to Contractor, and recommend to CITY OF FAYETTEVILLE, in
writing, 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.
C.3.8. Prepare routine Change Orders as required and submit to CITY OF FAYETTEVILLE.
Review CITY OF FAYETTEVILLE or Contractor documentation and prepare any
additional documentation required to administer the processing of change order,
including applications for extension of construction time. Provide opinion to the CITY
OF FAYETTEVILLE of the performance by the parties thereto, and make
recommendations to CITY OF FAYETTEVILLE on claims of CITY OF
FAYETTEVILLE and Contractor(s) relating to the execution and progress of the Work
and other matters and questions related thereto; but BLACK & VEATCH shall not be
liable for the results of any such interpretations, opinions, recommendations, or
decisions rendered by BLACK & VEATCH in good faith.
If required, 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.
Amendment No 2 - CPS EP -1 EP-3.doc Appendix C-2 135045
Last printed 6/11/2007 8:57 AM
S S
C.3.9. Provide monthly progress reports to CITY OF FAYETTEVILLE.
C.3.10. Review and make recommendations regarding "or equal" submittals in accordance
with Construction Contract General Conditions.
C.4. Field Support Services During Construction
C.4.1. Conduct the preconstruction conference. BLACK & VEATCH shall prepare an agenda
for the conference, and prepare and distribute minutes. The preconstruction conference
will include a discussion of the Contractor's tentative schedule, procedures for
transmittal and review of the Contractor's submittals, processing payment applications,
critical construction sequencing, change orders, record documents, and the Contractor's
responsibilities for safety and first aid.
C.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
the Contractor concerning problems and/or progress of the construction. A total of
seven (7) meetings are anticipated for EP -1 and nine (9) meetings for EP -3.
C.4.3. Design team personnel with areas of responsibilities including project management,
electrical, and control and instrumentation will make periodic site visits. These site
visits will be at intervals appropriate to the stages of construction, observe the 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 two (2)
separate onsite visits will be required for EP -1 and two (2) for EP -3. The level of
effort is anticipated to require 16 person hours per trip.
C.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.
C.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.
C.4.6. Analyze data from performance testing of equipment by the Contractor or supplier
when the construction contract documents require the equipment to be tested after
installation. Submit written conclusions to CITY OF FAYETTEVILLE.
C.4.7. 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 and
the Contractor. It is anticipated that BLACK & VEATCH's project personnel will
require a total of one staff person for one two-day inspection trip for both Contract EP -
1 and EP -3.
C.4.8. Conduct a final inspection to determine if the construction is completed. BLACK &
VEATCH shall submit written results to Owner and provide written recommendations
Amendment No 2- CPS EP -1 EP-3.doc Appendix C-3 135045
Last printed 6/11/2007 8:57 AM
concerning final payment to Owner, including a lisi 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 two-day inspection trip for
both Contract EP -1 and EP -3.
Amendment No 2 - CPS EP -1 EP-3.doc Appendix C-4 135045
Last printed 6/11/2007 8:57 AM
•
0
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX D - SCOPE OF SERVICES FOR POST -CONSTRUCTION PHASE
This is Appendix D, consisting of one page, referred to in and part of the Agreement For
Professional Engineering Services between CITY OF FAYETTEVILLE, ARKANSAS and
BLACK & VEATCH CORPORATION dated July 15, 2003 and Addendum No. I dated
September 20, 2005.
The following is the Scope of Services for the Post -Construction Phase.
D. General
D.1. BLACK & VEATCH agrees to provide the following services after completion of the
project. The project is identified as the Noland WWTP Improvements, Wet Weather
Improvements, Contract EP- I and Miscellaneous Improvements, Contract EP -3, and
defined in the construction documents prepared by BLACK & VEATCH.
D.1.1. Prepare a Record Set of construction drawings based the construction records
maintained and submitted by Contractor. Record Set of construction drawings shall be
provided in electronic CADD files.
D.2. Consultation
BLACK & VEATCH agrees to make available the services of design team members for
consultation.
D.2.1. Provide one year performance review and submit written conclusions to CITY OF
FAYETTEVILLE. Prior to expiration of the warranties, meet with the CITY OF
FAYETTEVILLE and conduct an on -site performance review to determine if the
performance provisions of the contract documents have been met. It is anticipated that
that up to 40 hours will be required.
Amendment No 2 - CPS EP -I EP-3.doc Appendix D-1 135045
S
•
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX E - RESIDENT PROJECT REPRESENTATIVE SERVICES DURING
CONSTRUCTION PHASE
This is Appendix E, consisting of I page, referred to in and part of the Agreement For
Professional Engineering Services between CITY OF FAYETTEVILLE, ARKANSAS and
BLACK & VEATCH dated July 15, 2003 and Addendum No. 1 dated September 20, 2005.
The following is the Scope of Services for the Resident Project Representative Services During
Construction.
E.1. General
BLACK & VEATCH shall not provide a Resident Project Representative for Contract
EP-] or EP -3 Noland WWTP Wet Weather Improvements.
E.2. Field Testing Services
E.2.1
Through a subcontract, conduct, evaluate, and report on test and test analyses for
equipment and materials, including concrete, and soil compaction identified in the
1 WNER.
135045
0
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX G - BILLING RATE SCHEDULE
see excel spreadsheet for billing rates table
Amendment No 2 - CPS EP -1 EP-3.doc Appendix G-1 135045
•• •
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX F - SCOPE OF SERVICES FOR O&M
This is Appendix F, consisting of I page, referred to in and part of the Agreement For
Professional Engineering Services between CITY OF FAYETTEVILLE, ARKANSAS and
BLACK & VEATCH dated July 15, 2003 and Addendum No. I dated September 20, 2005.
The following is the Scope of Services for the O&M Manual Preparation.
F.I. OPERATIONS AND MAINTENANCE MANUAL PREPARATION
F.1.1. General
BLACK & VEATCH will review the manufacturer's operation and maintenance
manuals for new facilities being constructed in Contract EP -1 and Contract EP -3.
Specific tasks to be performed by the BLACK & VEATCH to prepare and assemble
the facilities operation and maintenance manual for the wastewater treatment facilities
are as follows:
F.1.2 Operation and Maintenance Manual
(1) The maintenance manual will be comprised of the manufacturer's O&M manuals
submitted under section 01330 of the construction specifications.
(2) Review and organize the manufacturer's the Manufacturer's O&M Manuals.
The final approved manuals will be submitted to the City by the Engineer in the
manufacturer's 3 -ring binders and a unique CD-ROM in Adobe Acrobat's
Portable Document Format (PDF). The PDF files will be indexed using the
Table of Contents, searchable with thumbnail generated.
Amendment No 2 - CPS EP -1 EP-3.doc Appendix F-1 135045
0
0
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
APPENDIX G — BILLING RATE SCHEDULE
This is APPENDIX G, consisting of two pages, referred to in and part of the Agreement
For Professional Engineering Services between CITY OF FAYETTEVILLE,
ARKANSAS and BLACK & VEATCH dated July 15, 2003 and Addendum No. I dated
September 20, 2005.
Job Classification
Hourly Billing Rate
2007
2008
Principal
$217
$225
Project Manager
$185
$193
Project Secretary
$67
$69
Project Account.
$67
$69
Project Engineer
$171
$178
Lead Civil Engineer
$112
$116
Civil Design Engineer
$100
$103
Civil Tech
$89
$92
Structural Sr.
$161
$167
Structural Engineer
$130
$134
Structural Tech
$98
$102
Geotech Specialist
$151
$156
Architect
$123
$127
Architect Tech
$95
$98
Architect Drafter
$91
$95
Building Mechanical Sr Engr
$152
$158
Building Mechanical Engineer
$131
$136
Building Mechanical Technician
$84
$87
Pump Specialist
$178
$185
Process Mech. / Chem Feed Engr
$112
$116
Electrical Specialist
$159
$165
Electrical Engineer
$133
$138
Electrical Technician
$112
$116
Electrical Drafting
$98
$102
I&C Specialist
$154
$160
I&C Engineer
$137
$142
Shop Drawings Admin
$129
$133
billing rates ep-I.doc Appendix G-1 092804
S
Shop Drawings Clerical
$56
$58
Process Engr - Odor Control
$157
$163
Process Engineer - Liq. Trtmt
$168
$174
Operations Specialist
$147
$153
Operations Process Engr.
$137
$142
Engineer - Writer
$137
$142
Engineer - Writer / Mfg Manuals
$137
$142
Technical Review
$137
$142
Graphics
$98
$102
Editor / Word Processing / Clerk
$74
$76
Estimator
$143
$149
• City of Fayetteville Staff Review Form .
City Council Agenda Items
and
Contracts, Leases or. Agreements
Mayor's Approval
City Council Meeting Date
Agenda Items Only
David Jurgens
Submitted By
Wastewater System Impry Project
Division
Utilities
Department
Action Required:
Approval of no -cost Contract Amendment Number 3 to the engineering contract with Black and Veatch Corporation
for Noland Wastewater Treatment Plant phosphorus removal evaluation.
Is
Cost of this request
4480.9480.5314.00
Account Number
02133.0001
Project Number
Budgeted Item XX
Category / Project Budget
Funds Used to Date
$ -
Remaining Balance
Budget Adjustment Attached
Wastewater System Imp Project
Program Category / Project Name
Water and Wastewater
Program / Project Category Name
Water/Sewer
Fund Name
108 RS
(p 10 Previous Ordinance or Resolution # =1-0342T-05
Date
Original Contract Date: 7115/03; 6/21/05
Original Contract Number: 915
Date
`f cJ O . __,. 3 • IP. Ze i
Finance and Internal Services Director Date
Date
b
ate
Received in City EN
Clerk's Office 3D
Received in ENiFRE�
Mayor's Office
Revised January 15, 2009
Zayleev!e
KANSAS�
To: Mayor Lioneld Jordan
ONTRACT REVIEW MEMO
MAYOR'S APPROVAL
THE CITY OF FAYETTEVILLE, ARKANSAS
Thru: Don Marr, Chief of Staff
From: David Jurgens, Utilities Director
Date: March 10, 2010
Subject: Approval of no -cost Contract Amendment Number 3 to the engineering contract with Black and
Veatch Corporation for Noland Wastewater Treatment Plant phosphorus removal evaluation
RECOMMENDATION
City Administration recommends approval of no -cost Contract Amendment Number 3 to the engineering
contract with Black and Veatch Corporation for professional engineering services to determine methods to
achieve additional phosphorus removal from the Noland Wastewater Treatment Plant's effluent.
BACKGROUND
USEPA Region 6 is proposing to reduce the National Pollutant Discharge Elimination System (NPDES) permit
limit for phosphorous from a 1.0 parts per million (ppm) to a 0.1 ppm for all Northwest Arkansas cities that
discharge treated effluent from wastewater treatment facilities into the Illinois River Watershed. As there was
no mention of a phosphorous limit more stringent than 1.0 ppm during the development phase of Noland's
recent renovations, the plant is not currently designed to consistently treat wastewater to 0.1 ppm. It is expected
that future NPDES permits will reduce the phosphorus limit, resulting in the need for this evaluation. It is also
expected that this limit will ultimately be placed on White River watershed discharges as well.
DISCUSSION
Black and Veatch did an exceptional job in design and oversight of renovations at the Noland WWTP, and are
more familiar with the treatment process than any other engineering firm. This amendment allows for the
proposed study of Phosphorus removal alternatives and reflects a proposed 3 -month study period along with
coordination of study alternatives and processes with McGoodwin, Williams and Yates, the design engineers for
the West Side WWTP. The two firms are combining efforts in this study as both plants will probably ultimately
be affected by the new NPDES requirements.
BUDGET IMPACT
This is a no -cost amendment to the existing B&V contract. Funds are available within the contract due to
savings in work performed in the design and construction process.
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701
B&V Amdmt3 CCMemo 5Mar10
AMENDMENT NO. 3
TO
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
BETWEEN
CITY OF FAYETTEVILLE, ARKANSAS
AND
BLACK AND VEATCH CORPORATION
WHEREAS, On July 15, 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 Wastewater System Improvement Project, and
in particular the Paul R. Noland Wastewater Treatment Plant Improvements - Wet Weather Improvements
- Contract EP -1 and Paul R. Noland Wastewater Treatment Plant Miscellaneous Improvements EP -3 (the
"Project"). The scope of these services included the final design and bidding services, and
WHEREAS, BLACK & VEATCH has proceeded with these services in accordance with the scope set
forth in the Agreement, and
WHEREAS, CITY OF FAYETTEVILLE requests that the scope of BLACK & VEATCH 's services to
be amended to provide Conceptual Design 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 July 15, 2003, Addendum No. 1 dated September 20, 2005,
and Addendum No. 2 dated June 18, 2007, is hereby amended in the following particulars:
SECTION 2- BASIC SERVICES OF BLACK & VEATCH
Add APPENDIX H - SCOPE OF SERVICES FOR CONCEPTUAL DESIGN PHASE attached to
this Amendment No. 3.
SECTION 3- ADDITIONAL SERVICES OF BLACK & VEATCH
Add the following tasks to SECTION 3- ADDITIONAL SERVICES OF BLACK & VEATCH:
3.1.1 Any Work requested by the City that is not included in one of the items listed in Work described
will be considered a supplemental service.
Amendment No 3-1 - Scope of Work -0305 10.doc 1 135045
Based on: CPS Amendment-Standard.doc received 10/8/2004
•
SECTION 4- CITY OF FAYETTEVILLE'S RESPONSIBILITIES
Add the following tasks to SECTION 4 of Agreement:
CITY OF FAYETTEVILLE will furnish and not at the expense of the BLACK & VEATCH the
following items.
4.13 Provide all available treatment process data from the Noland WWTP for the last two years in
electronic format.
SECTION 5- PERIOD OF SERVICE
Add the following tasks to SECTION 5 of Agreement:
5.3 The services described in this Amendment are expected to be completed in accordance with the
following schedule:
Phosphorus Removal Study 120 calendar days from the approval of Amendment No. 3
by the CITY OF FAYETTEVILLE
SECTION 6- PAYMENTS TO BLACK & VEATCH
Add the following tasks to SECTION 6 of Agreement:
6.1 Compensation
For the scope of services set forth in the fmal design and bidding phase and as may have been amended,
plus the Basic Services set forth in this Amendment No. 3, CITY OF FAYETTEVILLE agrees to pay
BLACK & VEATCH the amounts indicated for each phase of the work. A deduction of forty six
thousand dollars ($46,000.00) shall be taken from the amount allocated for CPS in Amendment No. 1 and
No. 2. The total payment to BLACK & VEATCH shall not exceed forty nine thousand dollars and no
cents ($49,000.00) for Phosphorus Removal Study. The net total change to the contract amount shall be
zero dollars ($0.00). The total payment is based on compensation amounts presented in the following
table to the scopes of services set forth in this Amendment No. 3.
Service Item(s)
Amount
Reduction of Amendment No. 1 and No. 2, -
($49,000.00)
Contract EP -1, EP -2 and EP -3
Phosphorus Removal Study
Amendment No 3-1 - Scope of Work - 030510.doc 2 138636
• 0
Item 1
— Project Administration and Controls
$2,500.00
Item 2
— Identify Design Parameters
$4,000.00
Item 3
— Identify Phosphorus Removal
Alternatives
$13,500.00
Item 4
— Identify Planning Level Conceptual Cost
$5,000.00
Item 5
— Phosphorus Removal Study Report
$24,000.00
Total Not -to -Exceed Amount
$49,000.00
Net Total for Amendment No. 1, No.2 and No. 3
$0.00
Subject to prior City Council approval, adjustment of the compensation 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.
Monthly statements for each payroll month shall be submitted to CITY OF FAYETTEVILLE or
such parties as CITY OF FAYETTEVILLE may designate for these services consistent with
BLACK & VEATCH's normal billing schedule. Once established, the billing schedule shall be
maintained throughout the duration of the Project. Applications for payment shall be made in
accordance with a format to be developed by BLACK & VEATCH and approved by CITY OF
FAYETTEVILLE. Final payment for these services shall be made upon CITY OF
FAYETTEVILLE's approval and acceptance with the satisfactory completion of this phase for
the Project.
Delete Sections 6.1.3, 6.1.4, 6.1.5 and 6.1.6 of the Agreement and include the following:
6.1.3 Conceptual Design Phase Services
For the Scope of Services during the Conceptual Design Phase described herein, CITY OF
FAYETTEVILLE shall pay BLACK & VEATCH the sum not to exceed $100,000.00 unless
amended in accordance with Paragraph 6.1.7.
Amendment No 3-1 - Scope of Work -0305 10.doc 3 138636
6.1.7 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.
6.1.8 The CITY OF FAYETTEVILLE agrees that the BLACK & VEATCH's not -to -exceed
upper limit for this Amendment No. 3 is based on the durations indicated in Section 5.3
of this Amendment No. 3 and if the construction period or operation period is extended
that the BLACK & VEATCH shall be entitled to additional compensation.
6.1.8.1 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. 3. Costs
include 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 G in Amendment 2.
6.1.8.2 The following direct expenses are considered reimbursable and are included in the not
to exceed amount.
6.1.8.2.1 Travel, subsistence, and incidental costs.
6.1.8.2.2 Use of motor vehicles on a rental basis for assigned vehicles and on a mileage
basis or rental cost basis for vehicles used for short periods. Mileage basis shall
not exceed 55 cents per mile.
6.1.8.2.3 Cost of acquiring any other materials or services specifically for and applicable to
only this project.
6.1.8.2.4 Subcontract costs times 1.05.
6.1.8.3 The following direct expenses are also considered reimbursable and are not a part of
the not to exceed amount.
Amendment No 3-1 - Scope of Work - 030510.doc 4 138636
•
•
6.1.8.3.1 Charges of special consultants requested by CITY OF FAYETTEVILLE.
6.1.8.3.2 Special insurance coverage required by CITY OF FAYETTEVILLE.
6.1.8.3.3 Local taxes or fees applicable to the engineering work or payments therefore.
6.1.8.3.4 Cost of acquiring any other materials or services specifically for and applicable to
only this project.
6.1.8.4 It is understood and agreed that the not to exceed cost is based on the start of the
services being authorized not later than February 26, 2009. If start of services is not
authorized by dates given, it is understood and agreed that the not to exceed cost will
be adjusted accordingly by an amendment to the Agreement.
6.1.8.5 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.
IN WITNESS WHEREOF, the parties hereto have caused this Amendment to be duly executed this
day of , 2010
CITY OF FA EVILL AS
By:
ayor
ATTEST:
;•���C'••G\JY O'.o�G��
:FAYETTEVILLE: = City e
5 e
,sKANSP. am,'
°J`��e BLACK & VEATC CO ORATION
By: Michael G. Orth
Title: Vice President
Amendment No 3-1 - Scope of Work -0305 10.doc 5 138636
END OF AMENDMENT NO. 3 TO
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
Amendment No 3-1 - Scope of Work -0305 10.doc 6 138636
4.
• •
This is Appendix H, 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 July 15, 2003, Addendum No. 1 dated September
20, 2005 and Addendum No. 2 dated June 18, 2007.
The following is the Scope of Services for the Conceptual Design Phase.
H.1. General
BLACK & VEATCH shall identify phosphorus removal alternatives that will achieve the
desired treatment goals of a 0.10 mg/L phosphorus limit for the Noland WWTP effluent
based on anticipated regulatory requirements. The anticipated new treatment expansion
alternatives, based on historical cost data, shall identify the most reasonable approach
for satisfying future phosphorus removal needs while maximizing the use of existing
treatment components.
BLACK & VEATCH shall not begin work outlined in this section without written
authorization from the CITY OF FAYETTEVILLE. Specific services to be performed
by BLACK & VEATCH are as follows:
H.2. Management
H.2.1 BLACK & VEATCH's will provide ongoing direction and management of the project.
Review staffing, budget, progress, and quality of work throughout the course of the
Project for BLACK & VEATCH. Provide project status reports to the CITY OF
FAYETTEVILLE with each invoice.
H.3. Confirm Design Parameters
H.3.1. Supplement Existing Data. BLACK & VEATCH shall confirm wastewater
characteristics and loadings by reviewing historic plant data. Using data collected at
the Noland WWTP since the start up of the West Side WWTP, BLACK & VEATCH
shall update the data review completed for the initial WSIP Noland WWTP
Improvements. All data submitted to BLACK & VEATCH shall be in a recent version
of Microsoft Excel.
H.4. Evaluate Phosphorus Removal Alternatives
H.4.1. Develop Phosphorus Removal Alternatives. Using the data collected from the Noland
WWTP and discussions with CITY OF FAYETTEVILLE staff, BLACK & VEATCH
shall identify up to three (3) alternatives for phosphorus removal at the Noland WWTP
or in the Fayetteville collection system. Criteria for screening each alternative shall be
presented to the CITY OF FAYETTEVILLE for discussion prior to the presentation of
Amendment No 3-1 - Scope of Work - 030510.docAppendix H-1 135045
0 9
the preliminary process alternatives. Preliminary process schematics, process
descriptions alternatives, and a discussion on alternative feasibility based on screening
criteria shall be prepared for the CITY OF FAYETTEVILLE for each alternative.
H.5. Develop Conceptual Construction Costs
H. 5.1. Develop Conceptual Opinion of Probable Construction Costs. BLACK & VEATCH
shall develop a conceptual level capital and operation and maintenance costs for the
wastewater treatment facility improvements based on the three (3) alternatives selected
for Phosphorus Removal. A present worth cost analysis shall be performed for each
alternative. A cost coordination meeting shall be conducted with McGoodwin,
Williams, and Yates, Inc. Costs shall be budgetary conceptual cost based on historical
data available to the engineer.
H.6. Phosphorus Removal Study Technical Memorandum
H.6.1. Prepare Technical Memorandum. BLACK & VEATCH shall prepare a draft technical
memorandum for the CITY OF FAYETTEVILLE to summarize phosphorus removal
alternatives and costs. Background information, process flow schematics, and
recommendations generated during the study shall be compiled, organized and
included in the memorandum. Based on the evaluations, further studies and future
pilot testing at the Noland WWTP shall be recommended to the CITY OF
FAYETTEVILLE. BLACK & VEATCH shall submit one (1) electronic copy in PDF
format to the CITY OF FAYETTEVILLE for review.
H.6.2. Review Workshop and Presentation. Conduct a half day workshop with the CITY OF
FAYETTEVILLE and plant operating staff to review the technical memorandum and
obtain CITY OF FAYETTEVILLE comments in Fayetteville. BLACK & VEATCH
shall provide meeting minutes to all attendees.
H.6.3. Incorporate CITY OF FAYETTEVILLE Comments and Finalize Technical
Memorandum. Incorporate review comments by the CITY OF FAYETTEVILLE in
the draft memorandum and provide six (6) hard copies and one (1) electronic copies in
PDF format of the final memorandum.
Amendment No 3-1 - Scope of Work -0305 10.doc
138636
From:
Clarice Pearman
To:
Davis, Bob
Date:
5/19/05 9:19AM
Subject:
Res. 95-05
Bob,
Attached is a copy of the resolution passed by the City Council May 10, 2005, along with a copy of
Amendment No. 1 of the agreement with Black & Veatch. I have returned to you the other copies of the
agreement via interoffice mail.
Thanks.
Clarice.