HomeMy WebLinkAbout78-81 RESOLUTION•
40.44
ty.
..
'44 ATTEST %'
•••W
to,
// ��
Sr; -02.4.01(/ -02,n ,- / k JO
0 CITY 'CLERK
•
•
•
4
RESOLUTION N0. 7 6 'g
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK
TO EXECUTE A CONTRACT WITH McGOODWIN, WILLIAMS &
YATES, INC. FOR ENGINEERING SERVICES FOR THE
RELOCATION OF A'SEWER LINE ALONG U.S. HIGHWAY 71
NORTH BETWEEN ARKANSAS HIGHWAY 112 AND JOHNSON ROAD.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY
OF FAYETTEVILLE, ARKANSAS:
That the Mayor arid City Clerk are hereby authorized
and directed to execute a contract with McGoodwin, Williams
& Yates, Inc. for engineering services for the relocation of
a sewer line along U.S. Highway 71 North between Arkansas
Highway 112 and Johnson Road. A copy of the contract authorized
for execution hereby is attached hereto marked Exhibit "A"
and made a part hereof.
PASSED AND APPROVED this
1981.
day of
APPROVED:
CERTIFICATE
Saute tC Ar=kansas
ity o: Fayetteville
0
IRE.GV3f�ID
`Ss
, Vivian Eoettel, City 'Clerk and Ex -Officio
record tr for the City of FayetteVille, do here+
ty <cart¢y that the annexed or foregoing is
cf =IS is nay office and the same ap+
Pears is Ordinance & 'Resolution book[
X / at page Vi > Witness raz
hand and seal this 3 ay, of
{
City Clerk and Ex -Officio Recorder
M!CR471.ME
•
CONTRACT FOR ENGINEERING SERVICES
Relative to Reconstruction of Highway 71
Highway 71 Bypass to Highway 68
Arkansas Highway Department Job No. 4834
THIS AGREEMENT, made, entered into and executed the /C,/, day of
c m-tr.^ l -- , 1981, by and between McGoodwin, Williams and
Yates, Inc., (hereinafter called the Engineer) and the City of Fayetteville,
Arkansas (hereinafter called the Cwner),
WITNESSETH THAT:
WHEREAS, the Qvner owns and operates the Sewerage Collection System in
the City of Fayetteville, Arkansas, and
WHEREAS, the Engineer has executed an engineering contract for preliminary
engineering services to be rendered relative to utility adjustments required
by the above project; and
WHEREAS, the Engineer has sufficient experienced personnel and equipment
required to provide construction engineering services further described in
this agreement;'
NOW THEREFORE, BE IT RESOLVED THAT, in consideration of the covenants
and agreements hereinafter to be performed by the parties hereto and the
payments hereinafter agreed to be made, it is mutually agreed as follows:
SECTION I GENERAL
The Arkansas State Highway Commission plans to relocate U. S. Highway 71
from the Highway 71 Bypass in Fhyetteville, extending north to Elm Springs
Road in Springdale. This work would require construction of a new inter-
change on Highway 71 Bypass in Fayetteville between Highway 112 and Johnson
Road.
-2-
In order for the construction of this interchange to be accomplished,
it has been determined that it will be necessary to relocate or otherwise
adjust sanitary sewerage facilities within the limits of the proposed
construction area The relocation of the sewerage facilities will require
professional engineering services Therefore, the Engineer is designated
by the Owner and is hereby authorized to provide construction engineering
services, including field layout, inspection, construction administration,
and preparation of "Plans of Record."
'SECTION II. CONSTRUCTION ENGINEERING
The Engineer agrees to provide construction engineering services including
construction surveys, resident inspection during the time actual construction
is in progress, preparation of partial and final payment estimates, preparation
of Plans of Record, and other items of work as needed to coordinate the Mork
between the Owner and the contractor. The fee to be paid the Engineer for
construction engineering services shall be based on reimbursement of the
Engineer's cost, at the rates set out below, plus a lump sum profit.
The Engineer agrees to provide the necessary personnel required to furnish
construction engineering services at the following hourly rates plus 29 percent
for payroll expenses and 86 percent of total payroll costs for general overhead
expense:
4 -Man Survey Crew $23.60
Engineer 15.00
Technician/Inspector 9.50
Draftsman 8.50
Stenographer 8.50
The Engineer agrees to a lump sum profit of. $2,300.00 on this portion of
the project and agrees to perform all construction engineering services for a
maximum fee, including profit, not to exceed $17,882.67. The maximum total
r- 4,4.- _.
-3-
estimated fee of 817,882.67 was calculated as follows.
Survey Crew (24 Hours @ $23.60)
Engineer (64 Hours @ $15.00)
Technician/Inspector (480 Hours @ $9.50)
Stenographer (40 Hours @ $8.50)
Draftsman (8 Hours @ '4.50)
$ 566.40
960.00
4,560.00
340.00
68.00
Subtotal $ 6,494.40
Payroll h -penses (29%) 1,883.38
Subtotal - Payroll Costs $ 8,377.78
General Overhead (86%) 7,204.89
Lump Stun Fee 2,300.00
Total $17,882.67
The Engineer agrees to keep accurate records of the hours of the various
persons working at providing construction engineering services and to make
available to the Owner supporting documentation of the time required.
Any additional construction engineering services required which are
related to this project and outside the scope of this contract and authorized
in writing by the Owner will be done by the Engineer for reimbursement on the
basis of actual time required, using the rates set out above, plus a profit
of 15 percent.
SECTION III. PAYMENT OF ENGINEERING FEES
The Owner agrees to make payment to the Engineer in accordance with the
rates set out in Section II. Payment shall be rade on a monthly basis; however,
the total of all payments, including profit, shall not exceed $17,882.67.
-4 -
This Agreement is subject to the review and approval of the Arkansas State
Highway Department.
Attest'
/
/9' i
Vivian D. Koettel, City Clerk' -
Attest:
c�JH(tail $of e6.721)4"
CITY OF FAYEYTEVIJJF, ARKANSAS.
T
John . Todd, Mayor
btGO®wIN, WILIJAMS AND YATES, INC.
1 Tates, Pr T dr nt
Jacqueline S. Ross, Secretary
EXHIBIT A
The following is an estimate of the cost to construct the sanitary
sewer line adjustments in the vicinity of the proposed interchange located
on Highway 71 Bypass between Highway 112 and Johnson Road required by the
relocation of U. S. Highway 71 between the Highway 71 Bypass in Fayetteville
and extending north to Elm Springs Road in Springdale. This project is
identified as Arkansas Highway Department Job No. 4834. The sewer line
adjust' nts require the construction of approximately 2,662 linear feet of
15 inch sewer line, along with manholes and other miscellaneous items as set
out in the estimate below.
Estimated Construction Cost.
2,662 L.F.
45 L.F.
300 L.F.
400 L F
295 L.F.
230 L.F.
310 L.F.
555 L.F.
8 Each
53 L.F.
2,662 L.F.
100 L.F.
300 C.Y.
20 C.Y.
15" VCP Sewer, 0-6' in depth, @ $20.00
Extra Depth Trench, 6-8' @ .$2.25
Extra Depth Trench,
Extra Depth Trench,
Extra Depth Trench,
Extra Depth Trench,
Extra Depth Trench,
Extra Depth Trench,
Standard Manholes @
8-10' @
10-12' @
12-14' @
14-16' @
16-18' @
over 18'
$550.00
$5.00
$8.30
$11.75
$16.60
$22.75
@ $27.00
Extra Depth Manholes, over 6' @ $75.00
SB -2 Crushed Stone Bedding @ $1.50
Special Pipe Cover @ $2.00
Rock Excavation @ $35.00
Class B Concrete Encasement @ $80.00
Total Estimated Construction Cost
$ 53,240.00
146.25
1,500.00
3,320.00
3,466.25
' 3,818.00
7,052 50
14,985.00
4,400.00
3,975.00
3,993.00
200.00
10,500.00
1,600.00
S112,196.00
utnity•
AFKA SAo STATE ni.,ni:AY' AND TRANS -DORM -I-4 DPP.-u._.',z..i,
Fayetteville sewer
Job
1534
consultant McGoodwin, Williams and -AP''. FFD -075-1(2)
Yates, Inc., Fayetteville, AR.
(titilities)
Highway 71 - Highway 68
(Highway 71 Relocation)
Route 71 Section
Washington County
CERTIFICATION C= CCNSULT:_iT
I hereby cert:=y that I an the President
and duly
authorized
representative of the firm of McGoodwin, Williams and Yates, Inc.whose address
is 909 Rolling Hills Drive, Fayetteville, Arkansas 72701 , and
That, except as expressly stated and described herein, neither I nor the firm
of McGoodwin, Williams and Yates, Inc. has, in connection with its
contract for construction engineering services with the City of Fayetteville,
Arkansas
entered into pursuant to provisions of an agreement
between the aforementioned utility owner and the Arkansas State Highway and
Transportation Deoar tent as a part of Federal Aid Project
FFD -075-1(2) ;
(a) employed or retained for a commission, Percentage, brokerage, contingent
fee, or other consideration, any firm, company, or person, other than a bona fide
employee working solely for me or the aforementioned consulting fires, to solicit
or secure the contract, or
(b) agreed, as an expressed or implied condition for obtaining the award of
the contract, to employ or retain the services of any firm, company, or person in
connection with the carrying out of the contract; or
(c) paid, or agreed to pay, to any
=any, organization, or person,
other than a bona fide employee working solely for me or the aforementioned
consulting firm, any fee, contribution, donation, or consideration of any kind for,
or in connection with, Procuring or carrying out the contract.
(Statement and'exalanation
o= e::ver.
, if anv):
I acknowledge that this cer-ti°ic_te is to be '__..^_shed to
.. the State Highway
and Tr r Port __ Depar_ment and the Federal ..igho:w_Administration, in connection
with the aforementioned project involving pa--• =tion of Federal -aid highway
funds, and is subject to applicable State and =^_-'1 taws, both criminal and c_.__.
(Date) (Signat..re)
L. Carl Yates
APPEND' "A"
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 theRegulations of the
Department of Transportation relative to nondiscrimination inFederally-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.
•
(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 3 of the Regulations.
(3) .Solicitations for Subcontracts Including Procurements of 'fate-.' d -.
Materials
an ceuipmer.t:
In all solicitations, either_by competitive bidding or negotiation made by the con-
tractor for work to be pe,:or,,,ed under a subcontract, including procurements of
materials or equipment, each potential subcontractor or supplier shall be notified
by the contractor of the contractor'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 o the contract, in whole or in part.
(6) Incorporation of Provision;: The contractor will include the provisions of pa.uo_.,pb
(1) Through (6) in every subcontract, including procurements of materials and leases
of equipment, unless'exempt bythe 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 •
o p inions including sanctions for noncompliance:
Provided, however, that, in the event a contractor becom_s 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 protact the
interests of the State, an.-", in addi^ion, the contractor may request the Unitcd St es
to enter into such litigation to protect the interests of the United States.
larLITIES OWNER
ARKANSAS STATE HIGHWAY COMMISSION
HIGHWAY -UTILITY CONSTRUCTION / RELOCATION AGREEMENT
State Job No. 1534 (Utilities) County Washington
4834 (Construction)
Federal Aid Project FFD -075-1 (2).
Job Location H'
71 - Elm Springs Road
(Hwy. 71 Relocation)
Route 71
.AC - CA
AC -"UA.
LS - CA
LS - UA
Section
Utility owner City of Fayetteville
•
(Sewer)
THIS AGREEMENT, made and entered into this �S day of \)1J4. Y
194N, 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, hereinafter 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; and as part of the necessary work of such improvements
"Owner" must adjust or relocate certain of its existing utility facilities and/or
secure "Department's" approval of the construction and location of certain proposed
facilities on the right of way of said highway project, and in connection with such
adjustments, relocation, and/or new utility construction "Department" shall partici-
pate in the costs of such work to the extent such costs are eligible for .reimburse-
ment from State Highway funds and eligible for participation in Federal funds; and
WHEREAS: It is understood by the parties hereto that, for the cost of the ad-
justment of "Owner's" facilities to be eligible for participation in Federal Funds,
the work must be performed and reimbursement made in accordance with Federal Laws,
Rules and Regulations applicable to Federal Aid Projects, including Policy and Pro-
cedure Memorandums 30-4 and 30-4.1 issued by the United States Department of
Transportation, Federal Highway Administration, November 29, 1972, and June 29, 1973,
respectively, as amended and supplemented, and which 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
WHEREAS; The adjustment or construction of "Owner's" facilities shall be
eligible for reimbursement by the "Department" in the proportion that: the' facilities
to be adjusted or constructed are located on property in which "Owner" holds a
compensable property interest under the Constitution and Arkansas Law, and in accord-
ance with the applicable provisions and requirements of the Policy of the Arkansas
State Highway Commission on the Accommodation and Adjustment of Utilities as adopted
on August 26, 1970, by Commission Minute Order 70-300, as amended and supplemented,
and which by this reference are hereby made a part of this agreement; and such reim-
bursement shall be in the eligible proportionate amount of (or under lump sum pay-
ment procedures, the amount representative of) the reasonable and actual cost of
the adjustment of "Owner's" existing facilities, less betterments (except that better-
ments required by the highway construction on eligible facilities may be reimbursed);
and
a
"{r i= H-UC/RA
" 4-10-80
•
•
WHEREAS: Under applicable Arkansas Statutes, "Owner" shall be permitted to
use, be on, over, or under land or rights of way held by the "Department", pro-
vided that such use or occupancy does not in any way or manner interfere with the
public use of such property for highway purposes as provided by Law; and the terms
and conditions of such use, in the interest of public safety, convenience and en-
joyment, being as defined by "Department" in its regulations; and
WHEREAS: Where the new and/or relocated utility facilities referred to herein
are located or constructed along, on, or across a fully controlled access highway,
the design and future servicing of such facilities must comply with the policy set
forth in "A Policy on the Accommodation of Utilities on Freeway Rights of Way" ad-
opted by the American Association of State Highway Officials on February 15, 1969;
and in accordance with said policy and requirements thereof, access for servicing
any utility facilities located along, on, or across such fully controlled access
right of way for normal servicing shall not be from the through traffic roadways
or the "on" and "off" ramps of the controlled access highway and shall be limited
to access via (a) frontage or service roads where provided, (b) nearby or adjacent
public roads, streets or drives, or (c) trails along or near the highway right of
way lines and connecting only to an intersecting road, street, or drive, from any
one or all of which entry may be made to the outer limits of the controlled access
right of way. In a case of emergency where immediate action is necessary for pro-
tection of the public and to minimize property damage and loss of investment,"Owner"
may at its sole risk and responsibility use the controlled access area as an access
route for servicing its utility facilities provided "Owner" uses appropriate safety
methods and devices to provide adequate warning and protection to persons and pro-
perty of the public, notifies the "Department" as soon as practicable, assumes full
responsibility for its operations, including the restoration of highway and utility
properties to original equivalent conditions, and saves the "Department" harmless
from liability in all respects. Due precaution and care for the protection of the
traveling public shall be exercised by "Owner" at any and all times in work on, or
servicing of, its facilities due from any cause whatsoever along, on or across the
controlled access highway; and
WHEREAS: The proposed highway improvement necessitates the adjustment, reloca-
tion, and/or "Department's" approval of the proposed locations of certain facilities
of "Owner" as described in the following description of work.
Abandon approximately 2,465 L.F. of existing 12" VCP sanitary sewer line to clear
the highway construction. Restore the function by installing approximately 2,662 L.F.
of 15" VCP sanitary sewer line (larger size pipe required by project, due to
minimum grade of sewer line) All of "Owner's" facility is locatedon a private
easement; therefore the adjustment cost is considered to be eligible for 100%
reimbursement. The adjustment work will be let to contract,
and such adjustment, relocation, or construction being shown in detail in "Owner's"
plans, sketches, 'estimate of cost, and specifications (when applicable) which are
•
attached hereto and made a part hereof; and
is
4 .H -ULTRA
a4" Rev. 12/8/69
1
•
•
WHEREAS: The "Department" desires to implement the herein described utilityad-
justments or relocations and approve the proposed utility construction of "Owner"
by entering into an agreement with said "Owner".
NOW, THEREFORE, IT IS HEREBY AGREED:
1. Where applicable hereunder by reason of new utility occupancy or crossing
of highway right of way, "Department" hereby grants to "Owner", without any convey-
ance of right, title or property interest, either expressed or implied in or to the
highway rights of way or other highway properties, License and Permission to install
and operate utility facilities on or across "Department's" rights of way or proper-
ties as shown on the approved plans or sketch maps attached hereto and made a part
hereof, said License and Permission being subject when applicable to the herein
stated conditions; and with the understanding and agreement that if any subsequent
change in the highway facility or highway use of the highway right of way necessitates
moving or adjusting of "Owner's" utility facilities located on, over, under, or
across highway right of way or other highway property under provisions of this Permit,
"Owner" shall begin such move or adjustment within ninety (90) days after receiving
written request from the "Department", and shall exercise due diligence to complete
such work without delay or interference to"Department's" operations; and such move
or adjustment of "Owner's" facilities to be at "Owner's" expense except where the
"Owner's" facilities required to be removed or adjusted are located on property in
which "Owner" holds a compensable property interest under the Law of Arkansas as it
exists at the time of such request.
2. Where applicable hereunder by reason of new highway construction on exist-
ing utility rights of way, "Owner" hereby grants to "Department" the right to use
for highway purposes the lands within the project limits on or across which "Owner"
holds a valid property interest antedating "Department's" rights which were subse-
quently acquired in the same lands, and which property rights "Owner" shall retain
so long as "Owner" (or "Owner's" successors or assigns) continues such use and oc-
cupancy and does not abandon, and thereby release, such property interest to"Depart-
ment" through facility removal in making said adjustments or by subsequent facility
removal for "Owner's" convenience; and the "Department" hereby agrees that "Owner",
by granting said right and by said continued joint use and occupancy, does not waive
any future claim for reimbursement for adjustment cost as may be eligible for reim-
bursement by reason of such prior property interest, nor does "Owner" waive any
other legal or property right held under the Law or Constitution of the State or
the United States
3. In the event that future construction, reconstruction, expansion, reloca-
tion, rehabilitation, betterment, maintenance, or other work on the facilities owned
and operated by either the "Department or the "Owner" in the area jointly occupied
or used under either or both the above provisions of this agreement will disturb,
detrimentally affect, interfere, or be inconvenient to the facilities or responsibi-
lities of either party, the parties hereto shall reach agreement in writing as to
locations, extent, and methods of such work before the work is undertaken. Ina case
of emergency, and where immediate action is necessary for the protection of the pub-
lic and to minimize damage to or loss of investment in the property of the "Depart-
ment" or the "Owner", either party hereto may, at its own responsibility and risk,
make any necessary emergency repairs, and shall notify the other party hereto of
such action as soon as practicable.
Arta IirUC/RA -_
1.'. 4-10-80
•
•
•
4. "Department" shall furnish "Owner" a written work authorization to proceed
with approved utility adjustments not less than 30 days before starting work on the
project, and said authorization shall designate the name and location of the Engi-
neer in charge of the project and incorporate this agreement by reference.
5. "Department's" Engineer shall schedule and furnish written notice of the
time and place for a pre -construction conference of representatives of (a) utilities
affected by the highway project, (b) the highway contractor, and (c) the Engineer
in charge of the project for the purpose of coordinating the proposed work of each
respective party so that each may know the requirements of the other, and "Owner"
shall cause a representative with authority to act for "Owner" in scheduling and
supervising "Owner's" work to attend said conference.
6. "Owner" shall notify "Department's" designated Engineer, at least three
days in advance of the date work is to be started, and shall keep the Engineer
informed of progress and activity related to the work being performed, and shall
furnish notice when the work is completed.
7. "Owner" shall perform the work with "Owner's" forces and/or with contract
forces in the manner as set forth in the attached and approved estimate of cost or
as set out in an approved supplement or modification of this agreement. The work
shall be performed with "Owner's" forces unless it is stated in the attached state-
ment of work or a subsequent change request that "Owner" is not adequately staffed
or equipped to perform the work with its own forces at the time the relocation work
is required, in which case, the work shall be performed with contract forces in
accordance with the requirements of PPM30-4 as approved by the "Department" and .
determined to be in the best interest of the project. "Owner" shall maintain adequate
records and accounts on the contracts let and work performed by contract forces to be
in position at the actual cost billing stage to support all charges incurred in
connection therewith. Any subsequent major change in the plan or scope of work, the
method of performing the work, or in the quantities of major items of materials to
be installed or removed, shall have prior approval of the "Department" before any
such change is initiated if any additional costs of such changes are to be eligible
for reimbursement.
8. "Owner" hereby certifies, and "Department" concurs therein, that "Owner"
possesses a real property interest in the locations of its existing facilities on
which reimbursement for the functional replacement of all or a pro rata part there-
of is to be paid by the "Department" as hereinafter set forth, and the damaging of
taking of such real property interest by reason of the required adjustment is com-
pensable in eminent domain. "Owner" further certifies to holding the right of
occupancy in the locations of the existing facilities indicated on the attached
plans or sketches as being reimbursable by reason of "Owner's" holding a legally
acquired right of way or easement interest, and that such easement or property
right antedates any rights held by "Department" in the utility locations on which
reimbursement for adjustment or construction cost is to be paid hereunder.
9. "Owner" and "Department" have determined that a credit for expired service
life of the existing facility being replaced) / is not due the project as set out
in the estimate of cost. If a credit for expired service life is not required,
the determination thereof is for the reason or reasons checked as follows:
H-UC/RA
f0 -Sb
•
• _5-
(A) The existing facility
facility being constructed.
x (8) The replaced facility
the highway project.
X (C) The replaced
line or lines less than one
is
being
involves
adjusted
only a
without
a replacement
line crossing or
crossings of
facility involves only a segment or segments of utility
mile in length, and which are without betterments except
as required by the project, and without increasing the functional capacity or capa-
bilities of the facility.
_ (D) The replacement facility will not remain in useful
than the existing facility would have remained in service had the
been made, and the reasons therefor are set out by explanation in
approved estimate of cost.
10. "Department" finds and agrees that the utility adjustment and/or construc-
tion provided for hereunder is 100% eligible for reimbursement
to "Owner" for the actual cost, less applicable credits (including but not limited
in an audit to those credit items as set out in the attached estimate of cost), and
which net actual cost (or representative net actual cost if payment to be "lump sum")
is estimated in the amount of $ 136,008.67 of which $ 136,008.67 is
estimated to be the eligible reimbursable amount (to be paid by the "Department" and
$ -0- is the estimated nonreimbursable amount (the proportionate share
of the cost to be borne by "Owner"); and the basis for such cost proration or al-
location between "Owner" and "Department" to be followed in billing and payment
stages is as set out in the attached summary and allocation of estimated costs.
11. "Owner" shall accept as full reimbursement for work hereunder the amount
developed or accumulated as eligible actual and related indirect costs in accord-
ance with the following designated account procedure:
service longer
replacement not
the attached and
A.
B.
C
_ A Work Order System prescribed by the anplicable Regulatory Agency.
X A system developed and used by "Owner" and accepted by the "Department".
The estimated lump sum reimbursable amount (not over $10,000) as a
firm commitment agreed as representative of the actual and reasonable
total reimbursable costs for all required adjustment work.
"Owner" further agrees to retain said cost records and accounts for inspection and
audit for a period of not less than three (3) years from the date of final payment.
12. "Owner" shall not begin the adjustment work until authorized by the
"Department", and shall exercise due diligence to begin the work within 30
days and to complete such work within 60 days thereafter and in a
manner as will result in no avoidable interference or delay to the "Department's"
construction work or in the adjustment of "Owner's" facilities.
13. "Owner" shall be responsible for any and all hazards to persons, property,.
and traffic, and shall save the "Department" harmless in all respects from any and
all losses, damages, or injuries caused by any negligent act or omission by "Owner's"
employees or agent performing work under this Agreement or future maintenance or
servicing work on facilities constructed under this Agreement; and "Owner" shall,in
completing said work, perform clean up and restoration of appearances of the work
area, including disposal of surplus materials and debris, so as not to leave the
work area in an unsafe or unsightly condition.
1i
N-UC/RA' '
4-10-80
•
14. Unless reimbursement is to be according to lump sum procedure (11.C),
"Owner" shall collect and hold in reserve all unreusable material which is not to
be returned to stock and is to be credited to the job at less than the salvage value
of reusable materials for inspection by the "Department's" designated Engineer.
Failure to furnish written notice_to said Engineer of the time and place for in-
spection of such material shall make "Owner" accountable for the reusable salvage
value of all material disposed of without notice. Credit shall be given for the re-
usable salvage value of all removed material returned to reusable materials stores.
15. If requested by "Owner" in writing, "Department" shall make intermediate
progress payments of ninety percent (90%) of eligible billed costs for utility
work hereunder, at no more than monthly intervals, upon receipt of certified state-
ments in four (4) copies for periodic unpaid costs, provided the intermediate billed
amount is $5,000.00 or more (except that no intermediate payments shall be made on
"Lump Sum" Agreements). No such intermediate payment shall be construed as final
settlement for any item included in any intermediate billing.
16. "Owner" shall, upon complet,ion'of the adjustment and acceptance by the
"Department", submit to "Department" a complete and final bill with supporting
detail in four (4) copies covering all billed amounts, including intermediate
billing, (except that no detail is required under a "Lump Sum" Agreement). Such
final billing shall be certified correct by "Owner" and shall cover the total cost
and applicable credits for the adjustment of "Owner's" facilities; and "Owner"
shall submit two (2) sets of "as -built" plans representing the adjustment as com-
pleted by "Owner" for acceptance by "Department" upon being certified correct by
"Department's" Engineer.
17. The "Department", upon receiving from "Owner" the final billing documents
complete as listed next above, shall reimburse "Owner" for the eligible actual cost,
less all applicable credits and prior Payments, if any, for making the adjustments
in "Owner's" facilities as agreed herein; and in reimbursing "Owner", the "Department"
shall make initial or semi-final paymeht to "Owner" for the work in the amount of
ninety percent (90%) of the eligible reimbursable amount billed. The retained
eligible amount (final settlement) shall be paid "Owner" (allowing time for normal
processing) after audit of "Owner's" cost records and accounts. "Owner" agrees to
refund any and all amounts paid in initial or partial payments found in the audit
to exceed the total amount eligible for reimbursement for work hereunder. Total
reimbursement to the "Owner" shall not exceed the total amount found eligible for
reimbursement as reflected by an audit (performed by the "Department" or the
Federal Highway Administration Pursuant to PPM30-4, as supplemented) of the cost
records and accounts of the "Owner" applicable to subject project, except that if
the lump sum payment procedure (11.C) is indicated herein then initial and final
payment shall be made for one hundred percent (100%) of such agreed lump sum with-
out site audit and without intermediate progress payments; and final payment of
said total eligible amount shall satisfy and discharge the "Department's" reimburse-
ment obligations hereunder.
18.' It is mutually agreed by the parties hereto that the Provisions of this
Agreement pertaining to relative property rights, right of way occupancy Permission,
access for servicing when applicable, and joint use of rights of way shall continue
in full force and effect from the date of execution, and shall be perpetually
binding upon each party's legal representatives, successors or assigns.
H-UC/7p
Rev.-. #-T 22-77
•
1a
•
-7-
19. Notwithstanding anything hereinbefore written, neither the "Owner" nor
the "Department" by execution of this Agreement waives or relinquishes any rights
which either may legally have within the limits of the Law or Constitution, either
State or Federal.
IN WITNESS WHEREOF: The parties hereto have caused this instrument to be
executed in triplicate by their duly authorized representatives the date first herein
above written.
CITY OF'FAYETTEVILLE(SEWER)
CITY CLERK
Title
ARKANSAS STATE HIGHWAY COMMISSION
Acting By and Through The
ARKANSAS STATE
HIGHWAY AND TRANSPORTATION DEPARTMENT
43 1< ..�_,,,
(fDirector of Highways and Transportation
/
hief- •-
f ay Division
Chief -Utilities Section
Right of Way Division
a mil
f
If
li
•
SUMMARY OF ESTIMATED COST
Contract Work
Construction Engineering
Health Dept. Review Fee
Right of Way Cost
TOTAL ESTIMATED COST
(100 Reimbursable)
$ 112,196.00
17,882.67
250.00
5,680.00
$ 136,008.67
•
e
,tr}
O. T. WILLIAMS, JR.
L. CARL YATES
MCGOODWIN, WILLIAMS AND YATES, INC.
CONSULTING ENGINEERS
FAYETTEVILLE. ARKANSAS
June 15, 1981
•
'Re. Relbcation and Adjustment
of'Sewer Facilities
;,V;J;,Fay,etteville, Arkansas
Plans'No. Fy-84
Arkansas Highway Commission Job No. 4834
Mr. Arthur T. Watt, Chief
Utilities Section
Right of Way Division
Arkansas State Highway and
Transportation Department
Post Office Box 2261
Little Rock, Arkansas 72203
Attention: Mr. Jim Moody
a
i'Dear-Mr. Watt:
re la
1
1 1
909 ROLLING HILLS DRIVE
FAYETTEVILLE, ARK. 72701
TELEPHONE 443-3404
Route To/
j2Clnel_6
• Ail Pet sonnet
Date Initi.Is
,ral It
Rcsted
In;accordance with your request, we are transmitting six
additional sets of plans and specifications for the above
referenced project. We are also including an advanced copy
of the Contract for Engineering Services. We will transmit
executed copies to your office as soon as they are available.
l;
The estimated project costs are as follows:
Estimated Construction Cost.
Construction Engineering .t
State Department of Health
Review Fee
Estimated Right of Way Costs
Total Estimated Cost
$112,200
17,882
250
5,680
$136,012
We transmitted plans and specifications to the Arkansas
Department of Health on June 8 for their review and approval.
If we can furnish any additional information, please let
us know.
Cordially yours,
JET:sc
Enclosures
cc:•Mr. Don Bunn
yl
°I' Y.
g
e E. Tarvin, P.E.
ARMSOFS gmT€ mown
AND TRANSPORTATION DOPA
RECFIvrn
JUN 161981
DTII Wis SICTJON
4into 111 rem? DW181DN
•
CONTRACT KB ENGINEERING SERVICES
Relative to Reconstruction of Highway 71
Highway 71 Bypass to Highway 68
Arkansas Highway Department Job No. 4834
•
THIS AGREEMENT, made, entered into and executed the 7 day of
, 1981, by and between McGoodwin, Williams and
Yates, Inc., (hereinafter called the Engineer) and the City of Fayetteville,
Arkansas (hereinafter called the Owner),
WITNESSETH THAT:
WHEREAS, the Owner owns and operates the Sewerage Collection System in
the City of Fayetteville, Arkansas; and
WHEREAS, the Engineer has executed an engineering contract for preliminary
engineering services to be rendered relative to utility adjustments required
by the above project; and
WIImAS, the Engineer has sufficient experienced personnel and equipment
required to provide construction engineering services further described in
this agreement;'
NOW THEREFORE, RF IT RESOLVED THAT, in consideration of the covenants
and agreements hereinafter to be performed by the parties hereto and the
payments hereinafter agreed to be made, it is mutually agreed as follows:
SECTION I. GENERAL
The Arkansas State Highway Camnission plans to relocate U. S. Highway 71
from the Highway 71 Bypass in Fayetteville, extending north to Elm Springs
Road in Springdale. This work would require construction of a new inter-
change on Highway 71 Bypass in Fhyetteville between Highway 112 and Johnson
Road.
•
•
•
-2-
In order for the construction of this interchange to be accomplished,
it has been determined that it will be necessary to relocate or otherwise
adjust sanitary sewerage facilities within the limits of the proposed
construction area. The relocation of the sewerage facilities will require
professional engineering services. Therefore, the Engineer is designated
by the Omer and is hereby authorized to provide construction engineering
services, including field layout, inspection, construction administration,
and preparation of "Plans of Record."
SECTION II. CONSTRUCTION ENGINEERING
The Engineer agrees to provide construction engineering services including
construction surveys, resident inspection during the time actual construction
is in progress, preparation of partial and final payment estimates, preparation
of Plans of Record, and other iters of work as needed to coordinate the work
between the Owner and the contractor. The fee to be paid the Engineer for
construction engineering services shall be based on reimbursement of the
Engineer's cost, at the rates set out below, plus a lump sum profit.
The Engineer agrees to provide the necessary personnel required to furnish
construction engineering services at the following hourly rates plus 29 percent
for payroll expenses and 86 percent of total payroll costs for general overhead
expense:
4 -Man Survey Crew $23 60
Engineer 15.00
Technician/Inspector . . 9.50
Draftsman 8.50
Stenographer 8.50
The Engineer agrees to a lump sum profit of $2,300.00 on this portion of
the project and agrees to perform all construction engineering services for a
maximum fee, including profit, not to exceed $17,882.67. The maximum total
•
estimated
-3-
fee of $17,882.67 was calculated as follows.
Survey Crew (24 Hours @ $23.60)
Engineer (64 Hours @ $15.00)
Technician/Inspector (480 Hours @ $9.50) .
Stenographer (40 Hours @ 44.50)
Draftsman (8 Hours @ $8.50)
Subtotal
$ 566.40
960.00
4,560.00
340.00
68.00
Payroll Expenses (29%)
Subtotal - Payroll Costs
General Overhead (86%)
Lump Sun Fee
The Engineer agrees
Total
•
$ 6,494.40
1,883.38
$ 8,377.78
7,204.89
2,300.00
$17,882.67
to keep accurate records of the hours of the various
persons working at providing construction engineering services and to make
available to the Owner supporting documentation of the time required.
Any additional construction engineering services required which are
related to this project and outside the scope of this contract and authorized
in writing by the Owner will be done by the Engineer for reimbursement on the
basis of actual time:required, using the rates set out above, plus a profit
of 15 percent.
SECTION III. PAYMENT OF ENGINEERING FEES
The Owner agrees to make payment to the Engineer in accordance with the
rates set out in Section II. Payment shall be rade on a monthly basis; however,
the total of all payments, including profit, shall not exceed $17,882.67.
This Agreement is subject to the review and approval of the Arkansas State
•
T
•
•
•
EXHIBIT A
•
The following is an estimate of the cost to construct the sanitary
sewer line adjustments in the vicinity of the proposed interchange located
on Highway 71 Bypass between Highway 112 and Johnson Road required by the
relocation of U. S. Highway 71 between the Highway 71 Bypass in Fayetteville
and extending north to Elm Springs Road in Springdale. This project is
identified as Arkancas Highway Department Job No. 4834. The sewer line
adjustments require the construction of approximately 2,662 linear feet of
15 inch,sewer line, along with manholes and
out in the estimate below.
Estimated Construction Cost.
2,662 L.F.
45 L.F.
300 L.F.
400 L.F.
295 L.F.
230 L.F.
310 L.F.
555 L.F.
8 Each
53 L.F.
2,662 L.F.
100 L.F.
300 C.Y.
20 C.Y.
other miscellaneous
15" VCP Sewer, 0-6' in depth @ $20.00
Extra Depth Trench, 6-8' @ $3.25
Extra Depth Trench, 8-10' @ $5.00
Extra Depth Trench, 10-12' @ $8.30
Extra Depth Trench, 12-14' @ $11.75
Extra Depth Trench, 14-16' @ $16.60 .
Extra Depth Trench, 16-18' @ $22.75
Extra Depth Trench, over 18' @ $27.00 . .
Standard Manholes @ $550.00
Extra Depth Manholes, over 6' @ $75.00
SB -2 Crushed Stone Bedding @ $1.50
Special Pipe Cbver @ $2.00
Rock Excavation @ $35 00
Class B Concrete Encasement @ $80.00 .
Total Estimated Construction Cost
•
items as set
$ 53,240.00
146.25
1,500.00
3,320 00
3,466.25
3,818.00
7,052.50
14,985.00
4,400.00
3,975.00
3,993.00
200.00
10,500.00
1,600.00
$112,196.00
C_V. -0Q .
ARKANSAS STATE HIGH AY AND TPANSPORTATION DEPARTMENT
•
Utility Fayetteville sewer Job 1534 (Utilities)
Consultant McGoodwin, Williams and ARK FFD -075-1(2)
Yates, Inc., Fayetteville, AR. Highway 71 - Highway 68
(Highway 71 Relocation)
Route 71 Section
Washington County
CERTIFICATION OF CONSULTANT.
I hereby certify that I am the
President
and duly authorized
representative of the firm of McGoodwin, Williams and Yates, Inc.whose address
is 909 Rolling Hills Drive, Fayetteville, Arkansas 72701 , and
That, except as expressly stated and described herein, neither I nor the fire
of McGoodwin, Williams and Yates, Inc. has, in connection with its
contract for construction engineering services with the City of Fayetteville,
Arkansas entered into pursuant to provisions of anagreement
between the aforementioned utility owner and the Arkansas State Highway and
Transportation Department as a part of Federal Aid Project FFD -075-1(2)
(a) employed or retained for a commission, percentage, brokerage, contingent
fee, or other consideration, any firm, comoany, or person, other than a bona fide
employee working solely for me or the aforementioned consulting firm, to solicit
or secure the contract, or
(b) agreed, as an expressed or implied condition for obtaining the award of
the contract, to employ or retain the services of any firm, company, or'perscn in
connection with the carrying out of the contract, or
(c) paid, or agreed to pay, to any firm, company, organization, or person,
other than a bona fide employee working solely for me or the aforementioned
consulting firm, any fee, contribution, donation, or consideration of any kind for,
or in connection with, procuring or carrying out the contract.
(Statement and explanation of exception, if any) :
I acknowledge that this certificate is to be furnished to the State Highway
and Transcortation Department and the Federal Highway Administration, in connection
with the aforementioned project involving participation of Federal -aid highway
funds, and is subject to applicable state and Federal laws, both criminal and civil.
(Date)
(Signature)
L. Carl Yates
Rev. 5/2/724
APPENDIX "A"
During the performance of this contract, the contractor, for itself, its assignees and
successors ininterest (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.
(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 Eauioment:
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 the contractor'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 permitaccess 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 Noncomnliance: 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) Iccorooration of Provisions: The contractor will include the provisions of paragraph
(1) Ehfough (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 become's 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, ani, in addition, the contractor may request the United Stites
to enter into such litigation to protect the interests of the United States.