HomeMy WebLinkAbout18-81 RESOLUTION•
RESOLUTION NO. /f4/
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK
TO EXECUTE AN AGREEMENT WITH THE ARKANSAS STATE
HIGHWAY COMMISSION FOR PRELIMINARY ENGINEERING
SERVICES FOR THE RELOCATION OF SEWER LINES ALONG
U.S. HIGHWAY 71 BETWEEN JOHNSON ROAD AND ARKANSAS
HIGHWAY 112.
BE IT RESOLVED BY. --THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
That the Mayor and City Clerk are hereby authorized
and directed to execute an agreement with the Arkansas
State Highway Commission for preliminary engineering services
on the relocation of sewer lines along;U.S. Highway 71 between
Johnson Road and Arkansas Highway 112. A copy of the agreement
authorized for execution hereby is attached hereto marked
Exhibit "A" and made a part hereof.
PASSED AND APPROVED this /lph{ day of (4,2„Aly,�� )
1981.
4
APPROVED:
MICROFILMED
`ARKANSAS STATE HIGHWAY
- AND
TRANSPORTATION DEPARTMENT
Henry Gray, Director
Telephone (501) 569-2000
Mr. Donald Bunn
City Engineer
City of Fayetteville
City Administration Building
Fayetteville, Arkansas 72701
PRELIMINARY ENGINEERING
WORK ORDER
March 19, 1981
vlis 1
s(o
0,0�19
P.O. Box 2261
Little Rock, Arkansas 72203
Job 1534 (Utilities)
ARK FFD -075-1 (2)
Hwy. 71 - Hwy. 68
(Hwy. 71 Relocation)
Route 71 Section -
Washington County
(Const. Job 4834)
Dear Mr. Bunn:
Enclosed is your copy of the approved Preliminary Engineering Agreement with
supporting papers covering reimbursement for engineering services to be per-
formed by McGoodwin, Williams and Yates., Inc. A copy of this letter and the
agreement is being furnished to the consultant.
The agreement was approved by the Federal Highway Admi
1981. You may authorize your consultant to proceed wi
covered by this agreement. This job is scheduled for
and we need the estimate of cost and .plans by April.1,
Mr. Allan Holmes, District Engineer, Telephone 646-550
Fort Smith, Arkansas, will represent the Department on
stance in the field is needed, the consultantshould c
nistration on March 17,
th the engineering work
the May 1981 letting,
1981.
Yours t
1, Post Office Box 1424,
this work, and if assi-
ontact Mr. Holmes.
JEM/meg
Enclosure
cc: McGoodwin, Williams & Yates, Inc.
Office Engineer
District Engineer
Resident Engineer
FAP File
Arthur T. Watt
Chief, Utilities Section
Right of Way Division
1 Y
Rev. 6-30-77
•
•
LS
AC
ARKANSAS STATE HIGHWAY COMMISSION
UTILITIES OWNER
HIGHWAY -UTILITY AGREEMENT FOR PRELIMINARY ENGINEERING SERVICES
Job No. 1534 (Utilities)
4834 (Const.)
Job Location Hwy. 71 - Hwy. 68
FAP No.
FFD -075-1 (2)
Utility Owner City of Fayetteville
(Sewer)
Route 71 Section Consultant McGoodwin, Williams and
County Washington Yates, Inc.
•
THIS AGREEMENT, made and entered into this 2,48) day of Th -
198%,by and between the Arkansas State Highway Commission, acting by and through
the duly authorized representatives of the Arkansas State Highway and Transportation
Department, with headquarters at Little Rock, Arkansas, hereinafter referred to as
the "Department" and the City of Fayetteville (Sewer) of Fayetteville
Arkansas. , acting by and through its duly authorized representatives,
herein after referred to as the "Owner", WITNESSETH:
WHEREAS: The "Department", in the interest of public safety, convenience, and
enjoyment, proposes to make certain highway improvements at the location and accord-
ing to the plans and specifications of the "Department" for such work under the job
designation as shown above; "Owner" must adjust or relocate certain of its existing
utility facilities and in connection with such adjustments, "Department" shall par-
ticipate in the costs of such work to the extent such costs are eligible for reim-
bursement from State Highway funds and eligible when applicable for participation
in Federal funds: and
WHEREAS: The cost to "Owner" for preliminary engineering services shall be
eligible for reimbursement from "Department" at the same ratio as the adjustment of
"Owner's" facilities are eligible based on the proportion of the facilities to be
adjusted that are located on property in which "Owner" holds a compensable property
interest under the Constitution and Arkansas Law, less betterments (except better-
ments required by the highway construction) and in accordance with the applicable
provisions and requirements of the Policy of the Arkansas State Highway Commission
on the Adjustment of Utilities adopted on August 26, 1970, by Commission Minute
Order 70-300, it is also understood that for this cost to be eligible for partici-
pation in Federal funds, the work must be performed and reimbursement made as
prescribed by Federal rules and regulations applicable to Federal Aid Projects, and
as set out in the United States Department of Transportation, Federal Highway
Administration, Federal Aid Highway Program Manual, Volume 6 Chapter 1, Section 2,
Subsection 2 (Engagement of Consultants for Engineering Services) issued October 30,
1974, or as amended. These documents by this reference are hereby made a part of
this Agreement with the same force and effect as if attached hereto or recited
herein; and
11
c
WHEREAS: The proposed highway improvement necessitates the adjustment or
relocation of certain of "Owner's" utility facilities as described in the following
scope of work: Relocate approximately 2,580 L.F. of 12 inch sanitary sewer line;
and such adjustment or relocation requires the preparation of plans, sketches, esti-
mate of cost, and work specifications (when applicable) to be used as the basis for
a subsequent agreement with "Owner" to provide for such adjustment or relocation: and
WHEREAS: The "Owner" is not adequately staffed with professional or technical
personnel to prepare the necessary technical and detailed information as may be re-
quired, and needs the services of a "Consultant" to perform the said preliminary
engineering work; and hereby requests "Department's" concurrence in the employment
of a "Consultant" of proven ability and experience, and which has one or more of its
members licensed by the Arkansas State Broad of Registration for Professional
Engineers: and
WHEREAS: The "Owner" proposes to employ the engineering firm of Mr'(nndwin
Williams and Yates, Inc. , hereinafter referred to as the "Consultant"
which meets the above qualifications to perform such necessary preliminary engineering
services; and the "Department" has determined that it is to the advantage and best
interest of the "Department's" highway improvement project that said engineering
services be performed by "Consultant" for "Owner" under a contract for preliminary
engineering services entered into between "Owner" and "Consultant", and subject to
the "Department's" approval; and the selection and employment of said engineering
firm is acceptable to the "Department", and "Consultant" is ready, willing, and able
to perform the required engineering and technical services.
NOW, THEREFORE, IT IS HEREBY AGREED:
1. "Owner" has entered into a contract for preliminary engineering services
with the "Consultant", subject to the "Department's" approval, and has furnished
copies of said contract which are attached and made a part of this agreement, and
said contract sets forth in detail the engineering and technical services to be
performed by the "Consultant" and the fee to be paid by the "Owner" for such services;
and the "Department" by execution of this agreement concurs in the employment of
the "Consultant" and approves the said contract for preliminary engineering services
as providing for the "Consultant" to furnish the following minimum required services
(as applicable):
Make all necessary field surveys, investigations, and special studies
required to obtain proper and sufficient data for the preparation of
complete plans, estimates of cost, and construction specifications.
B. Prepare complete and detailed plans of the existing facilities and of
the proposed construction, including maps, plans, profiles and detailed
drawings of structures and appurtenances when and as necessary.
•
•
C. Prepare an engineer's detailed estimate of cost of the proposed work
and if plant betterments for the "Owner's" convenience are to be in-
cluded in the planned adjustments, the "Consultant" shall detail
separately the estimated inplace cost of such plant betterments and
the estimated cost to relocate and adjust the existing facility in-
kind and function as required by the highway project. Such separat-
tion of costs may be shown either by separate and comparative
estimates or by detailing of items in the estimate.
D. If the construction work is to be performed by other than "Owner's"
forces, prepare bid notices, instructions, specifications, contract
documents and any other data necessary to secure bids and let a
contract for the proposed work.
Furnish the "Owner" with eight (8) sets of plans, specifications, and
contract documents (seven (7) sets for transmittal by "Owner" to
"Department"). Said documents shall be considered as approved when
and only when accepted by the "Department" and, if necessary, approved
by the Federal Highway Administration.
2. The "Consultant" shall begin the work as herein set out within 30
calendar days after receiving written authorization through the "Owner", such
authorization to be issued as a Work Order by the "Department", and "Consultant"
shall complete his contractual obligations as herein set out in 60 calendar
days.
3. After delivery to, and acceptance by the "Department" of the final plans,
estimate of cost and all necessary supporting documents in original and six (6)
cooies, the "Department" will make payment to the "Owner" in accordance with
Paragraph 4, the pro rata portion of the total preliminary engineering fee of
$77,140 7n* as determined by one of the following methods:
*
A. The appropriate pro rata factor for allocating payment of this fee
between "Owner" and "Department" cannot be accurately determined
until the preliminary engineering work is completed, and the pro rata
factor as established by the "Consultant's" investigations will be
applied in the allocation of the cost obligations under this agreement
and in the subsequent Utility Relocation Agreement.
x B. The pro rata portion of the total preliminary engineering fee based
on the "Owner's" eligibility for reimbursement that the facilities
to be adjusted are located on property in which the "Owner" holds a
compensable property interest, is 1001.
($ 12,340.20 x 100 % = $ 12,340.20 (Reimbursement)
The Preliminary Engineering fee shall not exceed $17,728.29.
•
ti
II
4. The basis for "Consultant's" total fee to be charged "Owner", including
any additional fee for plant betterment work to be done for "Owner's" convenience
along with the required adjustments, is detailed and set forth in the attached copy
of the contract between the "Owner" and the "Consultant". Said payment is to be
on the actual cost payment procedure which will be initiated
within 30 days after submission by "Owner" of a certified statement in the above
proportionate reimbursable amount together with acknowledgement evidenced in
writing by "Consultant" that the total fee has been paid to him by the "Owner".
"Owner" agrees to retain cost records and accounts for inspection and audit for
a period of not less than three (3) years from the date of final payment.
5. It is understood and agreed that, by separate statement and by copy of
this agreement complete with pertinent attachments, the United States Department
of Transportation, Federal Highway Administration; may be furnished warranties
and certifications that the conditions under which this contract was obtained have
been, and performanace by all parties shall be, in accordance with the requirements
of a project involving participation in Federal Aid Highway Funds, and same shall
be subject to applicable State and Federal Laws, both criminal and civil.
6. The "Owner", in employing the "Consultant" to perform the work and services
covered by this agreement, agrees to require the "Consultant" to comply with the
provisions of Appendix "A", copies of which are attached to and made a part of this
contract, and the provisions of which pertain to nondiscrimination in employment;
and it is further understood and agreed that the "Consultant" shall in performing
such work under said provisions, be considered as acting in the same relative capa-
city as the "Contractor" referred to in said Appendix. "A".
7. The "Department" may, at its discretion, cancel or suspend the work under
this agreement at any time provided reimbursement is made.an an equitable basis
and in a proportionate amount for the services performed by "Consultant" up to the
time that written notice of such cancellation is received by "Owner" from
"Department Such amount of proportionate reimbursement shall be based on the pro-
portion that the work actually performed bears to the total work originally con-
templated. Should the "Department" give notice of cancellation in writing prior
to the start of any work hereunder, then this Agreement shall thereupon become null
and void without liability to the "Department".
8. The "Owner" shall save the "Department" and any other affected Agencies of
Government harmless from all claims and liabilities arising out of, or in any manner
due to, the activities or any negligent act or omission of "Owner's" employees or
the "Consultant" or his employees or agents.
9. The provisions of this agreement apply only to the preliminary •engineering
services herein set out, and nothing contained herein shall be construed as applying
to any future contract which may be entered into between the "Department" and the
"Owner", except that the reference in Paragraph No. 3 above, regarding the deter-
mination of the reimbursement eligibility pro rata factor from the subject pre-
liminary engineering work shall apply both in fixing the ratio of eligibility for
reimbursement of cost under this agreement and a subsequent agreement covering the
actual utility relocation work.
•
IN WITNESS WHEREOF: The parties hereto have caused this instrument to be
executed in triplicate by their duly authorized representatives as of the date
first above written.
CITY OF FAYETTEVILLE
(SEWER)
.c0%* .CITY CLERK
ARKANSAS STATE HIGHWAY COMMISSION
Acting By and Through The
ARKANSAS STATE HIGHWAY and
TRANSPORTATION DEPARTMENT
L A4 /,
o "itways . •. Transpor
41,
�y'/2
man •'ght ofd ay Division
irecto
Chief -Utilities Section
Right of Way Division
C
.;'//Rev. 5/ 2/72
L..
n
•
During the performance of this contract, the contractor, for itself, its assignees and
successors in interest (hereinafter referred to as the "contractor"), agrees as follows:
(1) Compliance with Regulations: The contractor will comply with the Regulations of the
Department of Transportation relative to nondiscrimination in Federally -assisted pro-
grams of the Department of Transportation (Title 49, Code of Federal Regulations,
Part 21, hereinafter referred to as the Regulations), which are herein incorporated
by reference and made a part of this contract.
•
•
APPENDIX "A"
•
•
(2) Nondiscrimination: The contractor, with regard to the work performed by it after
award and prior to completion of the contract work, will not discriminate on the
ground of race, color, or national origin in the selection and retention of sub-
contractors, including procurementsof materials and leases of equipment. The con-
tractor will not participate either directly or indirectly in the discrimination
prohibited by Section 21.5 of the reguLations,including employment practices when
the contract covers a program set forth in Appendix B of the Regulations.
(3) Solicitations for Subcontracts, Including Procurements of Materials and Equipment:
In all solicitations, either by competitive bidding or negotiation made by the con-
tractor for work to be performed under a subcontract, including procurements of
materials or equipment, each potential subcontractor or supplier shall be notified
by the contractor of thecontractor's obligations under this contract and the Regula-
tions relative to nondiscrimination on the ground of race, color or national origin.
(4) Information and Reports: The contractor will provide all information and reports re-
quired by the Regulations, or orders and instructions issued pursuant thereto, and
will permit access to its books, records, accounts, other sources of information,
and its facilities as may be determined by the State Highway Department or the
Federal Highway Administration to be pertinent to ascertain compliance with such
Regulations, orders and instructions. Where any information required of a contrac-
tor is in the exclusive possession of another who fails or refuses to furnish this
information, the contractor shall so certify to the State Highway Department, or
the Federal Highway Administration as appropriate, and shall set forth what efforts
it has made to obtain the information.
(5) Sanctions of Noncompliance: In the event of the contractor's noncompliance with the
nondiscrimination provisions of this contract, the State Highway Department shall
impose such contract sanctions as it or the Federal Highway Administration may
determine to be appropriate, including, but not limited to,
(a) withholding of payments to the contractor under the contract until the contrac-
tor complies, and/or
(b) cancellation, termination or suspension of the contract, in whole or in part.
(6) Incorporation of Provisions: The contractor will include the provisions of paragraph
(1) through (6) in every subcontract, including procurements of materials and leases,
of equipment, unless exempt by the Regulations, order, or instructions issued pursuant
thereto. The contractor will take such action with respect to any subcontract or pro-
curement as the State highway Department or the Federal Highway Administration may
direct as a means of enforcing such provisions including sanctions for noncompliance:
Provided, however, that, in the event a contractor becomes involved in, or is threat-
ened with, litigation with a subcontractor or supplier as a result of such direction,
the contractor may request the State to enter into such Litigation to protect the
interests of the State, and, in addition, the contractor may request the United States
to enter into such litigation to protect the interests of the United States.
F'AYETTEVILLE, SRICANS.AS
CITY ENGINEER'S OFFICE
P.O. DRAWER F
72701 (5011521-7700
October 22, 1980
Arthur Watt - Chief
Utility Section
Arkansas Highway & Transportation Department
P.O. Box 2261
Little Rock, AR 72203
Re: Proposed Enginmring Contract - Relocation of Facilities
Arkansas Highway Department No. 4834
Dear Mr. Watt:
Enclosed is the proposed engineering contract between the
City of Fayetteville and McGoodwin, Williams, and Yates for
work in connection with the relocation of a 12 -inch sewer line
along Highway 71 between Highway 112 and Johnson Road.
We are asking that you review the contract and make carments
on it before it is approved by the Board of Directors.
If you have any questions, please call me.
DRB/skb
enc: Nine (9) pages
Sincerely yours,
Donald R. Bunn
City Engineer
AR SAS STATE HIGHWAt
WO TRANSPORTATION DEPL
RECEIVED
OCT 2 3 1980
UTILITIES SECTIO
RIGHT OF WAY DIVISION
Ro ' To:.Date
_LeChief It
Initial
II Personnel
_Project Men
Permits
.7i'
11.1
Bills
Stial Fifes-
ifesenersl
nomadFifes:
Poste)
ii •
PRELIMINARY SCOPE OF WORK
Relocate approximately 2,580 linear feet of 12 -inch
gravity sanitary sewer line. Replacement will be with
15 -inch pipe in order to meet grade requirements.
Existing line to be abandoned.
i
r
, —r- 0 s o -
Ci,• , r 1
1
/_. +'1
ii": GJJ
U-1
•
N\ -
/rgi?ase
1
c,./0 iVo. Fv. a C
!ivy. a^, %. 633: