Loading...
HomeMy WebLinkAbout206-20 RESOLUTION0f fAY Eire 9RKANS �S 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 206-20 File Number: 2020-0597 BID #20-54 CB & I STORAGE TANK SOLUTIONS, LLC: A RESOLUTION TO AWARD BID #20-54 AND AUTHORIZE A CONTRACT WITH CB&I STORAGE TANK SOLUTIONS, LLC IN THE AMOUNT OF $2,517,000.00 FOR THE CONSTRUCTION OF A NEW ELEVATED WATER STORAGE TANK ON GULLEY ROAD, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $251,700.00, AND TO APPROVE A BUDGET ADJUSTMENT 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 awards Bid #20-54 and authorizes Mayor Jordan to sign a contract with CB&I Storage Tank Solutions, LLC, a copy of which is attached to this Resolution, in the amount of $2,517,000.00 for the construction of a new elevated water storage tank on Gulley Road, and further approves a project contingency in the amount of $251,700.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 8/4/2020 Page 1 Printed on 815120 Resolution: 206-20 File Number. 2020-0597 Attest: `jI t t It I?? GOER K ��y.• GITY 0�:9J,G FAYE7-rEV I LL Kara Paxton, City Clerk Treasurer —�z•. E• �9 "',ems � •.Qk�rVSP`' . •,�y ���. '4,,Gr,ON� O Page 2 Printed on 815120 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 -�� (479) 575-8323 Text File File Number: 2020-0597 Agenda Date: 8/4/2020 Version: 1 Status: Passed In Control: City Council Meetinq File Type: Resolution Agenda Number: C 3 BID #20-54 CB & I STORAGE TANK SOLUTIONS, LLC: A RESOLUTION TO AWARD BID #20-54 AND AUTHORIZE A CONTRACT WITH CB&I STORAGE TANK SOLUTIONS, LLC IN THE AMOUNT OF $2,517,000.00 FOR THE CONSTRUCTION OF A NEW ELEVATED WATER STORAGE TANK ON GULLEY ROAD, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $251,700.00, AND TO APPROVE A BUDGET ADJUSTMENT 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 awards Bid #20-54 and authorizes Mayor Jordan to sign a contract with CB&I Storage Tank Solutions, LLC, a copy of which is attached to this Resolution, in the amount of $2,517,000.00 for the construction of a new elevated water storage tank on Gulley Road, and further approves a project contingency in the amount of $251,700.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Page 1 Printed on 81512020 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2020-0597 Legistar File ID 8/4/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 7/15/2020 WATER SEWER (720) Submitted Date Division / Department Action Recommendation: Staff recommends awarding Bid #20-54 and approving a construction contract with CB & I Storage Tank Solutions, LLC in the amount of $2,517,000.00 for construction of a new elevated water storage tank on Gulley Road, approving a contingency in the amount of $251,700.00 and approving a budget adjustment. 5400.720.5600-5808.00 Account Number 17003.1 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? Yes Budget Impact: Water and Sewer Fund Eastside Water Storage Tank Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 2,688,000.00 $ 410.40 $ 2,687,589.60 $ 2,768,700.00 $ 81,111.00 $ 0.60 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: CITY OF FAYETTEVILLE ARKANSAS W MEETING OF AUGUST 4, 2020 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: July 15, 2020 CITY COUNCIL MEMO SUBJECT: Bid #20-54, CB & I Storage Tank Solutions, LLC — Construction Contract for Gulley Road Water Tank and approving a budget adjustment RECOMMENDATION: Staff recommends awarding Bid #20-54 and approving a construction contract with CB & I Storage Tank Solutions, LLC in the amount of $2,517,000.00 for construction of a new elevated water storage tank on Gulley Road, and approving a contingency in the amount of $251,700.00 and approving a budget adjustment. BACKGROUND: On July 1, 2020 the City of Fayetteville accepted sealed competitive bids for the Gulley Road Water Tank project. CB & I Storage Tank Solutions, LLC submitted the lowest bid. All bids are shown here: CB & I Storage Tank Solutions, LLC $2, 517, 000.00 Caldwell Tanks, Inc. $2,682,000.00 Gerard Tank & Steel, Inc. $2,545,000.00 Phoenix Fabricators & Erectors, Inc. $2,966,000.00 DISCUSSION: This new water tank will be located adjacent to the City's existing water tank on Gulley Road, east of Fayetteville. The new tank will be of identical shape and capacity as the existing tank and will help the City's water system meet the demands for water use both today and into the future. This tank was recommended in the City's Water Master Plan by Olsson, Inc. BUDGET/STAFF IMPACT: Funds are available for this project in the Eastside Water Storage Tank. Additional budgeted funds will be moved and utilized from the Water System Rehabilitation/Replace project to cover total construction cost of this project. Attachments: Project Vicinity Map Certified Bid Tab, Bid #20-54 Agreement Olsson recommendation Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Gulley Road Water Tank Vicinity Map I NTS I ,•-. W 1 1 r 4 i Project �pV r Location tm 4,9 ED Hun SVI le !" it '' Lake 15 July 7, 2020 City of Fayetteville, Arkansas Fayetteville Water & Sewer Operations Attn: Mr. Corey Granderson, Utilities Engineer 113 W. Mountain Street Fayetteville, Arkansas 72701 Re: East Service Area Improvements, Contract Section II New Elevated Water Tank Fayetteville, Arkansas Olsson Project 018-0031 Mr. Granderson: Bids for the above referenced project were received and opened on July 1, 2020. A total of four (4) bids were submitted and have been reviewed. The bid totals received are shown below. CB&I Storage Tank Solutions, LLC $2,517,000.00 Gerard Tank & Steel, Inc. $2,545,000.00 Caldwell Tanks, Inc. $2,682,000.00 Phoenix Fabricators & Erectors, Inc. $2,966,000.00 After review of the bids, it is our recommendation that Notice of Award be given to the apparent low bidder, Chicago Bridge & Iron (CB&I) Storage Tank Solutions, LLC, in the contract amount of $2,517,000.00. Upon your approval, we will commence with the processing of the contract for the project. Please do not hesitate to call with any questions, comments, or if any further information or documentation is required. Cordially, W. Chris Hall Water/Wastewater Team Leader CITY OF FAYETTEVILLE ARKANS ARKAAS Bid Tabulation Bid 20-54, Construction - Gulley Road New Water Storage Tank CB&I Storage Tank Solutions LLC Caldwell Tanks, Inc. Gerard Tank & Steel, Inc Phoenix Fabricators & Erectors, Total Cost $ 2,517,000.0 $ 2,682,000.0 $ 2,545,000.0 $ 2,966,000.0 Unit Quantity of # Required Measure UnitPrice TotalCost $2,512,000.00 I $2,512,000.00 UnitPrice $2,673,000.00 TotalCost $2,673,000.00 UnitPrice $2,540,000.00 TotalCost $2,540,000.00 UnitPrice $2,960,000.00 TotalCost $2,960,000.00 #1-1 1 Lump Sum #1-2 1 Lump Sum $3,000.00 I $3,000.00 1 $4,000.00 $4,000.00 $3,000.00 $3,000.00 $3,500.00 $3,500.00 41-3 1 Lump Sum $2,000,001 $2,000.00 $5,000.00 1 $5,000.00 $2,000.00 $2,000.00 $2,500.00 $2,500.00 .� FAYETTEVILLE .Q.-SRKA5 Bid 20-54, Construction — New Water Storage Tank; Gulley Rd - Bid 20-54, Construction - Gulley Road Water Tank Project Overview Project Details Reference ID Bid 20-54. Construction — New Water Storage Tank: Gulley Rd Project Name Bid 20-54, Construction - Gulley Road Water Tank Project Owner Andrea Foren Project Type ITB Department Purchasing Certification of $2,300,000.00 Funds Project Description Bid 20-54, Construction - Gulley Road Water Tank Open Date Jun 07, 2020 12:00 AM CDT Close Date Jul 01, 2020 2:00 PM CDT Highest Scoring Supplier CB&I Storage Tank Solutions LLC Seal status Score 100 pts .� FAYETTEVILLE AQKARKNSAS Requested Information Required City Forms Bid Bond Bid 20-54, Bid Form (BT- 13QZ) Arkansas Contractors License# Arkansas Secretary of State Filing # Pursuant Arkansas Code Annotated §25-1-503. the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into. or while in contract, with any public entity as defined in §25- 1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Conflict of Interest Unsealed on Jul 01, 2020 2:02 PM CDT Jul 01. 2020 2:02 PM CDT Jul 01. 2020 2:02 PM CDT Jul 01. 2020 2:02 PM CDT Jul 01. 2020 2:02 PM CDT Jul 01, 2020 2:02 PM CDT Unsealed by Les McGaugh Les McGaugh Les McGaugh Les McGaugh Les McGaugh Les McGaugh # Declaration of Conflict of Interest You have been chosen as a Committee member for this Evaluation. Please read the following information on conflict of interest to see if you have any problem or potential problem in serving on this committee. ## Code of Conduct All information related to submissions received from Suppliers or Service Providers must be kept confidential by Committee members. ## Conflict of Interest No member of a Committee shall participate in the evaluation if that Committee member or any member of his or her immediate family: ' has direct or indirect financial interest in the award of the contract to any proponent; ` is currently employed by. or is a consultant to or under contract to a proponent; ' is negotiating or has an arrangement concerning future employment or contracting with any proponent; or, ` has an ownership interest in, or is an officer or director of, any proponent. Please sign below acknowledging that you have received and read this information. If you have a conflict or potential conflict, please indicate your .� ARK 4N$EVIILE A A RN AS conflict on this acknowledgment form with information regarding the conflict. I have read and understood the provisions related to the conflict of interest when serving on the Evaluation Committee. If any such conflict of interest arises during the Committee's review of this project, I will immediately report it to the Purchasing Director. Name Date Signed Has a Conflict of Interest? Les McGaugh Jul 01, 2020 2:02 PM CDT No FAYETTEVILLE RKANS AAKAS Public Notices Addendum 1 - Bid 20-54, Construction - Gulley Road Water Tank Les McGaugh, Jun 25, 2020 3:23 PM CDT The City has issued Addendum 1 to Bid 20-54. Construction - Gulley Road Water Storage Tank CITY QF .� EVILLE A.MANS wRrwhswN Scoring Summary Active Submissions Total Total Base Bid Supplier / 100 pts 1100 pts CB&I Storage Tank Solutions LLC 100 pts 100 pts ($2,517,000.00) Gerard Tank & Steel, Inc 98.9 pts 98.9 pts ($2,545,000.00) Caldwell Tanks, Inc. 93.85 pts 93.85 pts ($2,682,000.00) Phoenix Fabricators & Erectors, 84.86 pts 84.86 pts ($2,966,000.00) Inc Within Certified Amount Pass/Fail Pass Pass Pass Pass FAYETTEVILLE ARK -SAS Signatures Name Andrea Foren (Project Owner) Les McGaugh (Evaluator) Signatures Andrea Digitally signed by Andrea Foren Foren Date: 2020.07.08 16:23:58-05'00' Les McGaugh Digitally signed by Les McGaugh Date: 2020.07.02 16:18:56-05'00' 018-0031 Conii�c+ � SECTION 00 52 00 —AGREEMENT AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: EAST SERVICE WATER AREA IMPROVEMENTS — CONTRACT SECTION It, NEW ELEVATED WATER TANK Contract No.: 20-54 , Construction THIS AGREEMENT is dated as of the 4— day of in the year 2(0 by and between The City of Fayetteville, Arkansas and CB&I Storage Tan olutions LLC (hereinafter called Contractor). ARTICLE 1- WORK 1.1 Contractor shall complete all Work as specified or Indicated in the Contract Documents. 'The work under this Agreement includes, but is not limited to: The Work under this Contract Includes, but is not limited to, the construction of a new 750,000-gallon elevated steel hydropillar storage tank and the addition of an air gap to the existing adjacent elevated storage tank. The Work also includes the installation of 18-inch DIP water lines, tie to an existing 16-inch DIP water line, valves and fittings, generator and concrete pad, sitework including grading, removal of tress and stumps, seeding, fencing, testing and disinfection and all items set out in the Contract Documents. 1.2 The Contractor agrees to perform the work described in the Contract Documents and comply with the terms therein for the amounts shown in the Bid Proposal. Refer to Section 00 4143- Bid Form for quantities. 1.3. Any use of a third -party dumpster or roll off container shall be procured from the Citv of -Fayetteville Recycling and Trash Collection Division, Use of a Non -City dumpster or roll off container is not allowed. 1.4 Contractor is responsible for obtaining all applicable permits. The fees for City of Fayetteville (only) issued permits shall be waived. 1.5 The Contract may include work in City of Fayetteville right-of-way, ARDOT (State) right-of-way, railroad right-of-way and in General or Utility Easements. ARTICLE 2 - ENGINEER 2.1 The Contract Documents have been prepared by Olsson (Engineer) for the City of Fayetteville. The Engineer assumes all duties and responsibilities, and has the rights and authority assigned AGREEMENT 00 52 00 -1 015-0031 Contract Seetion 11 to Engineer in connection with completion of the Work in accordance with the Contract Documents. ARTICLE - CONTRACT TIME 3.1 TIME OF THE ESSENCE A. All time limits for milestone, if any, Substantial Completion and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.2 DATES FOR COMPLETION AND FINAL PAYMENT The Work shall be substantially completed within 420 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and final completion and ready for final payment within 450 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS. 3.3 LIQUIDATED DAMAGES A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville If the Work is not Substantially Completed on time, Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified above in Paragraph 3.2 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.2 forcompletion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor --shall pay -The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.1 The CITY OF FAYEITEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation forall work done under this agreement, the amount based on the unit prices bid in the Proposal (BID FORM) which Is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and In the manner set forth in the Specifications. 4.2 As provided In the Contract estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINECR as provided in the General Conditions. Unit prices have been computed as provided in tha Contract Documents. 2 - 00 52 00 AGREEMENT . ,-A, , I 048-003,1 Contract Section 11 4.3 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost orfees. 1. Further, there shall be no changes to the scope and/or contract documents without prior written approval of the Engineer of Record and the City's designated Professional Engineer, ARTICLE 5 - PAYMENT PROCEDURES 5.1 SUBMITTAL AND PROCESSING OF PAYMENTS A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.2 PROGRESS PAYMENTS, RETAINAGE A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 1. Prior to Substantial Completion, progress payments will be made In an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may FINAL PAYMENT B. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as • recommended by Engineer and as provided In the GENERAL CONDITIONS. ARTICLE b - CONTRACTOR'S REPRESENTATIONS 6.1 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractci, has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor Ijas visited the Site(s) and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. I AGREEWNT 00 52 00 - 3 O18.0031 Contract Section fI C. Contractor is familiar with and Is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: 1. Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and 2. Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of Information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs Incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract 9rice, within the Contract Times, and In accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, Information and observations r obtained from vlslts to the Site, reports and drawings identified in the Contract Documents, and -all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.1. CONTENTS 4 - 00 52 00 AGREEMENT 018-0031 Contract Section It " A. The Contl'act Documents which comprise the entire Agreement between The City of Fayetteville and Contactor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in this Agreement and in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c, Documentation submitted by Contractor prior to Notice of Award. 4 3. Performance, Payment, and other Bonds. a. The Performance and Payment Bond shall be one hundred percent (100%). b. The Contractor shall file the Performance, Payment and Warranty Bonds at the Washington County Clerk's office prior to providing a file marked copy of the filed Performance, Payment and Warranty Bonds to the Owner or Engineer. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in Table of Contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the Table of Contents thereof (Drawings), with each sheet bearing the following general title: East Service Area Improvements — Contract Section III, New Pump Station and Water Line Improvements 8. Addenda numbers to _, inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: • All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.1 TERMS A. Terms used In this Agreement which are defined In the t;ENERAL CONDITIONS shall have the meanings'.stated in the GENERAL CONDITIONS. 8.2 ASSIGNMENT OF CONTRACT f � AGREEMEN'C 00 52 00 - 5 i 018-0031 Contract Section 11 A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3 SUCCESSORS AND ASSIGNS A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract'Documents. 8.4 SEVERABILITY A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.5 FREEDOM OF INFORMATION ACT A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the Contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §2S-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.6 LIENS A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§18-44-501 through 508) prohibits the filing of any mechanics of materialmen's liens in relation to this public construction project. Arkansas law requires, and the Contractor promises to provide and Me with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. 'The Contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. 6 - 00 52 00 AGREEMENT 018-0031 Contract Section if IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor. Three counterparts each has been retained by The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. This Agreement will be effective on 20 L. which is the Effective Date of the Agreement. CONTRACTOR: CITY OF FAYETTEVILLE CB&I Storage Tank Solutions LLC By; Donald O. Nason (Type or legibly print) ©. (Signature) Title: Commercial Manager Title: Mayor Contractor shall attach evidence of authority to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and execution of Agreement. Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy of the Contractor's Articles of Incorporation and a copy from the Arkansas State Secretary of State to document that the corporation, corporate entity or LLC is in current "Good Standing" with the State of Arkansas and such entity is permitted to perform work in the State of Arkansas. (SEAL) (SEAL) Attest Eduardo S. Perez (See attached Certification of Resolution and Authority) ``11111111t/�� R K • TR i�i `\�` CAE • • ��.•• G1TY J'�': Attest FAYETTEVILC .G •� .ti ION' AGREEMENT 00 52 00 - 7 DocuSign Envelope ID: E2F6F92A-BF9F-4AB1-9680-BBFC094EFFC9 CERTIFICATION OF RESOLUTION AND AUTHORITY I, Eduardo S. P6rez, do hereby certify that I am the duly elected and acting Assistant Secretary of CB&I Storage Tank Solutions LLC, a Delaware limited liability company (the "Company"), and that as such officer I am duly authorized to make this certificate on behalf of the Company. I further certify that by consent in lieu of a meeting dated July 25, 2019, the Sole Member of the Company adopted the following resolution in accordance with the Company's Limited Liability Company Agreement: RESOLVED, that the President, any Vice President, the Treasurer, or any regional sales manager, contracting manager, regional construction manager, manufacturing manager, project manager, or business development manager heretofore or hereafter appointed by the Company or any other sales representative as may from time to time be designated by any one of the President, any Vice President, or the Treasurer, is authorized to make bids, prepare quotations, and submit and receive proposals for contracts; to negotiate and sign contracts and other agreements, bid bonds, performance bonds, and other related documents; and to otherwise bind and obligate the Company in the conduct of its normal business. I further certify that the foregoing resolution is in full force and effect and that the following are duly designated and have the authority to act on behalf of the Company as outlined above: Michael S. Allison Commercial Manager Geoff Bean Commercial Manager Dave Beck Construction Manager James E. Bohinski Operations Manager Paul Catanzaro Business Development Manager John R. Currie Commercial Manager Larry Henkel Regional Sales Manager Lance Jansen Project Manager Dan Knight Commercial Manager Shawn Lantis Regional Sales Manager Peter Loduha Construction Supervisor Don Nason Commercial Manager Drew Rockafellow Project Manager This certificate shall remain in full force and effect for ninety (90) days from the date it bears, unless sooner revoked, but no such revocation shall be effective as to anyone dealing with any individual named in this certificate in reliance hereon unless written notice of such revocation has been received by the person so relying on this certificate. IN WITNESS WHEREOF, I have hereunto set my hand and the seal of CB&I Storage Tank Solutions LLC, this I Om of 12020. DOCUSigned by: 61c67DDNSG44EO Eduardo S. P6rez, Assistant Secretary 018-0031 Contract Section 11 0 Address for giving notices 11560 Great Oaks Way, Suite 500 Alpharetta, GA. 30022 Arkansas License No. 0389341120 Agent for Service of process CT Corporation 124 West Capitol Aveue, Suite 1900 Little Rock, AR 72201 (Type or legibly print) (Signature) Address forgiving notices 113 W. Mountain St. Fayetteville, AR 72701 Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for Service process authority to sign. (If Contractor is a corporation, corporate entity or LLC, attach evidence of authority to s ign. ) FND OF SECTION 00 52 00 Approved as to Form: By: Attorney For: 8 - 00 52 00 AGREEMENT 4 DEPARTMENTAL CORRESPONDENCE OFFICE OF THE CITY ATTORNEY TO: Mayor Jordan Susan Norton, Chief of Staff Paul Becker, Finance Director Garner Stoll, Development Services Director Chris Brown, City Engineer Kit Williams City Attorney Blake Pennington Assistant City Attorney Jodi Batker Paralegal CC: Kara Paxton, City Clerk Kara Paxton Lisa Branson, Deputy City Clerk FROM: Kit Williams, City Attorney DATE: July 24, 2020 RE: Form of City contracts for major road projects The signature page for this Six Million Dollar construction contract (attached) for Zion Road property has signature lines for both the contractor (Tri Star Contractors) and Mayor Jordan (and their notary or our City Clerk). Then, below those signatures is a single signature block: "'Approved As to Form: By: Attorney For: I have attached a copy of the signature page. I have been asked to sign on this signature block before on such contracts, but I do not understand why. This contract had to have already been approved by my office as part of the Legistar process. This provides an historical record of my office's approval. My signature there would not provide the City any legal benefit if a dispute over contractual interpretation or performance occurred. In fact, it could be a legal disadvantage in a Court case. I believe the City (or our engineering contractor) designed and provided this form contract to the company being paid to perform the contract. Therefore, if any uncertainty or ambiguity exists in the contract, such ambiguity would be construed against us as the drafter in any court case. If any party's attorney needs to sign an approval as to form of the contract, it should be the contractor's attorney who did not draft the contract rather than the City Attorney who the court would otherwise charge as the drafter and construe any ambiguities against us. If state, federal or bonding rules demand that the City Attorney approve the form of the contract, then my signature block as Fayetteville City Attorney should be used, not the vague, generic language now placed on those contracts. Additionally, so as not to place the City in a weaker legal position than the company we are contracting with, if my signature is needed, we should also require the contractor's attorney to approve the form of the contract. Please adjust this signature block for all future contracts that you wish the City Attorney to approve "as to form' and ensure that it is not only the city that must approve the form of the contract. We need to also ensure the effective date of the contract is identified and placed upon the contract when the Mayor signs the contract. z rck DOCUMENT 00500 — AGREEMEN T: CONTINUX0 This Agreement will be effective on , 20_, which is the Effective Date of the Agreement. CONTRACTOR7jr', LtN-'M O(S CITY OFFAYETTEVILLE (SEAL) Att /J-or 4 & vhm K Ad�L'giving notices License No. (�`%Lo i• .�Q�L%• C Agent for Service of process NOWN11�"a"11 -rik, = (If Contractor is a corporation, attach evidence of authority to sign.) END OF DOCUMENT 00500 00500 Agreement 19-2139 Zion Road Phase 11 O✓�? (SEAL) \� rtttttttrf OL�R K I •j c� ��'e s • ��' Attest . fgy�7IEV1t L '�': Address for giving notices iu • 11 7oZ i0� (attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement) Approved As to Form: , , .Y. By: Attorney For: • " M X • Y 00500 - 10 City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division WATER SEWER (720) Adjustment Number 2020 /Org2 Requestor: Cheryl Partain BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: A budget adjustment is needed in the Eastside Water Storage Tank project to move budgeted funds to cover the cost of the construction of a new elevated water storage tank on Gulley Road. Budgeted funds are available and being moved from the Water System Rehabilitation/Replace project to cover the total cost of the is project. RESOLUTION/ORDINANCE COUNCIL DATE: 8/4/2020 LEGISTAR FILE ID#: 2020-0597 Hauy B lack. 7/16/2020 12:47 PM Budget Director TYPE: JOURNAL #: GLDATE: CHKD/POSTED: Date TOTAL - - v.20200528 Increase / (Decrease) Project.Sub# Account Number Expense Revenue Project Sub.Detl AT Account Name 5400.720.5600-5808.00 82,200 17003 1 EX Improvements -Water Line 5400.720.5600-5301.00 (1,089) - 17003 1 EX Public Notification 5400.720.5600-5808.00 (81,111) - 12009 1 EX Improvements ---Water Line H:\Budget Adjustments\2020_Budget\City Council\08-04-2020\2020-0597 Gulley Rd Water Tank 1 of 1 CHANGE ORDER NO. 1 CB&I STORAGE TANK SOLUTIONS Tim Nyander Submitted By City of Fayetteville Staff Review Form 2021-0937 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 11/30/2021 WATER SEWER (720) Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Order No. 1 to the contract with CB&I Storage Tank Solutions, LLC which will increase the contract amount by $24,661.00. 5400.720.5600-5808.00 Account Number 17003.1 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Budget Impact: Water and Sewer Fund Eastside Water Storage Tank Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 1,841,969.00 $ 1,817,306.95 $ 24,662.05 $ 24,661.00 $ 1.05 V20210527 Purchase Order Number: 2020-592 Previous Ordinance or Resolution # 206-20 Change Order Number: 1 Original Contract Number: 2020-51 Comments: Approval Date: 12/01/21 CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: November 30, 2021 STAFF MEMO SUBJECT: Approval of Change Order No. 1 for Gulley Elevated Water Storage Tank RECOMMENDATION: Staff recommends approval of Change Order No. 1 to the contract with CB&I Storage Tank Solutions, LLC which will increase the contract amount by $24,661.00. BACKGROUND: In August 2020, the City Council approved a contract with CB&I Storage Tank Solutions, LLC. for the construction of a new 750,000-gallon elevated water storage tank (Res. 206-20). The tank has been constructed and painted. The contractor is now completing underground waterlines, conduit, electrical, and communications improvements associated with the new tank. DISCUSSION: Prior to installation of underground conduit and wiring, City staff met on the project site with the contractor and Jacobs (who operates the SCADA systems here) and determined that the engineering design needed to be modified and bolstered to add additional conduit runs and wiring to ensure the new tank, existing tank, and new shared generator would all communicate and function as intended. Olsson drafted these changes and the contractor provided costs for Change Order #1. City Staff supports the approval of this change order. BUDGET/STAFF IMPACT: Funds are available within the previously approved project contingency of $251,700.00. Attachments: Change Order No. 1 Redline Plan Modifications Resolution 206-20 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CHANGE ORDER No. 1 Date of Issuance: 11 /22/2021 Project: East Service Area Improvements, Contract Section II New Elevated Water Tank olssory Effective Date: 11 /22/2021 City of Fayetteville Owner's Contract No. 20-554 Contract. Date of Contract. 8/4/2020 Contractor. CB&I Storage Tank Solutions LLC IEngfneer's Project No.: G 18-0031 The Contract Documents are modified as follows upon execution of this Change Order: Description: Various modifications to conduit and controls. See attached summary for the full scope. Attachments: (List documents Supporting change): Revised plan sheets and specifications attached supporting Contract Price change. Letter from CB&I attached supporting Contract Time change. CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIMES [note changes in Milestones if applicable] Original Contract Price: Original Contract Times: Substantial Completion (days or date): 420 $ 2,517,000 Ready for Final Payment (days or date): 450 [lReFease] [Pec.e,«l from previously approved rt EFeasel [PeeFeasej from previously approved Change Orders Change Orders No. 0 to No. 0 No. 0 to No. 0 : Substantial Completion (days or date): N/A $ N/A Ready for Final Payment (days or date): N/A Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial Completion (days or date): 420 $ 2,517,000 Ready for Final Payment (days or date): 450 [Increase] r>Peeice] of this Change Order: [Increase] [PeG;taSe] of this Change Order: Substantial Completion (days or date): 17 $ 24 661 Ready for Final Payment (days or date): 17 Contract Price incorporating this Change Order: Contract Times with all approved Change Orders: Substantial Completion (days or date): 437 $ 2,541,661 Ready for Final Payment (days or date): 467 RECOMMENDED: By: AW h�*By: ACCEPTED: i By Enginee u horized Signature) Owner (Authorized Signature) Title: Erin Needham, Project Manager Title Utilities Engineer. Corey Granderson Title: Date: 11/ 2121 Date 11-22-2021 Date Approv by Mayo City of Fay tteville: By: Title: Mayor Lioneld Jordan Date ACCEPTED: 2L�" Contractor (Authorized Signature) Michael Cheney, Project Manager 11-29-22 v EJCDC' C-941, Change Order, Adapted. Prepared and published 2013 by the Engineers Joint Contract Documents Committee. Page 1 of 1 12/01/01 November 18, 2021 Summary of Change Order 1 Scope: • 2 - 1" conduits from the old tank to the new tank. Conduits will transition from aluminum rigid along the inside wall of the old water tower to PVC below grade exiting the water tower through the sleeves provided and installed by McDermott. Conduits will be buried 24" below grade from the existing water tower through the new Quazite box to the new water tower. Between the existing tank and the new box, one 1" will house the fiber cable and the other 1" will house the twisted shielded pair. From the new box to the new tank, one 1" will house the fiber and the other is for the feeder. • One run of 24 strand fiber as specified in the specifications. Fiber to be pulled through the 1" conduit from the existing water tower to the new water tower. • 2 patch panels: one at the water tower and one in the existing water tower. • One run of twisted shielded pair from the old tank through the new Quazite box to the new water tower for the pressure transmitter. • 1 - 2" PVC conduit from the new automatic transfer switch to the new water tower to monitor the position of the switch. # 14 THWN low voltage cabling for Generator Running, Generator Alarm, and ATS On Utility signals. Twisted shielded pair from existing tank pressure transmitter will also be in this 2" conduit between the new box and the new tank. All discrete signals shall be 24-volt DC. • Turnover original enclosure for pressure transmitter. • Install additional electrical panel board in new tank including all of the equipment associated with the end result of a new fiber patch panel, new power distribution panel, and new RTU on Unistrut attached to the angles attached to the fluted column. The electrician will remove the plywood board currently installed in the new tank. • Install 2 — 3" sleeves in existing tank. • Install customer supplied meter box and transducer in 2' x 4' floor slab block -out including saddle tap on Inlet line below floor level, isolation ball valve, and 2 bollards. The block -out will have hand packed asphalt around the meter box. 302 E. Millsap Road / Fayetteville. AR 72703 0 479.443.34041 olsson.com I GENERAL NOTES: IN ---------- A KEY NOTES: '-D RE T-1 05 GENERATOR YARD PLAN I- - - - - - - - - - - T. T_ Ift- D' =1117 U127. Z G.,T = 'w-': x, 'r'T"."T'a .E I F R �','=TT 1.18 � A'T F Z�Ill X T --?D --- ---- ------- t2.... ....... ..... > w aW.uwx 1=1%'�="4'31- Tl... r- - - - - - - - - - - - - - - - - - z 0 ow C? z ol o I w zw L----------------------- J a 02 gg w aQ w w a yf,88J U Z z w < > v4 ELEA RICAL SITE PLAN SHEETS GENERAL NOTES. KEY NOTES. C) OFEME-AL (DRjqf_!AGE TANK POWER PLAN 7 IZ 0 2 2 ®R L FEEDER SCHEDULE: Iz -- -------- z 00 ED SffRR6GE LIGHTING TANK SECTION (9STRRAGE TANK SECTION @)AT9!_!AGE TANK LIGHTING PLAN LIGHTING PROTECTION F.-ENT FS' A oWn: z\zme\Horn-osoo\ole-ooslNo- \weoeNOVwa �...\sN.a+\iEic\IEieyoWEn�lsi.m,s usss e:.nm� wrz: . zon � musE�ii xzleom Izo vM x Ix Ixc E i NEW tY1N IEVEt � I—PN 165 R iRN.1911T1ER Ai-101 IO =E­ p-eoR �r W'v¢ s I_pe nscvOSINE z InCSISUIS � u ONEY IN —DIME YBDR AT Ti E%ISIINC 101pf f[ R E%ISIING�ux(µEL IN 12—SINCE .100E p © o I a 4 aN s — �z �R 4 IN p G m s Z m xp om z g F Z o m 00 D r INSTRUMENTATION & CONTROL WIRING - CONTRACT II zr €w JJ I '^ i EAST SERVICE AREA WATER IMPROVEMENTS -CONTRACT SECTION II ][ � • S -� NEW ELEVATED WATER TANK `,. • ^8 damn FAYETTEVILLE, ARKANSAS 2020 REVISIONS �"�• gale ne mox +re aex aaw ...r, 018-0031 Contract Section 1I SECTION 40 90 00 - INSTRUMENTATION AND CONTROL SYSTEM PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Related Sections include the following: 1. Section 40 90 30 — Programmable Logic Controllers 2. Section 40 90 40 — Communications and Networking Equipment 3. Section 40 90 60 — Instrumentation 4. Section 40 90 70 — Control Panels 5. Section 40 9150 — Fiber CAT6 Cable Hardware & Equipment 1.2 SUMMARY A. This section covers the furnishing and installation of an instrumentation and control system designated as the Supervisory Control and Data Acquisition (SCADA) System. B. The SCADA system shall be furnished complete with all programmable logic controllers (PLC) hardware, input/output hardware, instrumentation, and all devices, accessories, appurtenances, testing, and training as specified. C. The SCADA system shall monitor the elevated tank level via pressure transducer that will then communicate to the associated pump station via fiberoptic network. 1.3 DEFINITIONS A. SCADA: Supervisory Control and Data Acquisition System B. PLC: Programmable Logic Controller C. LAN: Local Area Network D. WAN: Wide Area Network E. WLAN: Wireless Local Area Network INSTRUMENTATION AND CONTROL SYSTEM 40 90 00 - 1 018-0031 Contract Section Il F. HMI: Human -Machine Interface G. 1/0: Input/Output H. FAT: Factory Acceptance Test I. SAT: Site Acceptance Test 1.4 SYSTEM DESCRIPTION A. SCADA system consists of sensors, indicators, actuators, final control elements, interface equipment, and accessories connected to distributed, programmable controllers operating in a multi-user, multitasking environment programmed to supervise and control mechanical systems. B. The SCADA system shall include the following: 1. New SCADA enclosure shall be provided and installed in the base section of the Water Tower. New SCADA enclosure shall contain the following primary components: a. Programmable Logic Controller. b. 120VAC UPS. C. Strip heater with thermostat. d. Ethernet switch. e. All power supplies, terminal blocks, fuses, circuit breakers, wiring, and panel devices required to meet the functional requirements of the drawings and specifications. 2. New pressure transmitter in heated and insulated enclosure for tower level monitoring. 3. New Fiber Interconnect centers and fiber communication between new and existing water towers. 4. Install cable, conduit, and terminations between SCADA enclosure and equipment and instrumentation per the drawings. C. Owner/Engineer will provide PLC ladder logic programming and HMI configuration as necessary to support the SCADA system installation. 1.5 SUBMITTALS A. Product Data. Include manufacturer's technical literature for each control device. Indicate dimensions, capacities, performance characteristics, electrical characteristics, finishes for materials, and installation and startup instructions for each type of product furnished under this 40 90 00 - 2 INSTRUMENTATION AND CONTROL SYSTEM 018-0031 Contract Section II Contract. Provide information specific to this Project. Where standard manufacturer's cut sheets are provided, clearly indicate model numbers and options provided. B. Shop Drawings. Detail equipment assemblies and indicate dimensions, required clearances, method of field assembly, individual components, and wire labels. Provide drawings that are specific to this Project, not drawings of a general nature. Contractor shall coordinate with the Owner to determine specific requirements for wire labeling and drawing numbering schemes. 1. Schematic Diagrams. Illustrate wiring of MCC buckets, local starters, control valves, and other control devices. Show developments that document available contacts on pushbuttons, selector switches, auxiliary contacts and relays, and other devices. 2. Wiring Diagrams. Illustrate both control panel internal wiring and wiring that must be performed external to control panels. Provide diagrams that indicate power wiring and fusing between control panel devices. Clearly indicate fuse sizing and part numbers for field -replaceable modules, such as surge suppressors. Provide diagrams that illustrate PLC input and output wiring. Design logical wire labeling scheme and include wire labels on all wiring diagrams. 3. Layout Diagrams. Provide diagrams that illustrate front views of all custom -fabricated or retrofit control panels. Illustrate side views where side penetrations are necessary. Provide diagrams that illustrate control panel backpanel layouts. Make drawings to -scale. 4. Bill of Materials. Document manufacturer and complete part number of all components used. The materials list shall be in a tabular format on the drawings and shall include but is not limited to PLC components, operator interface devices, power supplies, relays, pushbuttons, selector switches, indicating lights, circuit breakers, fuse blocks, and terminal blocks. C. Calculations. Provide supporting calculations to document sizing of power supplies and un- interruptible power supplies. D. Exceptions. Provide a detailed list of any exceptions, functional differences, or discrepancies between the system proposed and these specifications. E. Factory Acceptance Test Report. Following the Factory Acceptance Testing (FAT), an 1/0 checkout report shall be submitted according to the requirements of the Specifications. F. Site Acceptance Test Report. Following the Site Acceptance Testing (SAT), an 1/0 checkout report shall be submitted according to the requirements of the Specifications. 1.6 FINAL DOCUMENTATION A. Submit four copies of final documentation for approval. All final documentation shall be provided in three-ring binders with descriptive covers, index, and section dividers. Final documentation shall be provided in electronic .pdf format in addition to paper copies. Provide an electronic copy in each final documentation binder. INSTRUMENTATION AND CONTROL SYSTEM 40 90 00 - 3 0 18-003 1 Contract Section II B. Final documentation shall include all of the information provided as submittals. C. As -built drawings: Final documentation shall include all additions, deletions, and corrections made during 1/0 checkout and startup. D. As -built drawings: 1/0 Schedule: Provide the completed 1/0 list with all Contractor required fields filled in as specified. E. Photos: Provide high resolution, full-length, color photographs of the front and back of each enclosure with doors open. Files shall be included electronically with final documentation. 1.7 SPARE PARTS A. Minimum Requirements. Each Contractor providing instrumentation and control system components shall provide spare parts to meet the following requirements: 1. One spare PLC 1/0 module of each type used. 2. One spare PLC power supply for each type used. 3. One spare PLC processor. 4. 100 percent spare of all lamps and fuses. 5. 10 percent spare auxiliary or interposing relays of each type used. 6. One spares of each type of instrument (24V DC) power supply used. B. All spare parts utilized during system startup shall be replaced by the Contractor prior to Final Completion. 1.8 FACTORY ACCEPTANCE TESTING (FAT) A. The SCADA system shall be factory -assembled and shall be staged and tested prior to shipment of the system to the project site. The system shall be tested according to the following criteria: 1. Power shall be applied to the main control panel terminals for a 24-hour burn in period before the FAT begins. 2. Digital Inputs: All digital inputs wiring shall be verified by applying power to the input terminals and verifying that the controller receives the input. Each input shall be individually tested. 3. Digital Outputs: In the case that transistor outputs are used, each output shall be forced in the controller and voltage at the output terminal shall be observed. In the case that relay outputs are used, each output shall be forced in the controller and continuity check shall be made across the relay contact(s). 40 90 00 - 4 INSTRUMENTATION AND CONTROL SYSTEM 018-0031 Contract Section II 4. Analog Inputs: Using a loop calibrator, a signal shall be injected at 0%, 25%, SO% 75% and 100% of full span, and the analog values produced by the controller shall be recorded. Analog Outputs: The output register shall be varied in the controller to produce outputs at 0%, 25%, 50%, 75%, and 100% of full span, and the current or voltage reading at the output terminals shall be recorded. The Contractor shall produce a report that documents each 1/0 point tested, along with the date tested and the initials of the individual performing the test. This report shall be submitted to the Engineer. The Contractor shall inform the Engineer at least 30 days in advance of the FAT date(s). The Engineer and/or the Owner reserve the right to attend the FAT and to view all system testing. If the Engineer or the Owner are providing software or hardware, they may bring these items for connection to the Contractor's portion of the system during the FAT. Upon completion of the FAT and a review of the test results, the Engineer shall provide acceptance or rejection of the test results. Systems shall not be shipped to the project site without the Engineer's acceptance of the test results. 1.9 SITE ACCEPTANCE TESTING (SAT) A. Upon completion of system installation, the Contractor shall conduct site acceptance testing to verify the SCADA system 1/O and power wiring. Each control panel or device shall be put into service and each 1/0 point shall be individually checked for acceptable operation. Where possible, SCADA system inputs shall be tested by manipulating the sensor or field device to verify correct operation. Where possible, SCADA system outputs shall be tested by manipulating registers in the controller and observing the final control element for correct operation. The Contractor shall demonstrate acceptable operation of the Ethernet radios by doing a "ping test" between a computer at one end of the segment and a computer or PLC at the opposite end. Observation. The Contractor shall inform the Engineer at least 15 days in advance of the site acceptance testing date(s). The Engineer and/or the Owner reserve the right to observe site acceptance testing. If site acceptance testing must be performed on an operating process, and if plant systems must be modified or shut down to facilitate testing, the Contractor may request that the Owner or the Engineer be present to view such testing. B. The Contractor shall produce a report that documents each 1/O point tested, along with the date tested and the initials of the individual performing the test. This report shall be submitted to the Engineer. C. Upon completion of site acceptance testing, the owner/integrator will perform a software startup. It is the responsibility of the Contractor to provide all hardware and wiring testing prior to the software startup. The Contractor will not be required to be present during the software startup unless the owner/integrator determines that wiring problems are present in the system. INSTRUMENTATION AND CONTROL SYSTEM 40 90 00 - 5 018-0031 Contract Section Il PART 2 PRODUCTS - Not Used. PART 3 EXECUTION - Not Used. END OF SECTION — 40 90 00 40 90 00 - 6 INSTRUMENTATION AND CONTROL SYSTEM 0 18-003 1 Contract Section I SECTION 40 9150 - FIBER, CAT 6 CABLE, HARDWARE AND EQUIPMENT PART1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Related Sections include the following: 1. Section 40 90 00 — Instrumentation and Control System 1.2 SUMMARY A. The Contractor shall provide a complete conduit and cabling for network communication system. The communication system shall be installed as recommended by the manufacturer's installation instructions for optimum reliability. B. The Contractor is responsible for all site evaluation, conduit schedule coordination, patch panels, fiber termination panels, fiber and Cat 6 cabling required to provide a complete communication cable system. C. The Contractor is advised that existing conduits are available for installation of the fiber cabling to the gate house. New conduits and/or the existing conduits may need to be extended or re-routed to better suit the cabling requirements. The Contractor is responsible for reviewing the current conduit schedule and performing a site evaluation prior to bidding in order to assure that the final conduit installation will provide for a complete and cabling system as required by the contract documents. D. The Contractor is responsible for calculating required cable lengths prior to bidding, based on the site evaluation and conduit requirements. 1.3 DEFINITIONS A. EMI: Electromagnetic interference. B. IDC: Insulation displacement connector. C. LAN: Local area network. D. PVC: Polyvinyl chloride. E. STP: Shielded twisted pair. FIBER CAT6 CABLE HARDWARE AND EQUIPMENT 4091 50 - 1 0 18-003 1 Contract Section 11 F. UTP: Unshielded twisted pair. 1.4 SUBMITTALS A. General: Follow the procedures specified in Section 01330 - Submittals. B. Product Data: Include data on features, ratings, and performance for each component specified. C. Product Certificates: For each type of cable, connector, and terminal equipment, signed by product manufacturer. D. Qualification Data: For Installer. E. Field quality -control test reports. 1.5 TEST REPORTS A. Provide the following test report information prior to substantial completion. 1. Certification of terminations and testing. 2. Copies of all testing results 1.6 QUALITY ASSURANCE A. Warranties: After completion, the Contractor shall furnish to the Owner the manufacturer's written guarantees that the fiber and Cat 6 communication cable will provide continuous, reliable uninterrupted operation at all times, and meet these specifications. The Contractor shall also furnish the manufacturer's warranties as published in its literature. B. Source Limitations: Obtain all products through one source from a single manufacturer. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. D. Comply with NFPA 70. 1.7 COORDINATION A. Coordinate layout and installation of data cabling with Owner. 1. Meet jointly with Engineer and Owner to exchange information and agree on details of equipment arrangements and installation interfaces. FIBER CAT6 CABLE HARDWARE AND EQUIPMENT 4091 50 - 2 0 18-003 1 Contract Section II 2. Record agreements reached in meetings and distribute to other participants. PART 2 - PRODUCTS 2.1 GENERAL A. The following paragraphs provide minimum requirements for products and materials to be used in the construction of a plant Ethernet network. 2.2 MANUFACTURERS A. Fiber Optic cable and terminations shall be Corning, CommScope, OFS, or approved equal. B. Category 6 UTP data cable shall be CommScope Uniprise, or Systimax. C. Shielded twisted pair cable shall be Belden or equal. 2.3 SYSTEM REQUIREMENTS A. General: Coordinate the features of materials and equipment so they form an integrated system. Match components and interconnections for optimum future performance. B. Expansion Capability: Unless otherwise indicated, a minimum of 20 percent installed spare fiber capacity for future increase in network nodes. 2.4 SHIELDED TWISTED -PAIR CABLE A. Cable: Multi -Conductor, Low Capacitance Cable for EIA RS-232/422/485. B. Conductors: Stranded copper C. STP Cable: One Pair Datalene insulation, twisted pairs, overall foil shield 100% coverage, No. 16 AWG conductors, 18 AWG stranded TC drain wire, PVC jacket, Belden 8719 or equal. D. STP Cable: Two Pair Datalene insulation, twisted pairs, overall foil shield 100% coverage, No. 24 AWG conductors, 24 AWG stranded TC drain wire, PVC jacket, Belden 1419A or equal. E. STP Cable: Four Pair Datalene insulation, twisted pairs, overall foil shield 100% coverage, No. 22 AWG conductors, 22 AWG stranded TC drain wire, PVC outer jacket, Belden 3109A or equal. 2.5 UNSHIELDED TWISTED -PAIR CABLES, CONNECTORS AND TERMINAL EQUIPMENT A. Cables: Listed as complying with Category 6 of ANSI/TIA-568-C.2. FIBER CAT6 CABLE HARDWARE AND EQUIPMENT 40 91 50 - 3 018-0031 Contract Section If B. Conductors: Solid copper. C. UTP Cable: Comply with ANSI/TIA/-568-C.2. Four, individually twisted pairs of conductors; No. 24 AWG, color -coded; enclosed in jacket. Cable shall be Systimax 1091B, Uniprise CS44R or approved equal. D. Jacks and Jack Assemblies for UTP Cable: Modular, color -coded, RJ-45 receptacle units with integral IDC-type terminals. Use keyed jacks for data service. Jacks shall be Systimax MGS600, Uniprise USJ10G or approved equal. E. UTP Patch Cords: Four -pair cables use lengths as required for installation, terminated with RJ- 45 plug at each end. Shall be of same manufacture as connectors. F. UTP Patch Panel: Provide rack mounted CAT 6 UTP patch panel, 24 port, for each head end location, Patch Panel shall be 360-iP-1100-E-GS6 or UNP-6A-DM 2.6 OUTSIDE PLANT CABLES A. Cables: Listed as complying with Category 6 of ANSI/TIA/EIA-568-C.2. B. Conductors: Solid copper. C. STP Cable: Comply with ANSI/TIA-568-C.2. Four, polyethylene jacket, individually twisted pairs of conductors; No. 24 AWG, color -coded; enclosed in polyethylene jacket. Cable shall be Systimax 1592A or approved equal. D. STP Cable Connecting Hardware: Comply with ANSI/TIA-568-C 2. IDC type, using modules designed for punch -down caps or tools. E. IDC Terminal Block Modules: Integral with connector bodies, including plugs and jacks, where indicated. F. IDC Connecting Hardware: Consistent throughout Project. G. Jacks and Jack Assemblies for STP Cable: Modular, color -coded, RJ-45 receptacle units with integral IDC-type terminals. Use keyed jacks for data service. Jacks shall be Systimax. 2.7 SINGLEMODE FIBER OPTIC OSP CABLE — DIELECTRIC LOOSE TUBE A. Fiber optic, single mode, graded loose tube dielectric cable constructed with industry standard 3mm buffer tubes stranded around a central strength member. B. The buffer tubes shall be compatible with standard hardware and shall have 24 fibers per tube, the fibers shall not adhere to the inside of the buffer tube, each fiber shall be distinguishable by means of color coding in accordance with TIA/EIA-598-B and be colored with ultraviolet (UV) curable ink. FIBER CAT6 CABLE HARDWARE AND EQUIPMENT 4091 50 - 4 0 18-003 1 Contract Section II C. The cable core shall be water blocked with dry water blocking materials to improve access and handling of individual tubes. D. The cables shall be designed for point-to-point applications as well as mid -span access and provide a high-level of protection for fiber installed in the outside plant environment. E. Single -mode, dispersion-unshifted fiber meeting ITUT G.652D requirements. F. The fiber shall be fully capable of handling existing and legacy single -mode applications which traditionally operate in the 1310 nm and 1550 nm regions and shall also be designed to operate the full -spectrum from 1260 nm to 1625 nm for optical transmission. G. The fiber shall be designed to provide optimum performance from 1260 nm to 1625 nm intended for 16-channel Course Wavelength Division Multiplexing applications. H. Cables shall be sheathed with medium density polyethylene (MDPE). The minimum nominal jacket thickness shall be 1.3 mm. Jacketing material shall be applied directly over cable core and water swellable tape. The polyethylene shall contain carbon black to provide ultraviolet light protection and shall not promote the growth of fungus. The MDPE jacket material shall be as defined by ASTM D1248, Type II, Class C, Category 4 and Grades A E7 and E8. The jacket or sheath shall be free of holes, splits, and blisters. K. The cable jacket shall contain no metal elements and shall be of a consistent thickness. L. Cable jackets shall be marked with the manufacturer's name, month and year of manufacturer, sequential meter or foot markings, a telecommunication handset symbol as required by Section 350G of the National Electrical Safety Code (NESC), fiber count, and fiber type. The actual length of the cable shall be within -0/+1% of the length markings. The print color shall be white, with the exception that cable jackets containing one or more coextruded white stripes, which shall be printed in light blue. The height of the marking shall be approximately 2.5 mm. M. The maximum pulling tension shall be 2700 N (600 Ibf) during installation (short term) and 890 N (200 Ibf) long term installed. N. The shipping, storage, and operating temperature range of the cable shall be -40°C to +70°C. The installation temperature range of the cable shall be —30°C to +70°C. O. All interior fiberoptic cabling shall be CORNING MIC Riser Cabling 024E81-33131-24, or approved equal. P. All exterior fiberoptic cabling shall be CORNING ALTOS Cabling 024EU4-T4701D20, or approved equal. FIBER CAT6 CABLE HARDWARE AND EQUIPMENT 4091 50 - 5 018-0031 Contract Section Il 2.8 SURFACE MOUNTABLE INTERCONNECT CENTERS A. Surface mount enclosure shall be intended for splicing and termination of fiber optic outside plant (OSP) cables, cross -connect and/or interconnect installation. Interconnect centers shall be used for termination of fiber optic cables. Hinged front doors, universal mounting brackets, cable entry protectors for incoming fiber, fiber jumper bend limiters, labels for identifying fiber terminations. B. Manufacturers: CORNING Single Panel Housing (SPH) SPH-01P, or approved equal. 2.9 RACK MOUNTABLE FIBER INTERCONNECT CENTERS A. Rack mount enclosure shall be intended for splicing and termination of fiber optic outside plant (OSP) cables, cross -connect and/or interconnect installation. Interconnect centers shall be used for termination of fiber optic cables. Hinged front doors, universal mounting brackets, cable entry protectors for incoming fiber, fiber jumper bend limiters, labels for identifying fiber terminations. B. Manufacturers: CORNING Closet Connector Housing (CCH) CCH-01U, or approved equal. C. Manufacturers: CORNING Closet Connector Housing (CCH) Panel CCH-CP06-A9, or approved equal. 2.10 UPC/SC FACTORY TERMINATED FIBER CONNECTOR PIGTAILS A. All fiber connectors used on this project, including in shelves, cabinets or panels, shall be factory installed connectors. B. No field terminated connectors will be allowed. C. Connectors shall be SC/UPC having a typical insertion loss (single mode) of 0.15 dB or less, a maximum loss of 0.35 dB or less, with typical reflectance of -55 dB, and temperature stability from -40 degrees C to 75 degrees C. D. Fiber used for pigtails must be of the same manufacturer as the main fiber cable. E. Pigtails shall be rated for the environment they are installed in. F. Pigtails shall be splice in accordance with the splicing specifications and in fiber shelves or panels using manufacturer splice organizers. 2.11 FIBER JUMPERS A. The fiber jumper shall be configurable with standard LC and SC terminations, and shall be available in 3.Omm zipcord and be YELLOW in color. FIBER CAT6 CABLE HARDWARE AND EQUIPMENT 4091 50 - 6 018-0031 Contract Section II B. The fiber jumper shall be fully capable of handling existing and legacy single mode applications that traditionally operate in the 1310 nm and 1550 nm transmission regions, and shall also be designed to handle the new and emerging applications that utilize the "Extended" E-band, 1360 nm to 1460 nm. C. This fiber jumper shall handle 16-channel Course Wavelength Division Multiplexing applications, delivering optimum performance from 1265 nm to 1625 nm. D. The fiber jumper shall be available in 1.6mm cordage, have pull -proof connector design and have distinctive color coding for positive identification. E. Coordinate fiber jumper connector type with engineer before ordered. 2.12 FIBER CONDUIT A. In any location where bulk fiber enters a building or fiber jumpers run inside a building, the conduit shall be orange schedule 20 flex conduit. PART 3 - EXECUTION 01 OM_li•nil reirr•1k!1 A. Examine pathway elements intended for cables. Check raceways, and other elements for compliance with space allocations, installation tolerances, hazards to cable installation, and other conditions affecting installation. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Wiring Method: Install wiring and optical fiber in conduit except within consoles, cabinets. B. Fiber Optic Installation: 1. Install cables in raceways except within consoles, and cabinets. 2. Wiring within Enclosures: Bundle, lace, and train cables within enclosures. Connect to terminal points with no excess and without exceeding manufacturer's limitations on bending radii. Provide and use lacing bars and distribution spools. 3. Comply with NECA 1, NECA 301, and NECA/BICSI 568. 4. General Requirements for Optical Fiber Cabling Installation: 5. Comply with TIA-568-C.1 and TIA-568-C.3. 6. Comply with BICSI Termination Practices. FIBER CAT6 CABLE HARDWARE AND EQUIPMENT 4091 50 - 7 018-0031 Contract Section II 7. Terminate all cables; no cable shall contain unterminated elements. Make terminations only at indicated outlets, terminals, cross -connects, and patch panels. 8. Cables may not be spliced. Secure and support cables at intervals not exceeding 30 inches (760 mm) and not more than 6 inches (150 mm) from cabinets, boxes, fittings, outlets, racks, frames, and terminals. 9. Install lacing bars to restrain cables, to prevent straining connections, and to prevent bending cables to smaller radii than minimums recommended by manufacturer. 10. Bundle, lace, and train cable to terminal points without exceeding manufacturer's limitations on bending radii, but not less than radii specified in BICSI ITSIMM, "Cabling Termination Practices" Chapter. Use lacing bars and distribution spools. 11. Do not install bruised, kinked, scored, deformed, or abraded cable. Do not splice cable between termination, tap, or junction points. Remove and discard cable if damaged during installation and replace it with new cable. 12. Cold -Weather Installation: Bring cable to room temperature before de -reeling. Heat lamps shall not be used for heating. 13. In the communications equipment room, provide a 10-foot- (3-m-) long service loop on each end of cable. 14. Pulling Cable: Comply with BICSI ITSIMM, Ch. 4, "Pulling Cable." Monitor cable pull tensions. 15. Cable may be terminated on connecting hardware that is rack or cabinet mounted. 16. The minimum slack amount shall be as follows: a. End of run — 20 feet. 17. Terminations shall be made using the method recommended by the connector manufacturer. All cables shall terminate in cabinets or as specified on the plans. C. Category 6 cable Installation: 1. Install cables using techniques, practices, and methods that are consistent with Category 6 rating of components and that ensure Category 6 performance of completed and linked signal paths, end to end. D. Install cables without damaging conductors, shield or jacket. E. Pull cables without exceeding cable manufacturer's recommended pulling tensions. 1. Pull cables simultaneously if more than one is being installed in same raceway. FIBER CAT6 CABLE HARDWARE AND EQUIPMENT 4091 50 - 8 018-0031 Contract Section Il 2. Use pulling compound or lubricant if necessary. Use compounds that will not damage conductor or insulation. 3. Use pulling means, including fish tape, cable, rope, and basket -weave wire or cable grips that will not damage media or raceway. F. Secure and support cables at intervals not exceeding 30 inches (760 mm) and not more than 6 inches (150 mm) from cabinets, boxes, fittings, outlets, racks, frames and terminals. G. Wiring within Enclosures: Provide conductors of adequate length. Train conductors to terminal points with no excess. Use lacing bars to restrain cables, to prevent straining connections, and to prevent bending cables to smaller radii than minimums recommended by manufacturer. H. Separation of Wires: Comply with ANSI/TIA/EIA-568-B rules for separating unshielded copper voice and data communication cabling from potential EMI sources, including electrical power lines and equipment. Make splices, taps, and terminations only at indicated outlets, terminals, and cross -connect and patch panels. Use splice and tap connectors compatible with media types. 3.3 INSTALLATION STANDARDS A. Comply with requirements in ANSI/TIA/EIA-568-B and TIA-569-A. 3.4 FIRESTOPPING A. Comply with requirements in Section 078413 "Penetration Firestopping." B. Comply with TIA-569-D, Annex A, "Firestopping." C. Comply with BICSI ITSIMM, "Firestopping" Chapter. 3.5 FIELD QUALITY CONTROL A. Perform the following field tests and inspections and prepare test reports: 1. Operational Test: After installation of cables and connectors, demonstrate product capability and compliance with requirements. Test each signal path for end -to -end performance from each end of all pairs installed. 2. Copper Cable Procedures: Inspect for physical damage and test each conductor signal path for continuity and shorts. Use a UL Level 4 or higher field tester testing at 500MHz including AXT testing Category 6 field test instrument. Test for faulty connectors, FIBER CAT6 CABLE HARDWARE AND EQUIPMENT 4091 50 - 9 018-0031 Contract Section I splices, and terminations. Link performance for UTP cables must meet minimum criteria of TIA/EIA-568-C. a. All test equipment shall be factory certified within the last year. The Contractor shall provide copies of the certification 10 days prior to testing. 3. Fiber -Optic Cable Procedures: a. Visually inspect fiber optic cable prior to installation. Report any defects to Engineer. b. One hundred percent of the cable's fiber count shall be tested bidirectionally with an Optical Time Domain Reflectometer (OTDR) at 1310 nm and 1550 nm in addition; an Optical Loss Test Set (OLTS) shall be used to test the fiber. The contractor shall provide the Engineer with up to five copies of any software required for viewing electronic files of the OLTS and OTDR traces Use a EXFO OTDR meter. C. All test equipment shall be factory certified within the last year. The Contractor shall provide copies of the certification 10 days prior to testing. d. Test results will be recorded on a form supplied by the Contractor, with data compiled and printed through the meter manufacture's software. No additional alterations using software from the Contractor beyond this software will be allowed. Prior to testing the Contractor shall submit a sample form to the Engineer. Completed test forms on each fiber shall be handed over to the Engineer. At a minimum, test results shall show the following: • Cable and fiber identification • Operator name • Engineer • Date and Time • Setup and test parameters including wavelength, pulse width, range, scale, and ambient temperature. • Test results for OTDR test averaged for total fiber trace, splice loss/gain (dB), connector loss (d6), all events greater than .05 dB, measured length from cable markings and total length from OTDR. • Test results for attenuation test including measured cable length (cable marking) total length (from OTDR test) number of splices (from as- builts) and total link attenuation versus allowed attenuation. e. OTDR testing shall use a launch and receiving cables minimum 1000 meters or greater than the dead zone for the OTDR used for this test. f. Fiber optic cable is to have a maximum attenuation of 2.8 dB/km at 1310 nm and 1.0 dB/km at 1550 nm when measured bi-directionally with an OTDR. FIBER CAT6 CABLE HARDWARE AND EQUIPMENT 4091 SO- 10 0 18-003 1 Contract Section II Fibers that exceed the max attenuation loss specification will be identified as Out Of Specification (OOS) and subject to penalties of $150.00 of each OOS trace. g. Connector is an averaged loss value of 0.25 d6 or less when measured bi- directionally with an OTDR at 1310 nm and 1550 rim. Fibers not meeting the max loss of 0.5 dB and average 0.25 dB (no negative losses will be accepted) specification will be identified as Out Of Specification (OOS) and subject to penalties of $150.00 of each OOS trace. h. All fiber connectors must be cleaned and checked for dirt, scratches or chips before installed in adapters and testing. All dust covers must be installed after testing is complete. B. Remove malfunctioning units, replace with new units, and retest as specified above. END OF SECTION 40 9150 FIBER CAT6 CABLE HARDWARE AND EQUIPMENT 4091 SO- 11 018-0031 Contract Section 11 THIS PAGE LEFT BLANK INTENTIONALLY FIBER CAT6 CABLE HARDWARE AND EQUIPMENT 4091 50 - 12 CB&I LLC 11560 Great Oaks Way, Suite 500 " Alpharetta, GA 30022 Ph: 770-475-8994 - Fax: 770-777-9545 • www.cbi.com March 30. 2021 Olsson Associates 302 E. Millsap Road Fayetteville, AR 72703-4098 Attention: Chris Hall / Erin Needham Phone: 479-443-2390 Cell: 479-443-4340 Reference: 750,000 Gallon Hydropillar City of Fayetteville, AR CB&I Contract: 236051 Subject: Request for Weather Delay Days The months of January, February and March have been difficult weather wise. We have experienced several days of inclement weather (rain, ice, snow and or wind) which has impacted erection progress on the tank. We respectfully request additional contract duration in the amount of 17 days for the period of January 1, 2021 through March 27, 2021. The monthly breakdown for these days is as follows: Month Normal Weather Actual Weather Delay Days Days Days Above Normal January 2021 6 7 1 February 2021 5 16 I 1 March, 27, 2021 7 12 5 TOTAL Delay Days Requested 17 Attached is a summary table of rain days for the Fayetteville, AR area. The table uses rain data from NOAA for the past 5 years running January 2016 through January 2020 for each of the 3 months January through March. The NOAA data is from the Fayetteville Springdale, AR Regional Airport. A normal weather day was considered any day with .1" of rain or more. An actual weather day is considered any day with X' or more of rain, wind in excess of 15 mph, presents of ice/snow or a combination of these conditions. Please confirm the quantity of days of delay are acceptable and will be added to the contract duration. If you have questions or if I can be of assistance please do not hesitate to call. I can be reached at 205-602-2818 (cell) or 770-521-6543. Very truly yours, CB&I LLC. ONAMMIN" = Michael Cheney Project Manager Normal Weather Days per Month for Fayetteville/Springdale Area Jan Feb Mar 2016 5 2 5 2017 5 3 7 2018 3 7 5 2019 8 7 6 2020 7 6 12 Monthly Average 5.6 5 7 Monthly Average Rounded 6 5 7 113 West Mountain Street Fayetteville. AR 72701 (479) 575-8323 Resolution: 206-20 File Number: 2020-0597 BID #20-54t CB & I STORAGE TANK SOLUTIONS, LLC: A RESOLUTION TO AWARD BID #20-54 AND AUTHORIZE A CONTRACT WITH CB&I STORAGE TANK SOLUTIONS, LLC IN THE AMOUNT OF $2.517,000.00 FOR THE CONSTRUCTION OF A NEW ELEVATED WATER STORAGE TANK ON GULLEY ROAD, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $251,700.00, AND TO APPROVE A BUDGET ADJUSTMENT 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 awards Bid #20-54 and authorizes Mayor Jordan to sign a contract with CB&I Storage Tank Solutions, LLC, a copy of which is attached to this Resolution, in the amount of $2,517,000.00 for the construction of a new elevated water storage tank on Gulley Road, and further approves a project contingency in the amount of $251,700.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 8/4/2020 Page 1 Printed on 815;20 Resolution 206-20 File Number 2020-0597 Attest: 011I1tt Tarr jq �. c,ITYO•�'9�,'% Kara Paxton, City Clerk Treasurer: AfVsPS . Page 2 Printed on 815120 CB&I STORAGE TANK SOLUTIONS, LLC Tim Nyander Submitted By City of Fayetteville Staff Review Form 2022-0354 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 4/13/2022 Submitted Date Action Recommendation: WATER SEWER (720) Division / Department Staff recommends approval of Change Order No. 2 to the contract with CB&I Storage Tank Solutions, LLC which will increase the contract amount by $6,780.00. Budget Impact: 5400.720.5600-5808.00 Water and Sewer Account Number Fund 17003.1 Eastside Water Storage Tank Project Number Project Title Budgeted Item? Yes Current Budget $ 385,250.00 Funds Obligated $ 378,468.03 Current Balance $ 6,781.97 Does item have a cost? Yes Item Cost $ 6,780.00 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget $ 1.97 V20210527 Purchase Order Number: 2020-592 Previous Ordinance or Resolution # 206-20 Change Order Number: 2 Approval Date: 4/15/22 Original Contract Number: 2020-51 Comments: CITY OF FAYETTEVILLE r ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: April 13, 2022 STAFF MEMO SUBJECT: Approval of Change Order No. 2 for Gulley Elevated Water Storage Tank RECOMMENDATION: Staff recommends approval of Change Order 2 to the contract with CB&I Storage Tank Solutions, LLC. which will increase the contract amount by $6,780.00. BACKGROUND: In August 2020, the City Council approved a contract with CB&I Storage Tank Solutions, LLC. for the construction of a new 750,000-gallon elevated water storage tank (Res. 206-20). The tank has been constructed, painted, and placed into service. The contractor is now completing final access paving and security fencing installation. DISCUSSION: During waterline connections onsite, the existing waterline was found to be under existing asphalt, requiring additional asphalt repair quantities. Furthermore, the storm drainage tie-in for the overflow pipe modifications on the existing Gulley Tank required unanticipated asphalt removal and replacement. City Staff approved this work in the field as a work change directive and this Change Order no. 2 will provide the additional contract cost to pay for these overages. This change order will also add contract time based on approved weather -related delays. BUDGET/STAFF IMPACT: Funds for this change order are available within the $251,700.00 approved project contingency. Attachments: Change Order 2 Contractor Request Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CHANGE ORDER No. 2 olssory Date of Issuance: 4/11 /2022 Effective Date: 4/11 /2022 Project: East Service Area Improvements, Contract owner: City of Fayetteville owners Contract No.: 20-54 Section 11 New Elevated Water Tank Contract: Date of Contract: 8/4/2020 Contractor: CB&I Storage Tank Solutions LLC Engineers Project No.: G 18-0031 The Contract Documents are modified as follows upon execution of this Change Order: Description: Asphalt removal and replacement was required for the tie-in to the existing waterline which was located under the existing asphalt road. Asphalt removal was also required to install the new overflow box for the existing tank. See attached summary for the full scope. Attachments: (List documents supporting change): A summary of the additional work required is attached supporting the Contract Price change. Letter from CB&I attached supporting Contract Time change. CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIMES [note changes in Milestones if applicable] Original Contract Price: Original Contract Times: , Substantial Completion (days or date): 420 $ 2,517,000 Ready for Final Payment (days or date): 450 [Increase] r-�asj from previously approved [Increase] [e] from previously approved Change Orders Change Orders No. 0 to No. 1 No. 0 to No. 1 Substantial Completion (days or date): 17 $ 24,661 Ready for Final Payment (days or date): 17 Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial Completion (days or date): 437 $ 2,541,661 Ready for Final Payment (days or date): 467 [Increase] [as] of this Change Order: [Increase] [PeElFease] of this Change Order: Substantial Completion (days or date): 121 $ 6,780 Ready for Final Payment (days or date): 121 Contract Price incorporating this Change Order: Contract Times with all approved Change Orders: Substantial Completion (days or date): 558 $ 2,548,441 Ready for Final Payment (days or date): 588 RECOMMENDED: . ACCE T D: ACCEPTED: By: /uM By: En eer ( orized Signature) Owner uth rized Signature) Contractor (Authorized Signature) Title: Erin Needham, Project Manager Title �j Title: Michael Cheney, Proj. Manager Date: 4/ 1/22 Date I SJ�Z Z Date: 4/12/22 Approv by M ity of ayetteville: By: v Title: Mayor Lioneld Jordan Date: 4/15/22 FJCDC° C-941, Change Order, Adapted. Prepared and published 2013 by the Engineers Joint Contract Documents Committee. Page 1 of 1 March 18, 2022 Summary of Change Order 2 Scope: • For the tie-in location for the existing water line: o Saw cut, haul off, and dispose of 18' x 3' of existing asphalt road and excavated spoils for pipe installation. o Provide #57 stone backfill under existing pavement from 1 foot below pipe to 1 foot below asphalt. o Provide and compact 1 foot of road base backfill under proposed asphalt patch. o Patch 18' x 3' of asphalt pavement. • At the location of the new overflow catch basin for the existing tank: o Saw cut, haul off, and dispose of 25' x 14' of existing asphalt. 302 E. Millsap Road / Fayetteville, AR 72703 0 479.443.34041 olsson.com WM CB&I Storage Tank Solutions LLC 11560 Great Oaks Way, Suite 500 ' Alpharetta, GA 30022 Ph: 770-475-8994 • Fax: 770-777-9545 • www.cbi.com April 4, 2022 Olsson Associates 302 E. Millsap Road Fayetteville, AR 72703-4098 Attention: Chris Hall / Erin Needham Phone: 479-443-2390 Cell: 479-443-4340 Reference: 750,000 Gallon Hydropillar City of Fayetteville, AR CB&I Contract: 236051 Subject: Request for Weather and Other Delay Days — December 2021 to March 2022 For the months of December 2021 and March 2022, we experienced several days of inclement weather (rain, wind and or low temperatures) which impacted progress on the project overall. In addition to weather related delays there were several days where the city could not allow CB&I to make the tie-in to the water main from the new tank due to pressure and demand issues with their system and mechanical problems at their pump station that were out of CB&I's control. For this period of time we are requesting 48 days. Lastly, CB&I spent several days sorting out relocation of, tying in and refilling the existing Propane tank for use with the new Generator so that it could be load tested. For this period of time and effort we request an additional contract duration of 14 days. For the period of December 1, 2021 through March 15, 2022 we respectfully request a total of 67 days of additional contract duration. The monthly breakdown for these days is as follows: - - ------ Month December ----------- -- ------ Normal Weather Days 4 -------------- Actual Weather Days 7 - Delay Days Above Normal 3 January s^ 6 2 0 February _._...__ --- 5 8 2 March 7 5 0 Date when the city would Delays waiting for city Pelley ready to make allow tie-in and when to allow CB&I/Pelley to tie-in on 11/10/21 Pelley could reschedule 48 make water main tie-in the crew to return to make the tie-in on 12/27/21 Delays sorting out relocation of, tying into and refilling the existing 14 Propane Tank for use with the new Generator TOTAL Delay Days Requested 67 Attached is a summary table of rain days for the Fayetteville, AR area. The table uses rain data from NOAA for the past 5 years running January 2016 through January 2020 for each of the 4 months December 2021 through March 2022. The NOAA data is from the Fayetteville Springdale, AR Regional Airport. A normal weather day was considered any day with .1" of rain or more. An actual weather day is considered any day with . l" or more of rain, wind in excess of 15 mph and/or low temperatures below 30 degrees Fahrenheit. Please confirm the quantity of days of delay are acceptable and will be added to the contract duration. If you have questions or if I can be of assistance please do not hesitate to call. I can be reached at 205- 602-2818 (cell) or 770-521-6543. Very truly yours, CB&I LLC. Michael Cheney Michael Cheney Project Manager Normal Weather Days per Month for Fayetteville/Springdale Area Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec 2016 5 2 5 6 8 5 6 3 3 6 3 3 2017 5 3 7 11 7 6 5 10 1 7 2 5 2018 3 7 5 4 8 3 7 5 2 9 6 5 2019 8 7 6 8 12 8 6 10 5 8 7 2 2020 7 6 12 7 11 3 8 2 5 6 5 5 Monthly Average 5.6 5 7 6 7.6 5 6.4 6 3.2 7.2 4.6 4 Monthly Average Rounded 6 5 7 6 8 5 6 6 3 7 5 4 CHANGE ORDER NO. 3 CONTRACT WITH CB&I STORAGE TANK SOLUTIONS, LLC City of Fayetteville Staff Review Form 2022-0382 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 4/22/2022 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Order 3 to the contract with CB&I Storage Tank Solutions, LLC. which will increase the contract amount by $3,783.00. 5400.720.5600-5808.00 Account Number 17003.1 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Budget Impact: Water and Sewer Fund Eastside Water Storage Tank Project Title Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget $ 385,250.00 $ 381,465.03 $ 3 73-:9 1 $ 3,783.00 $ 1.91 V20210527 Purchase Order Number: 2020-592 Previous Ordinance or Resolution # 206-20 Change Order Number: 3 Original Contract Number: 2020-51 Comments: Approval Date: 4-25-22 CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: April 21, 2022 STAFF MEMO SUBJECT: Approval of Change Order No. 3 for Gulley Elevated Water Storage Tank RECOMMENDATION: Staff recommends approval of Change Order 3 to the contract with CB&I Storage Tank Solutions, LLC. which will increase the contract amount by $3,783.00. BACKGROUND: In August 2020, the City Council approved a contract with CB&I Storage Tank Solutions, LLC. for the construction of a new 750,000-gallon elevated water storage tank (Res. 206-20). The tank has been constructed, painted, and placed into service. The contractor is now completing final access paving and security fencing installation. DISCUSSION: During mobilization for fence construction, City Staff realized that access for mowing the property was going to be limited/obstructed by the new fence alignment. The best means for access is to add a gate to the rear of the fence so that our mower can access these areas. This change order represents the costs for the additional fence gate. BUDGET/STAFF IMPACT: Funds for this change order are available within the $251,700.00 approved project contingency. Attachments: Change Order 3 Contractor Email Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CHANGE ORDER No. 3 olsson 1 Date of Issuance: 4/19/2022 Effective Date: 4/19/2022 Project: East Service Area Improvements, Contract Owner: City of Fayetteville Owners Contract No.. 20-54 Section II New Elevated Water Tank Contract. Date of Contract 8/4/2020 Contractor: CB&I Storage Tank Solutions LLC Engineers Project No.: G18-0031 The Contract Documents are modified as follows upon execution of this Change Order: Description: Addition of an 8-foot-wide, double leaf gate to the fencing on the north side of the new tank. Attachments: (List documents supporting change): See email attached for details on the price change. CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIMES [note changes in Milestones if applicable] Original Contract Price: Original Contract Times: Substantial Completion (days or date): 420 $ 2,517,000 Ready for Final Payment (days or date): 450 [Increase] [Per=Feasl from previously approved [Increase] [DeUtas] from previously approved Change Orders Change Orders No. 0 to No. 2 No. 0 to No. 2 : Substantial Completion (days or date): 138 $ 31,441 Ready for Final Payment (days or date): 138 Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial Completion (days or date): 558 $ 2,548,441 Ready for Final Payment (days or date): 588 [Increase] [DeeFeasl of this Change Order: r'^^Eerie' [DeEEerie' of this Change Order: Substantial Completion (days or date): N/A $ 3,783 Ready for Final Payment (days or date): N/A Contract Price incorporating this Change Order: Contract Times with all approved Change Orders: Substantial Completion (days or date): 558 $ 2,552,224 Ready for Final Payment (days or date): 588 RECOMMENDED: ACCEPTED: ACCEPTED: By: gunh��BY " g rey Granderson By: nginee horized Signature) Owner (Authorized Signature) Contractor (Authorized Signature) Title: Erin Needham, Project Manager Title Utilities Engineer Title Date: 4/,19/22 Date 4-21-2022 Date Appr by Mayor, Ci of ay eeville: 7 By: _ _ /� ...r/ Michael Cheney, Project Manager 4/19/22 Mayor Lioneld Jordan Date: 4-25-22 / EJCDC" C-941, Change Order, Adapted. Prepared and published 2013 by the Engineers Joint Contract Documents Committee. Page 1 of 1 Erin Needham From: Cheney, Michael S <Michael.Cheney@mcdermott.com> Sent: Monday, April 18, 2022 2:28 PM To: Erin Needham; Paul Bradley Cc: Jay Newport Subject: 236051 - Fayetteville - Gulley Road Tank - Adding a 8' double leaf gate Erin At the request from Corey/Paul we offer a price of $3,783 to add an 8' double leaf gate to the fence on the back (north) side of the new tank. This price includes 10% mark-up from Pelley and 5% from CB&I. Please confirm that the fence subcontractor is to proceed with installing the additional gate while they are on site over the next couple of weeks installing the permanent fence for the project. Michael Cheney Project Manager Region: NCSA CB&I Storage Systems 11560 Great Oaks Way Suite 500 Alpharetta, GA 30022 U.S.A. www.cbi.com Mobile — + 1- 205-602-2818 This transmission is CONFIDENTIAL and the information is intended only for the use of the individual or entity to whom it is addressed. If you are not the intended recipient, or the employee or agent responsible for delivering it to the intended recipient, you are hereby notified that any use, dissemination, distribution or copying of this communication is STRICTLY PROHIBITED. If you have received the transmission in error, please immediately notify us by e-mail and/or telephone, and delete the transmission and any attachments from your mailbox. Thank you