HomeMy WebLinkAbout120-24 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 120-24
File Number: 2024-1877
MCCLELLAND CONSULTING ENGINEERS, INC. (CONTRACT AMENDMENT #2):
A RESOLUTION TO APPROVE AMENDMENT NO. 2 TO THE CONTRACT WITH MCCLELLAND
CONSULTING ENGINEERS, INC. IN THE AMOUNT OF $20,475.00 TO PROVIDE ADDITIONAL SERVICES
ASSOCIATED WITH THE NORTH STREET CORRIDOR PROJECT, AND TO APPROVE A BUDGET
ADJUSTMENT — 2019 STREET IMPROVEMENTS BOND PROJECT
WHEREAS, on March 16, 2021, the City Council approved Resolution # 88-21 and authorized Mayor Jordan to sign a
professional engineering services agreement with McClelland Consulting Engineers, Inc. for the design of the North
Street Corridor Project; and
WHEREAS, Amendment No. 2 to the agreement provides for additional services associated with improvements to the
intersection of North Street and North College Avenue.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves Amendment No. 2 to the
contract with McClelland Consulting Engineers, Inc. in the amount of $20,475.00 to provide additional services
associated with the North Street Corridor Project.
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 April 16, 2024
Attest: `%1111001 8111
.����G�'�'�� (• Y •0 F�%s�%''
„� • �' %
—"• FAVETTEVILIr ; s
Kara Paxton, City CAM Treasurer ; a�
9 • .'QKAtic*,"'
TO
Page 1
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF APRIL 16, 2024
CITY COUNCIL MEMO
2024-1877
TO: Mayor Jordan and City Council
THRU: Chris Brown, Public Works Director
Susan Norton, Chief of Staff
FROM: Matt Casey, Engineering Design Manager
SUBJECT: Approval of Contract Amendment #2 in the amount of $20,475.00 with McClelland
Consulting Engineers for the North Street Corridor Project and approval of a budget
adjustment.
RECOMMENDATION:
Staff recommends approval of Contract Amendment #2 in the amount of $20,475.00 with McClelland
Consulting Engineers for the North Street Corridor Project and approval of a budget adjustment.
BACKGROUND:
This 2019 Transportation Bond Project extends along North Street from Garland Avenue to Mission Boulevard.
This corridor is an important east -west route for commuter traffic, that runs through existing neighborhoods.
The project includes a mix of congestion relief, capacity improvements, pedestrian and bicycle facilities that will
address issues for all users. The City Council approved a design contract with McClelland Consulting
Engineers in March of 2021.
Phase 1 of the corridor includes improvements to the intersection with North Street and N. College Avenue.
The improvements include the addition of a dedicated left turn lane on the east leg of the intersection,
crosswalks, pavement overlay, striping and signal updates. On March 5, 2024, the City council approved a
construction contract with Benchmark Construction Company of NWA, INC. for the construction of this phase.
DISCUSSION:
The approved contract with MCE does not include bidding services, construction phase services and materials
testing. Staff has worked with MCE to develop a scope that will include support for the contractor and city staff
as needed throughout the construction of this project. MCE has provided a fee in the amount of $20.475.00 for
this additional work. The contract will be paid based on hourly rates for work completed, up to the total
contract amount.
BUDGET/STAFF IMPACT:
This work will be paid for with funds from the 2019 Transportation Bond Fund. With this contract amendment,
the new design contract will be $300,875.00.
ATTACHMENTS: SRF (#3), BA (#4), North St. Phase I - Construction Related Services Agreement (#5)
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
== City of Fayetteville, Arkansas
y 113 West Mountain Street
Fayetteville, AR 72701
(479)575-8323
- Legislation Text
File #: 2024-1877
Approval of Contract Amendment #2 in the amount of $20,475.00 with McClelland Consulting
Engineers for the North Street Corridor Project and approval of a budget adjustment.
A RESOLUTION TO APPROVE AMENDMENT NO. 2 TO THE CONTRACT WITH
MCCLELLAND CONSULTING ENGINEERS, INC. IN THE AMOUNT OF $20,475.00 TO
PROVIDE ADDITIONAL SERVICES ASSOCIATED WITH THE NORTH STREET CORRIDOR
PROJECT, AND TO APPROVE A BUDGET ADJUSTMENT — 2019 STREET IMPROVEMENTS
BOND PROJECT
WHEREAS, on March 16, 2021, the City Council approved Resolution # 88-21 and authorized Mayor
Jordan to sign a professional engineering services agreement with McClelland Consulting Engineers,
Inc. for the design of the North Street Corridor Project; and
WHEREAS, Amendment No. 2 to the agreement provides for additional services associated with
improvements to the intersection of North Street and North College Avenue.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves Amendment No.
2 to the contract with McClelland Consulting Engineers, Inc. in the amount of $20,475.00 to provide
additional services associated with the North Street Corridor Project.
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.
Page 1
Matt Casey
Submitted By
City of Fayetteville Staff Review Form
2024-1877
Item ID
4/16/2024
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
3/27/2024 ENGINEERING (621)
Submitted Date Division / Department
Action Recommendation:
Staff recommends approval of Contract Amendment #2 in the amount of $20,475.00 with McClelland Consulting
Engineers for the North Street Corridor Project and approval of a budget adjustment.
4702.860.7223-5860.02
Account Number
46020.7223
Project Number
Budgeted Item? Yes
Budget Impact:
Street Projects 2022 Bonds
Fund
North St - Garland to Mission
Project Title
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Does item have a direct cost? Yes Item Cost
Is a Budget Adjustment attached? Yes Budget Adjustment
Remaining Budget
$
987,480.00
$
804,899.19
$ 182, 580.81
$
20,475.00
$
20,475.00
182,580.81
V20221130
Purchase Order Number: 2021-00000325 Previous Ordinance or Resolution # - -)1
Change Order Number:
Original Contract Number:
Comments:
2
2021-00000016
Approval Date:
City of Fayetteville, Arkansas - Budget Adjustment (Agenda)
Budget Year Division ENGINEERING (621) Adjustment Number
2024 /Org2
Requestor: Matt Casey
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Staff recommends approval of Contract Amendment #2 in the amount of $20,475.00 with McClelland Consulting
Engineers for the North Street Corridor Project and approval of a budget adjustment.
COUNCIL DATE
ITEM ID#
4/16/2024
2024-1877
Nolly Black
312712024 E:37 AM
RESOLUTION/ORDINANCE
Budget Division Date
TYPE: D - (City Council)
JOURNAL#:
GLDATE:
CHKD/POSTED:
TOTAL
Account Number
- -
Increase / (Decrease)
Expense Revenue
Prolect.Sub#
Project Sub.Detl AT
v.2024116
Account Name
4702.860.7223-5860.02
20,475 -
46020 7223 EX
Capital Prof Svcs - Engineering/Architectu
4702.860.7999-5899.00
(20,475) -
46020 7999 EX
Unallocated - Budget
K:\Engineering Design Services\Projects\BOND PROGRAM\2019 Bond Program\North Street Corridor\Council and Committee
Actions\Contract Amendment 2\2024-1877 BA MCE North Street CA2 1 of 1
AGREEMENT
For
PROFESSIONAL ENGINEERING SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
MCCLELLAND CONSULTING ENGINEERS, INC.
THIS AGREEMENT is made as of ft"- i �Uth 2024 by and between City of
Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE)
and MCCLELLAND CONSULTING ENGINEERS (hereinafter called ENGINEER).
CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection
with the evaluation, design, and/or construction supervision of capital improvement projects. Therefore,
CITY OF FAYETTEVILLE and ENGINEER in consideration of their mutual covenants agree as follows:
ENGINEER shall serve as CITY OF FAYETTEVILLE's professional engineering consultant in those
assignments to which this Agreement applies, and shall give consultation and advice to CITY OF
FAYETTEVILLE during the performance of ENGINEER's services. All services shall be performed
under the direction of a professional engineer registered in the State of Arkansas and qualified in the
particular field.
SECTION 1 - AUTHORIZATION OF SERVICES
1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF
FAYETTEVILLE and agreement of ENGINEER.
1.2 Assignments may include services described hereafter as Basic Services or as Additional Services
of ENGINEER.
1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be
allowed without a formal contract amendment approved by the Mayor and the City Council in
advance of the change in scope, costs, fees, or delivery schedule.
SECTION 2 - BASIC SERVICES OF ENGINEER
2.1 Perform professional services in connection with the Project as hereinafter stated.
2.1.1 The Scope of Services to be furnished by ENGINEER during the Project is included in Appendix
A attached hereto and made part of this Agreement.
2.2 ENGINEER shall coordinate their activities and services with the CITY OF FAYETTEVILLE.
ENGINEER and CITY OF FAYETTEVILLE agree that ENGINEER has full responsibility for
the engineering services.
North Street; Construction Related Services
Ph. 1— College Ave. Intersection
SECTION 3 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE
3.1 CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of
ENGINEER.
3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project.
3.1.2 Assist ENGINEER by placing at ENGINEER's disposal all available information pertinent to
the assignment including previous reports and any other data relative thereto.
3.1.3 Assist ENGINEER in obtaining access to property reasonably necessary for ENGINEER to
perform its services under this Agreement.
3.1.4 Examine all studies, reports, sketches, cost opinions, proposals, and other documents
presented by ENGINEER and render in writing decisions pertaining thereto.
3.1.5 The City Engineer is the CITY OF FAYETTEVILLE's project representative with respect to
the services to be performed under this Agreement. The City Engineer shall have complete
authority to transmit instructions, receive information, interpret and define CITY OF
FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements and
systems to be used in the Project, and other matters pertinent to the services covered by this
Agreement.
3.1.6 CITY OF FAYETTEVILLE and/or its representative will review all documents and provide
written comments to ENGINEER in a timely manner.
SECTION 4 - PERIOD OF SERVICE
4.1 This Agreement will become effective upon the first written notice by CITY OF
FAYETTEVILLE authorizing services hereunder.
4.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress of
the Project through completion of the services stated in the Agreement. ENGINEER will proceed
with providing the authorized services immediately upon receipt of written authorization from
CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services
authorized and the time in which the services are to be completed, effective at commencement of
project construction.
SECTION 5 - PAYMENTS TO ENGINEER
5.1 The CITY OF FAYETTEVILLE shall compensate ENGINEER based on an hourly NTE basis
described in Appendix C.
5.2 Statements
5.2.1 Monthly statements for each calendar month shall be submitted to CITY OF
FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for
professional services consistent with ENGINEER's normal billing schedule. Once
established, the billing schedule shall be maintained throughout the duration of the Project.
Applications for payment shall be made in accordance with a format to be developed by
ENGINEER and approved by CITY OF FAYETTEVILLE. Applications for payment shall
be accompanied each month by the updated project schedule as the basis for determining the
North Street; Construction Related Services
Ph. I — College Ave. Intersection 2
value earned as the work is accomplished. Final payment for professional services shall be
made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory
completion of the study and report for the Project.
5.3 Payments
5.3.1 All statements are payable upon receipt and due within thirty (30) days. If a portion of
ENGINEER's statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion
shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE
shall advise ENGINEER in writing of the basis for any disputed portion of any statement.
CITY OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of
date the invoice is approved, however, payment within 30 days is not guaranteed.
5.4 Final Payment
5.4.1 Upon satisfactory completion of the work performed under this Agreement, as a condition
before final payment under this Agreement, or as a termination settlement under this
Agreement, ENGINEER shall execute and deliver to CITY OF FAYETTEVILLE a release of
all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement,
except claims which are specifically exempted by ENGINEER to be set forth therein. Unless
otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the
parties to this Agreement, final payment under this Agreement or settlement upon termination
of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims
against ENGINEER or his sureties under this Agreement or applicable performance and
payment bonds, if any.
SECTION 6 - GENERAL CONSIDERATIONS
6.1 Insurance
6.1.1 During the course of performance of these services, ENGINEER will maintain (in United
States Dollars) the following minimum insurance coverages:
Type of Coverage
Workers' Compensation
Employers' Liability
Commercial General Liability
Bodily Injury and
Property Damage
Automobile Liability:
Bodily Injury and
Property Damage
Professional Liability Insurance
Limits of Liability
Statutory
$500,000 Each Accident
$1,000,000 Combined Single Limit
$1,000,000 Combined Single Limit
$1,000,000 Each Claim
ENGINEER will provide to CITY OF FAYETTEVILLE certificates as evidence of the
specified insurance within ten days of the date of this Agreement and upon each renewal of
coverage.
North Street; Construction Related Services
Ph. I — College Ave. Intersection 3
6.1.2 CITY OF FAYETTEVILLE and ENGINEER waive all rights against each other and their
officers, directors, agents, or employees for damage covered by property insurance during
and after the completion of ENGINEER's services.
6.2 Professional Responsibility
6.2.1 ENGINEER will exercise reasonable skill, care, and diligence in the performance of
ENGINEER's services and will carry out its responsibilities in accordance with customarily
accepted professional engineering practices. CITY OF FAYETTEVILLE will promptly
report to ENGINEER any defects or suspected defects in ENGINEER's services of which
CITY OF FAYETTEVILLE becomes aware, so that ENGINEER can take measures to
minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all
remedies to recover for its damages caused by any negligence of ENGINEER.
6.3 Cost Opinions and Projections
6.3.1 Cost opinions and projections prepared by ENGINEER relating to construction costs and
schedules, operation and maintenance costs, equipment characteristics and performance, and
operating results are based on ENGINEER's experience, qualifications, and judgment as a
design professional. Since ENGINEER has no control over weather, cost and availability of
labor, material and equipment, labor productivity, construction Contractors' procedures and
methods, unavoidable delays, construction Contractors' methods of determining prices,
economic conditions, competitive bidding or market conditions, and other factors affecting
such cost opinions or projections, ENGINEER does not guarantee that actual rates, costs,
performance, schedules, and related items will not vary from cost opinions and projections
prepared by ENGINEER.
6.4 Changes
6.4.1 CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of
ENGINEER's services, with an appropriate change in compensation and schedule only after
Fayetteville City Council approval of such proposed changes and, upon execution of a
mutually acceptable amendment or change order signed by the Mayor of the CITY OF
FAYETTEVILLE and the duly authorized officer of ENGINEER.
6.5 Termination
6.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event
of substantial failure by the other party to fulfill its obligations under this Agreement through
no fault of the terminating party, provided that no termination may be effected unless the
other party is given:
6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate,
6.5.1.2 An opportunity for consultation with the terminating party prior to termination.
North Street; Construction Related Services
Ph. I — College Ave. Intersection 4
6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF
FAYETTEVILLE for its convenience, provided that ENGINEER is given:
6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate,
6.5.2.2 An opportunity for consultation with the terminating party prior to termination.
6.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment
in the price provided for in this Agreement shall be made, but
6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work,
6.5.3.2 Any payment due to ENGINEER at the time of termination may be adjusted to cover any
additional costs to CITY OF FAYETTEVILLE because of ENGINEER's default.
6.5.4 If termination for default is effected by ENGINEER, or if termination for convenience is
effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable
profit for services or other work performed. The equitable adjustment for any termination
shall provide for payment to ENGINEER for services rendered and expenses incurred prior to
the termination, in addition to termination settlement costs reasonably incurred by
ENGINEER relating to commitments which had become firm prior to the termination.
6.5.5 Upon receipt of a termination action under Paragraphs 6.5.1 or 6.5.2 above, ENGINEER
shall:
6.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise),
6.5.5.2 Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings,
specifications, reports, estimates, summaries and such other information and materials as
may have been accumulated by ENGINEER in performing this Agreement, whether
completed or in process.
6.5.6 Upon termination under Paragraphs 6.5.1 or 6.5.2 above CITY OF FAYETTEVILLE may
take over the work and may award another party an agreement to complete the work under
this Agreement.
6.5.7 If, after termination for failure of ENGINEER to fulfill contractual obligations, it is
determined that ENGINEER had not failed to fulfill contractual obligations, the termination
shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such
event, adjustments of the agreement price shall be made as provided in Paragraph 6.5.4 of
this clause.
6.6 Delays
6.6.1 In the event the services of ENGINEER are suspended or delayed by CITY OF
FAYETTEVILLE or by other events beyond ENGINEER's reasonable control, ENGINEER
shall be entitled to additional compensation and time for reasonable costs incurred by
ENGINEER in temporarily closing down or delaying the Project.
North Street; Construction Related Services
Ph. I — College Ave. Intersection 5
6.7 Rights and Benefits
6.7.1 ENGINEER's services will be performed solely for the benefit of CITY OF
FAYETTEVILLE and not for the benefit of any other persons or entities.
6.8 Dispute Resolution
6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes
between CITY OF FAYETTEVILLE and ENGINEER which arise from, or in any way are
related to, this Agreement, including, but not limited to the interpretation of this Agreement,
the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or
ENGINEER in the performance of this Agreement, and disputes concerning payment.
6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate.
If timely Notice is given under Paragraph 6.8.3, but an action is initiated prior to exhaustion
of these procedures, such action shall be stayed, upon application by either party to a court of
proper jurisdiction, until the procedures in Paragraphs 6.8.3 and 6.8.4 have been complied
with.
6.8.3 Notice of Dispute
6.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of
any incident, action, or failure to act upon which a claim is based, the party seeking relief
shall serve the other party with a written Notice.
6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF
FAYETTEVILLE shall give ENGINEER written Notice at the address listed in
Paragraph 6.14 within thirty (30) days after occurrence of any incident, accident, or first
observance of defect or damage. In both instances, the Notice shall specify the nature
and amount of relief sought, the reason relief should be granted, and the appropriate
portions of this Agreement that authorize the relief requested.
6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF
FAYETTEVILLE and ENGINEER shall confer in an effort to resolve the dispute. If the
dispute cannot be resolved at that level, then, upon written request of either side, the matter
shall be referred to the President of ENGINEER and the Mayor of CITY OF
FAYETTEVILLE or his designee. These officers shall meet at the Project Site or such other
location as is agreed upon within 30 days of the written request to resolve the dispute.
6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining
funds to remit payment to ENGINEER for services rendered by ENGINEER.
6.10 Publications
6.10.1 Recognizing the importance of professional development on the part of ENGINEER's
employees and the importance of ENGINEER's public relations, ENGINEER may prepare
publications, such as technical papers, articles for periodicals, and press releases, pertaining
to ENGINEER's services for the Project. Such publications will be provided to CITY OF
FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF
FAYETTEVILLE shall review such drafts promptly and provide CITY OF
FAYETTEVILLE's comments to ENGINEER CITY OF FAYETTEVILLE may require
North Street; Construction Related Services
Ph. I — College Ave. Intersection 6
deletion of proprietary data or confidential information from such publications, but otherwise
CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of
ENGINEER's activities pertaining to any such publication shall be for ENGINEER's
account.
6.11 Indemnification
6.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to
indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and ENGINEER from and
against any and all loss where loss is caused or incurred or alleged to be caused or incurred in
whole or in part as a result of the negligence or other actionable fault of the Contractors, or
their employees, agents, Subcontractors, and Suppliers.
6.12 Ownership of Documents
6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD
drawings, estimates, field notes, and project data are and remain the property of CITY OF
FAYETTEVILLE. ENGINEER may retain reproduced copies of drawings and copies of
other documents.
6.12.2 Engineering documents, computer models, drawings, specifications and other hard copy or
electronic media prepared by ENGINEER as part of the Services shall become the property
of CITY OF FAYETTEVILLE when ENGINEER has been compensated for all Services
rendered, provided, however, that ENGINEER shall have the unrestricted right to their use.
ENGINEER shall, however, retain its rights in its standard drawings details, specifications,
databases, computer software, and other proprietary property. Rights to intellectual property
developed, utilized, or modified in the performance of the Services shall remain the property
of ENGINEER.
6.12.3 Any files delivered in electronic medium may not work on systems and software different
than those with which they were originally produced. ENGINEER makes no warranty as to
the compatibility of these files with any other system or software. Because of the potential
degradation of electronic medium over time, in the event of a conflict between the sealed
original drawings/hard copies and the electronic files, the sealed drawings/hard copies will
govern.
6.13 Notices
6.13.1 Any Notice required under this Agreement will be in writing, addressed to the appropriate
party at the following addresses:
CITY OF FAYETTEVILLE's address:
113 West Mountain Street
Fayetteville, Arkansas 72701
MCCLELLAND CONSULTING ENGINEER's address:
1508 East Stearns Street
Fayetteville, Arkansas 72703
North Street; Construction Related Services
Ph. I — College Ave. Intersection 7
6.14 Successor and Assigns
6.14.1 CITY OF FAYETTEVILLE and ENGINEER each binds himself and his successors,
executors, administrators, and assigns to the other party of this Agreement and to the
successors, executors, administrators, and assigns of such other party, in respect to all
covenants of this Agreement; except as above, neither CITY OF FAYETTEVILLE nor
ENGINEER shall assign, sublet, or transfer his interest in the Agreement without the written
consent of the other.
6.15 Controlling Law
6.15.1 This Agreement shall be subject to, interpreted and enforced according to the laws of the
State of Arkansas without regard to any conflicts of law provisions.
6.16 Entire Agreement
6.16.1 This Agreement represents the entire Agreement between ENGINEER and CITY OF
FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in
purchase orders do not generally apply to professional services, in the event CITY OF
FAYETTEVILLE issues to ENGINEER a purchase order, no preprinted terms thereon shall
become a part of this Agreement. Said purchase order document, whether or not signed by
ENGINEER, shall be considered as a document for CITY OF FAYETTEVILLE's internal
management of its operations.
SECTION 7 - SPECIAL CONDITIONS
7.1 Additional Responsibilities of ENGINEER
7.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings,
specifications, reports and other services furnished hereunder shall not in any way relieve
ENGINEER of responsibility for the technical adequacy of the work. Neither CITY OF
FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the services
shall be construed as a waiver of any rights under this Agreement or of any cause of action
arising out of the performance of this Agreement.
7.1.2 ENGINEER shall be and shall remain liable, in accordance with applicable law, for all
damages to CITY OF FAYETTEVILLE caused by ENGINEER's negligent performance of
any of the services furnished under this Agreement except for errors, omissions or other
deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF
FAYETTEVILLE-furnished data.
7.1.3 ENGINEER's obligations under this clause are in addition to ENGINEER's other express or
implied assurances under this Agreement or State law and in no way diminish any other
rights that CITY OF FAYETTEVILLE may have against ENGINEER for faulty materials,
equipment, or work.
7.2 Remedies
7.2.1 Except as may be otherwise provided in this Agreement, all claims, counter -claims, disputes
and other matters in question between CITY OF FAYETTEVILLE and ENGINEER arising
North Street; Construction Related Services
Ph. I — College Ave. Intersection
out of or relating to this Agreement or the breach thereof will be decided in a court of
competent jurisdiction within Arkansas.
7.3 Audit: Access to Records
7.3.1 ENGINEER shall maintain books, records, documents and other evidence directly pertinent
to performance on work under this Agreement in accordance with generally accepted
accounting principles and practices consistently applied in effect on the date of execution of
this Agreement. ENGINEER shall also maintain the financial information and data used by
ENGINEER in the preparation of support of the cost submission required for any negotiated
agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost
summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized
representatives shall have access to all such books, records, documents and other evidence for
the purpose of inspection, audit and copying during normal business hours. ENGINEER will
provide proper facilities for such access and inspection.
7.3.2 Records under Paragraph 7.3.1 above, shall be maintained and made available during
performance on assisted work under this Agreement and until three years from the date of
final payment for the project. In addition, those records which relate to any controversy
arising out of such performance, or to costs or items to which an audit exception has been
taken, shall be maintained and made available until three years after the date of resolution of
such appeal, litigation, claim or exception.
7.3.3 This right of access clause (with respect to financial records) applies to:
7.3.3.1 Negotiated prime agreements:
7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the
price of any formally advertised, competitively awarded, fixed price agreement:
7.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised,
competitively awarded, fixed price agreement. However, this right of access does not
apply to a prime agreement, lower tier subagreement or purchase order awarded after
effective price competition, except:
7.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding
any financial records of ENGINEER;
7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved;
7.3.3.3.3 If the subagreement is terminated for default or for convenience.
7.4 Covenant Against Contingent Fees
7.4.1 ENGINEER warrants that no person or selling agency has been employed or retained to
solicit or secure this Agreement upon an agreement of understanding for a commission,
percentage, brokerage or continent fee, excepting bona fide employees or bona fide
established commercial or selling agencies maintained by ENGINEER for the purpose of
securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall
have the right to annul this Agreement without liability or at its discretion, to deduct from the
North Street; Construction Related Services
Ph. I — College Ave. Intersection 9
contract price or consideration, or otherwise recover, the full amount of such commission,
percentage, brokerage, or contingent fee.
7.5 Gratuities
7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of
ENGINEER's agents or representatives, offered or gave gratuities (in the form of
entertainment, gifts or otherwise) to any official, employee or agent of CITY OF
FAYETTEVILLE, in an attempt to secure an agreement or favorable treatment in awarding,
amending or making any determinations related to the performance of this Agreement, CITY
OF FAYETTEVILLE may, by written notice to ENGINEER terminate this Agreement. CITY
OF FAYETTEVILLE may also pursue other rights and remedies that the law or this
Agreement provides. However, the existence of the facts on which CITY OF
FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings
under the Remedies clause of this Agreement.
7.5.2 In the event this Agreement is terminated as provided in Paragraph 7.5.1, CITY OF
FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue in
the event of a breach of the Agreement by ENGINEER As a penalty, in addition to any other
damages to which it' may be entitled by law, CITY OF FAYETTEVILLE may pursue
exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which
shall be not less than three nor more than ten times the costs ENGINEER incurs in providing
any such gratuities to any such officer or employee.
7.6 Arkansas Freedom of Information Act
7.6.1 City contracts and documents, including internal documents and documents of subcontractors
and sub -consultants, prepared while performing City contractual work are subject to the
Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is
presented to the CITY OF FAYETTEVILLE, ENGINEER 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. §25-19-101 et seq.). Only legally authorized photocopying costs
pursuant to the FOIA may be assessed for this compliance.
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and
ENGINEER, by its authorized officer have made and executed this Agreement as of the day and year first
above written.
CITY OF FA ETTEVILLE, ARKANSAS MCCLELLAND CONSULTING ENGINEERS,
k INC.
By:
Ma , Lioneld Jorda
ATTEST:
By:
City Clr
` T r q►►►
���•k.Ft� �• • Rf;9`SG
G �X
J: FAY��E�ILLC.�y+
END OF AGREEM
Um
North Street; Construction Related Services
Kevin Beaumont Date: 2024.03.21
Bv:
Kevin Beaumont 11:05:27-05'00'
Title: Vice President 03.21.2024
SIONAL ENGINEERING SERVICES
Ph. I — College Ave. Intersection 10
APPENDIX 'A'
SCOPE OF SERVICES
PROFESSIONAL SERVICES AGREEMENT
CITY OF FAYETTEVILLE, ARKANSAS
NORTH STREET IMPROVEMENTS PHASE I;
COLLEGE AVE. INTERSECTION
1. Scope of Proiect
1. Make the following additions to the North Street Improvements Project.
a. Assist City with bidding process, answer bidder questions, attend pre -bid meeting
and bid opening.
b. Provide Construction Administration Support for the duration of the project based on
the 180-calendar day contract proposed. Scope of professional services to comprise
design assistance with field changes or other construction related issues, estimated to
not exceed 52 hours.
c. Provide Materials Testing Services for project. Refer to attached CMT Proposal.
APPENDIX A — Scope of Services A-1 Zion Road Construction Related Services
APPENDIX "C"
COMPENSATION
PROFESSIONAL SERVICES AGREEMENT
CITY OF FAYETTEVILLE, ARKANSAS
NORTH STREET IMPROVEMENTS PHASE I;
COLLEGE AVE. INTERSECTION
• CITY OF FAYETTEVILLE shall pay ENGINEER for Basic Services rendered an amount
equal to the cumulative hours charged to the Project for each class of ENGINEER's
employees multiplied by ENGINEER'S Hourly Rates as shown on the attached Exhibit "I",
plus approved Reimbursable Expenses and ENGINEER's Consultant charges, if any.
ENGINEER's Hourly Rates as shown on the attached Exhibit "1" shall be adjusted annually
each January 1. For ENGINEER's Consultant charges, the CITY OF FAYETTEVILLE shall
pay the ENGINEER the amount billed to the ENGINEER times a factor of 1.00.
• Basic Services: Payment by CITY OF FAYETTEVILLE based on ENGINEER's Hourly
Rates shall approximate the following schedule. Payment for a specific phase shall not exceed
the scheduled amount prior to completion of that phase. Underruns in one phase may be used
to offset overruns in another phase as long as the contract amount is not exceeded.
Bidding Process $ 1,950.00
Construction Administration Support $ 8,060.00
Materials Testing Services $ 10,365.00
(Refer to attached CMT Proposal)
SUB -TOTAL Basic Services $ 20,375.00
• Additional Services: Any and all Additional Services must be approved, and maximum
amount to be paid for said services agreed to, in writing by CITY OF FAYETTEVILLE prior
to rendering of same. CITY OF FAYETTEVILLE shall pay ENGINEER for Additional
Services rendered an amount equal to the cumulative hours charged to the Project for each
class of ENGINEER's employees multiplied by ENGINEER'S Hourly Rates as shown on the
Attached Exhibit "1 ", plus approved Reimbursable Expenses and ENGINEER'S Consultant
charges, if any. For ENGINEER's Consultant charges, the CITY OF FAYETTEVILLE shall
pay the ENGINEER the amount billed to the ENGINEER times a factor of 1.00.
APPENDIX C — Scope of Services C-1 North St. Ph I Construction Related Services
• CITY OF FAYETTEVILLE shall pay ENGINEER the actual cost of Reimbursable Expenses
incurred in connection with Basic and Additional Services. Reimbursable Expenses must be
approved by the CITY OF FAYETTEVILLE prior to the incurrence of such expenses. The
estimated amount of Reimbursable Expenses to be incurred in connection with Basic Services
is:
SUB -TOTAL Reimbursable Expenses $ 100.00
• The maximum payment to the ENGINEER for all of the Basic Services and
Reimbursable Expenses identified within this Agreement shall not exceed $20,475.00.
• ENGINEER shall submit invoices monthly for services rendered and expenses borne. The
invoices shall be accompanied by a copy of the timesheets for all ENGINEER's personnel
working on the project.
• The Hourly Rates used as a basis for payment mean salaries and wages (basic and incentive)
paid to all personnel engaged directly on the PROJECT, including, but not limited to,
engineers, architects, surveyors, designers, draftsman, specification writers, estimators, other
technical personnel, stenographers, typists and clerks; plus the cost of customary and statutory
benefits including, but not limited to, social security contributions, unemployment, excise and
payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave,
vacation and holiday pay applicable thereto; plus operating margin or profit, non -project
operating costs, and all general and administrative overhead costs, including but not limited
to, furnishing and maintaining office facilities, furniture, utilities, vehicles and equipment.
Reimbursable Expenses mean the actual expenses incurred directly or indirectly in connection
with the PROJECT for printing and reproduction costs and ENGINEER's consultant charges.
Any and all expenditures for reimbursable expenses must be approved by the CITY OF
FAYETTEVILLE prior to rendering or obtaining same. Overtime salary costs are not
considered Reimbursable Expenses.
APPENDIX C — Scope of Services C-2 North St. Ph I Construction Related Services
McCLELLAND
NEE,ONSULTING
amrammm ENGINEERS, INC.
February 7, 2024
CITY OF
WOO FAYETTEVILLE
ARKANSAS
113 West Mountain Street
Fayetteville, Arkansas 72701
ATTN: Mr. Wade Abernathy
Director of Bond Projects and Facilities
RE: Proposal for Materials Testing and Special Inspections
North Street Improvements
Fayetteville, Arkansas
Dear Mr. Abernathy,
1580 E. Stearns St.
Fayetteville, AR 72703
Office: (479)443.2377
mce.us.com
We are pleased to present a Proposal for the Construction Materials Testing relevant to the North Street Improvements
project, located in Fayetteville, Arkansas. The anticipations contained herein are based on the North St. Improvements —
Phase I — Bid Plans, produced by MCE and dated December 2023.
1.0 ESTIMATED BUDGET
Based on the assumptions detailed in the foregoing proposal and the anticipated scope of testing provided, we can
provide Construction Materials Testing and Special Inspection services on this project for a Not -To -Exceed Without
Approval amount as detailed below:
• Proof Roll / Subgrade Observations...................................................................................... $1,750.00
• Soil Density Testing............................................................................................................. $2,925.00
• Rebar Observation........................................................................................................ $1,000.00
• Cast -in -Place Concrete Testing............................................................................................ $3,660.00
• Concrete Cylinder Pick-Up................................................................................................. $420.00
• Asphalt Coring & Testing.................................................................................................. $610.00
Total Not -to -Exceed Without Approval Fee:
$10,365.00
The information on the following pages provides further detail regarding the anticipated testing scope for the project which
includes several trips for each service, time spent on -site for each service, and other anticipations that were integral in
arriving at the Not -To -Exceed fee amount. The services described herein will be invoiced based on actual services
provided (including time spent on -site, number of tests, etc.) using our current fee sheet, which may be provided upon
request.
2.0 PROJECT DESCRIPTION
The project site is located within the existing North Street and College Avenue intersection dimensions in Fayetteville,
Arkansas. The project scope is planned to include the demolition of existing asphalt pavement materials within the
roadway followed by widening and paving operations of the intersection and along approximately 400 linear feet of North
Street. Additional improvements are expected to include concrete curb -and -gutter, sidewalk, access drives, and a
retaining wall in the northeast quadrant of the North Street and College Avenue intersection.
McClelland Consulting Engineers, Inc. —"Best Engineering Firm" Arkansas Business 2023 P a g e 11
North Street Improvements — Fayetteville, Arkansas
CMT-021 — Construction Materials Testing Proposal
3.0 CMT SCOPE OF WORK
It is expected that the services included within the Construction Materials Testing and Special Inspections scope may
include, but are not limited to: proof-roll/subgrade recommendations and observations, soil density testing, rebar
observations, cast -in -place concrete testing, and asphalt coring and testing.
To better your understanding of our associated fees, we presented an estimated per -trip amount for the services we
anticipate providing on this project. The provided per -trip price assumes the following factors:
• A Geotechnical Engineer/Engineering Technician spending one (1) hour on -site for proof-roll/subgrade
observations and recommendations pertaining to the sawcut pavement dimensions.
- Travel time and report writing are factored into the unit trip amount
• A certified technician spending one (1) hour on -site for each soil density testing trip.
- Up to four (4) density tests being conducted during each trip
- Travel time and report writing are factored into the unit trip amount
• A Geotechnical Engineer/Engineering Technician spending one (1) hour on -site for observation and inspection of
concrete reinforcing elements.
- Travel time and report writing are factored into the unit trip amount
• A certified technician spending approximately (1) hour on -site for each cast -in -place concrete testing trip.
- MCE assumes that one (1) set of five (5) 4" x 8" cylinders being sampled for every 50 cubic yards of
concrete will satisfy the testing frequency for the project.
- Travel time and reporting fees are included in the per -trip amount
• A certified technician spending up to two (2) hours on -site coring up to three (3) asphalt samples for laboratory
testing.
- Travel time, mileage, and reporting fees are included in the per -trip amount for this service
MCE does not anticipate providing testing or inspection services for project elements unrelated to the services
detailed on the following pages. If additional testing or inspection services are solicited for the project, these
services will incur additional fees.
Based on the referenced project scope, it is anticipated that the duration of the project will be approximately three (3)
months. If this estimated duration is incorrect or if the assumptions detailed within this document are inaccurate, please
allow for appropriate revisions. From the assumptions and project details referenced above, the following per -trip
estimates and subtotals for each service anticipated to be required have been provided. The per -trip estimates within this
proposal have been prepared in order to arrive at an appropriate testing budget for this project. As previously mentioned,
these services will be invoiced based on the actual services provided.
The following is a breakdown of each service, per -trip estimate, and subtotal that is anticipated up to the completion of the
project. The number of trips is based on the project specifications, as well as our experience with projects of similar scope
and size. The number of trips may vary based on actual project sequencing.
Proof -Roll / Subgrade Observation
$250.00 per trip estimate
• Pavement Improvements (College/North).............................................................................. 4 trips
• Sidewalk Improvements..................................................................................................... 2 trips
• Retaining Wall Foundation Dimensions.................................................................................. 1 trip
Subtotal: $1,750.00
McClelland Consulting Engineers, Inc. —"Best Engineering Firm" Arkansas Business 2023 P a g e 12
North Street Improvements — Fayetteville, Arkansas
CMT-021 — Construction Materials Testing Proposal
Soil Density Testing $225.00 per trip estimate
• Pavement Improvements (Select Fill)................................................................................... 6 trips
• Pavement Improvements (Base Course)............................................................................... 3 trips
• Sidewalk Improvements (Select Fill)................................................................................... 2 trips
• Retaining Wall Backfill...................................................................................................... 2 trips
Subtotal: $2,925.00
Rebar Observations $250.00 per trip estimate
• Retaining Wall Foundation................................................................................................. 2 trips
• Retaining Wall................................................................................................................. 2 trips
Subtotal: $1,000.00
Cast -in -Place Concrete Testing
$305.00 per trip estimate
• Retaining Wall Foundation................................................................................................ 2 trips
• Retaining Wall................................................................................................................ 2 trips
• Concrete Sidewalk.......................................................................................................... 4 trips
• Concrete Curb-and-Gutter................................................................................................. 4 trips
Subtotal: $3,660.00
Concrete Cylinder Pick -Up $70.00 per trip estimate
• A charge for concrete cylinder pick-up will only be applied in the event that it is the sole reason for the site visit on
days when no other testing is scheduled. We have assumed that this will be required for approximately one-half
(1/2) of the anticipated concrete trips.
Subtotal: $420.00
Asphalt Coring & Testing $610.00 per trip estimate
• North Street Asphalt Pavement Improvements........................................................................ 1 trip
Subtotal: $610.00
The estimated number of trips for each testing service is based on the project specifications, as well as our experience
with projects in the area with similar scope and size. The estimated fees are directly related to the number of trips made
for each service and time spent on -site. If the project scope varies following the submittal of this document and prior to
construction, please allow for the review and revision of this document.
McClelland Consulting Engineers, Inc. —"Best Engineering Firm" Arkansas Business 2023 P a g e 13
North Street Improvements — Fayetteville, Arkansas
CMT-021 — Construction Materials Testing Proposal
4.0 CLOSING COMMENTS
We appreciate the opportunity to submit this Proposal for the Construction Materials Testing and Special Inspections
services for the North Street Improvements project located in Fayetteville, Arkansas. If this Proposal is acceptable, please
sign the Work Authorization Agreement at the end of this document and return a copy to our office. If there are any
questions regarding this Proposal, please do not hesitate to contact us.
Sincerely,
Michael T. Scott, EI
Project Designer I CMT Supervisor
5.0 WORK AUTHORIZATION AGREEMENT
Steven J. Head, P.E.
Principal I Geotechnical Department Head
McClelland Consulting Engineers, Inc., is authorized to proceed in accordance with this Letter of Proposal consisting of
four (4) pages, denoted as CMT-021.
Signature
Title
Date
McClelland Consulting Engineers, Inc. — "Best Engineering Firm" Arkansas Business 2023 Page 14
NEEMcCLELLAND
CONSULTING
mmmmgmam ENGINEERS, INC.
8/7/2023
McCLELLAND CONSULTING ENGINEERS, INC.
*STANDARD HOURLY RATES
Chief Draftsman
$110 - $120
Clerical
$45 - $85
Construction Observer
$75 - $165
Draftsman
$70 - $120
Environmental Scientist/Designer
$125 - $145
Geotech Engineer
$125 - $200
GIS Technician
$80 - $140
HR/Payroll Admin
$75-$115
Landscape Architect
$95 - $200
Media Specialist
$85 - $120
Principal
$185 - $275
Project Accountant
$70 - $155
Project Designer - Intern
$50 - $80
Project Designer
$80 - $165
Project Engineer
$120 - $175
Project Manager
$130 - $210
Registered Land Surveyor
$100 - $175
Soils Lab Technician
$50 - $140
Specification Writer
$50 - $100
Sr. Project Manager
$160 - $250
Structural Engineer
$140 - $180
Survey (2 man or Robotic) Crew
$115 - $165
Survey (3 man) Crew
$150 - $200
Survey Field (1 Man or Rodman)
$45 - $120
Survey GPS
$75 - $135
Survey Technician
$65 - $110
Expenses
@ Cost
Mileage
.705/mi
* Standard Hourly Rates may be adjusted annually in accordance with
the normal salary review practices of McClelland Consulting Engineers.