HomeMy WebLinkAbout17-90 RESOLUTION+ 1 ,
RESOLUTION NO. »_yo
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE AN OPEN END CONTRACT WITH
.MCCLELLAND ENGINEERS, MCGOODWIN ENGINEERS AND
MILHOLLAND ENGINEERS FOR SEWER, WATER AND
STREET PROJECTS.
•
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby
authorized and directed to execute an open end contract with
McClelland Engineers, McGoodwin Engineers and Milholland Engineers
for sewer, water and street projects when timing is an important
factor, when the .lob is relatively small, or in any siutation when
it is considered in the best interest of the City of utilize the
contract. A copy of the contract authorized for execution hereby
is attached hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 6th day cf February
ATTEST:
By City �eric
APPROVED:
BY:
;940.
1
•
r
r
INDEFINITE DELIVERY
AGREEMENT TO FURNISH SEWER SYSTEM ENGINEERING
SERVICES TO THE CITY OF FAYETTEVILLE, ARKANSAS
BASIC AGREEMENT
4
This Agreement made this 6th day of February , between the
firm of McClelland Engineers , hereinafter referred to as the
ENGINEER, and the City of Fayetteville, Arkansas, hereinafter
referred to as the OWNER, wherein the ENGINEER agrees to provide
certain engineering services as defined in Article 1 and for the
consideration defined in Article 2, in conformance with the
schedule set forth in Article 3 herein.
ARTICLE 1
The OWNER has selected the ENGINEER to provide certain Sewer
System Engineering services to the OWNER for a period of one (1)
calendar year from the Board Approval date of this Agreement. These
services, when requested by the OWNER, shall be described in
specific TASK ORDERS which will describe the specific project
involved and will become a part of this AGREEMENT after execution
by both parties.
The services provided by the ENGINEER are anticipated to
include but not be limited to the development of designs, plans,
drawings, cost estimates, specifications, bid solicitation, and
construction observation/administration as required to execute
repair, construction, and general rehabilitative sewer projects.
The services may also include fact-finding studies, surveys,
investigations, preparation of easement documents, and the economic
analysis in support of design activities.
ARTICLE 2
The compensation for services to be provided will be
determined under each TASK ORDER, based upon a negotiated scope of
work using an Hourly Rate Schedule developed for each TASK ORDER.
This Contract will have a maximum monetary limit of $250,000
against which individual written TASK ORDERS may be written. The
monetary limit on each TASK ORDER shall be $35,000.
ARTICLE 3
The ENGINEER shall provide said services in conformance with
a time schedule which shall be set forth in each TASK ORDER, as
applicable.
•
41
ARTICLE 4
Payments to the ENGINEER for services provided as generally
described in Article 1 is to be made within 30 days after date of
billing. The amount due will be for services rendered during the
previous month unless prescribed differently in the TASK ORDER.
ARTICLE 5
It is further mutually agreed by the parties hereto:
5.1 That, the OWNER will designate a refresentative to direct
and coordinate the ENGINEER's efforts who will be the only source
of instructions to the ENGINEER and who shall have the authority
to interpret the OWNER's policy as necessary to maintain the
ENGINEER's work schedule, administer the Agreement, and certify
the ENGINEER's payment request.
5.2 That, the OWNER shall make available to the ENGINEER all
technical data in the OWNER's possession, including maps, surveys,
borings, and other information required by the ENGINEER and
relating to his work.
5.3 That, the estimates of cost for the Projects provided for
herein are to be prepared by the ENGINEER through exercise of his
experience and judgement in applying presently available cost data,
but it is recognized that the ENGINEER has no control over cost of
labor and materials conditions, so he can not warrant that the
project construction costs will not vary from his cost estimates.
5.4 That, the ENGINEER's Overhead is defined as a percentage
of wages or salaries of employees working and premiums measured by
or applicable at the time of performance to such wages or salaries,
such as, but not limited to, Worker's Compensation Insurance,
Social Security, State and Federal unemployment insurance, medical -
hospital insurance, salary continuation insurance, pension plan
costs, and pro rata allowances for vacation, sick pay, and holiday
pay. Direct Labor plus Overhead is defined as Payroll Cost.
5.5 That, the ENGINEER's Direct Expenses are defined as the
costs incurred on or directly for the Project, other than the
Salary and General Overhead Costs (as defined hereinbefore). Such
direct expenses shall be computed on the basis of actual purchase
price for items obtained from commercial sources and on the basis
of usual commercial charges for items provided by the ENGINEER.
Direct expenses shall not include transportation costs except when
it becomes necessary to travel outside of the Northwest Arkansas
area.
5.6 That, in soils investigation work and in determining
subsurface conditions for the Project, the characteristics may vary
greatly between successive test points, and sample intervals. The
ENGINEER will perform this work in accordance with generally
•
r
4
1
accepted soils engineering practices and makes no other warranties,
expressed or implied, as to the professional advice provided under
the terms of this Agreement.
5.7 That, the ENGINEER shall maintain a level of competency
presently maintained by other practicing professional engineers in
the same type of work in the middle southwestern United States, for
the professional and technical soundness and accuracy of all
designs, drawings, specifications, and other work and materials
furnished under this Agreement.
5.8 Either party may terminate this Agreement any time by a
notice in writing to the other party. If the Agreement is
terminated as provided herein, the ENGINEER will be paid for
services actually performed; the amount of said payment shall bear
the same ratio to the total compensation specified in the executed
task orders as the services actually performed bear to the total
services of the ENGINEER covered by the executed task orders, less
payments of compensation previously made.
5.9 The OWNER may, from time to time, request changes in the
scope of the services of the ENGINEER to be performed hereunder.
Such changes, including any increase or decrease in the amount of
the ENGINEER's compensation, which are mutually agreed upon by and
between the OWNER and the ENGINEER, shall be incorporated in
written amendments to this Agreement.
5.10 That, the OWNER, shall pay for all costs of publishing
advertisements for bids and for obtaining permits and licenses that
may be required by local, State, or Federal authorities and shall
secure the necessary land, easements and rights-of-way as described
by the ENGINEER.
5.11 That, all claims, counter -claims, disputes and other
matters in question between the OWNER and the ENGINEER arising out
of or relating to this Agreement or in the breach thereof, will be
decided by arbitration only if both parties hereto specifically
agree to the use of arbitration in regard to the individual matter
in dispute.
5.12
requiring
testimony
by third
omissions
That, in the event of any legal or other controversy
the services of the ENGINEER in providing expert
in connection with the Project, except suits or claims
parties against the OWNER arising out of errors or
of the ENGINEER, the OWNER shall pay the ENGINEER for
services rendered in regard to such legal or other controversy, on
a basis to be negotiated.
5.13 That, visits to the construction site and observations
made by the ENGINEER as part of his services shall not relieve the
construction contractor(s) of his obligation to conduct
comprehensive inspections of the work sufficient to ensure
conformance with the intent of the Contract Documents, and shall
not relieve the construction contractor(s) of his full
•
r
responsibility for all construction means, methods, techniques,
sequences, and procedures necessary for coordinating and completing
all portions of the work under the construction contract(s) and for
all safety precautions needed to execute construction and
inspection.
5.14 That, the ENGINEER shall provide on-site observation
personnel and will make reasonable efforts to guard the OWNER
against defects and deficiencies in the work of the contractor(s)
and to help determine if the construction contract has been
fulfilled.
Their day-to-day observation will not, however, cause the
ENGINEER to be responsible for those duties and responsibilities
which belong to the construction contractor(s) and which include,
but are not limited to, full responsibility for the techniques and
sequences of construction and the safety precautions incidental
thereto, and for performing the construction work in accordance
with the Contract Documents.
5.15 That, the ENGINEER has the right to subcontract services;
however, the OWNER has the right to reject Subcontractors who
perform work on the project in excess of $5,000.
5.16 All documents including drawings, specifications,
estimates, field notes and other data pertaining to the work or to
the project shall become the property of the OWNER. The OWNER
shall not be restricted in the subsequent use of the design, design
documents or ideas incorporated in the work. However, the ENGINEER
shall bear no responsibility for such reuse of the design unless
specifically agreed to in writing.
5.17 That, this Agreement is to be binding on the heirs,
successors, and assigns of the parties hereto and is not to be
assigned by either party without first obtaining the written
consent of the other.
5.18 The ENGINEER shall not construe this Agreement to be an
exclusive contract with the OWNER for any particular type of
Engineering Services. The City shall retain the right to use other
Engineering Firms for the type of work mentioned in this Contract
if, in the opinion of the City, it is in the OWNER's best interest
to do so.
•
•
•
•
•
•
t
ARTICLE 6
IN WITNESS WHEREOF, the parties hereto each herewith subscribe
the same in triplicate:
FOR THE CITY OF FFA%YETTEVILLE, ARKANSAS
BY: G/GL.�e es0712?'G�rrL/
(Name)
ATTEST:
�iG22� C/ Sown ct,/
( ' 1
•
•
INDEFINITE DELIVERY
AGREEMENT TO FURNISH STREET AND STORM SEWER SYSTEM
ENGINEERING SERVICES TO THE CITY OF FAYETTEVILLE, ARKANSAS
BASIC AGREEMENT
This Agreement made this 6rh day of February , between the
firm of Milholland Engineering , hereinafter referred to as the
ENGINEER, and the City of Fayetteville, Arkansas, hereinafter
referred to as the OWNER, wherein the ENGINEER agrees to provide
certain engineering services as defined in Article 1 and for the
consideration defined in Article 2, in conformance with the
schedule set forth in Article 3 herein.
ARTICLE 1
The OWNER has selected the ENGINEER to provide certain Street
and Drainage Engineering services to the OWNER for a period of one
(1) year from the Board Approval date of this Agreement. These
services, when requested by the OWNER, shall be described in
specific TASK ORDERS which will describe the specific project
involved and will become a part of this AGREEMENT after execution
by both parties.
The services provided by the ENGINEER are anticipated to
include but not be limited to the development of designs, plans,
drawings, cost estimates, specifications, bid solicitation, and
construction observation/administration as required to execute
repair, construction, and general street projects. The services may
also include fact-finding studies, surveys, investigations,
preparation of easement documents, and the economic analysis in
support of design activities.
ARTICLE 2
The compensation for services to be provided will be
determined under each TASK ORDER, based upon a negotiated scope of
work using an Hourly Rate Schedule developed for each TASK ORDER.
This Contract will have a maximum monetary limit of $100,000
against which individual written TASK ORDERS may be written. The
monetary limit on each TASK ORDER shall be $25,000.
ARTICLE 3
The ENGINEER shall provide said. services in conformance with
a time schedule which shall be set forth in each TASK ORDER, as
applicable.
•
•
ARTICLE 4
Payments to the ENGINEER for services provided as generally
described in Article 1 is to be made within 30 days after date of
billing. The amount due will be for services rendered during the
previous month unless prescribed differently in the TASK ORDER.
ARTICLE 5
It is further mutually agreed by the parties hereto:
5.1 That, the OWNER will designate a representative to direct
and coordinate the ENGINEER's efforts who will be the only source
of instructions to the ENGINEER and who shall have the authority
to interpret the OWNER's policy as necessary to maintain the
ENGINEER's work schedule, administer the Agreement, and certify
the ENGINEER's payment request.
5.2 That, the OWNER shall make available to the ENGINEER all
technical data in the OWNER's possession, including maps, surveys,
borings, and other information required by the ENGINEER and
relating to his work.
5.3 That, the estimates of cost for the Projects provided for
herein are to be prepared by the ENGINEER through exercise of his
experience and judgement in applying presently available cost data,
but it is recognized that the ENGINEER has no control over cost of
labor and materials conditions, so he can not warrant that the
project construction costs will not vary from his cost estimates.
5.4 That, the ENGINEER's Overhead is defined as a percentage
of wages or salaries of employees working and premiums measured by
or applicable at the time of performance to such wages or salaries,
such as, but not limited to, Worker's Compensation Insurance,
Social Security, State and Federal unemployment insurance, medical -
hospital insurance, salary continuation insurance, pension plan
costs, and pro rata allowances for vacation, sick pay, and holiday
pay. Direct Labor plus Overhead is defined as Payroll Cost.
5.5 That, the ENGINEER's Direct Expenses are defined as the
costs incurred on or directly for the Project, other than the
Salary and General Overhead Costs (as defined hereinbefore). Such
direct expenses shall be computed on the basis of actual purchase
price for items obtained from commercial sources and on the basis
of usual commercial charges for items provided by the ENGINEER.
Direct expenses shall not include transportation costs except when
it becomes necessary to travel outside of the Northwest Arkansas
area.
5.6 That, in soils investigation work and in determining
subsurface conditions for the Project, the characteristics may vary
greatly between successive test points, and sample intervals. The
ENGINEER will perform this work in accordance with generally
•
• .
•
accepted soils engineering practices and makes no other warranties,
expressed or implied, as to the professional advice provided under
the terms of this Agreement.
5.7 That, the ENGINEER shall maintain a level of competency
presently maintained by other practicing professional engineers in
the same type of work in the middle southwestern United States, for
the professional and technical soundness and accuracy of all
designs, drawings, specifications, and other work and materials
furnished under this Agreement.
5.8 Either party may terminate this Agreement any time by a
notice in writing to the other party. If the Agreement is
terminated as provided herein, the ENGINEER will be paid for
services actually performed; the amount of said payment shall bear
the same ratio to the total compensation specified in the executed
task orders as the services actually performed bear to the total
services of the ENGINEER covered by the executed task orders, less
payments of compensation previously made.
5.9 The OWNER may, from time to time, request changes in the
scope of the services of the ENGINEER to be performed hereunder.
Such changes, including any increase or decrease in the amount of
the ENGINEER's compensation, which are mutually agreed upon by and
between the OWNER and the ENGINEER, shall be incorporated in
written amendments to this Agreement.
5.10 That, the OWNER, shall pay for all costs of publishing
advertisements for bids and for obtaining permits and licenses that
may be required by local, State, or Federal authorities and shall
secure the necessary land, easements and rights-of-way as described
by the ENGINEER.
5.11 That, all claims, counter -claims, disputes and other
matters in question between the OWNER and the ENGINEER arising out
of or relating to this Agreement or in the breach thereof, will be
decided by arbitration only if both parties hereto specifically
agree to the use of arbitration in regard to the individual matter
in dispute.
5.12
requiring
testimony
by third
omissions
That, in the event of any legal or other controversy
the services of the ENGINEER in providing expert
in connection with the Project, except suits or claims
parties against the OWNER arising out of errors or
of the ENGINEER, the OWNER shall pay the ENGINEER for
services rendered in regard to such legal or other controversy, on
a basis to be negotiated.
5.13 That, visits to the construction site and observations
made by the ENGINEER as part of his services shall not relieve the
construction contractor(s) of his obligation to conduct
comprehensive inspections of the work sufficient to ensure
conformance with the intent of the Contract Documents, and shall
not relieve the construction contractor(s) of his full
•
•
•
•
responsibility for all construction means, methods, techniques,
sequences, and procedures necessary for coordinating and completing
all portions of the work under the construction contract(s) and for
all safety precautions needed to execute construction and
inspection.
5.14 That, the ENGINEER shall provide on-site observation
personnel and will make reasonable efforts to guard the OWNER
against defects and deficiencies in the work of the contractor(s)
and to help determine if the construction contract has been
fulfilled.
Their day-to-day observation will not, however, cause the
ENGINEER to be responsible for those duties and responsibilities
which belong to the construction contractor(s) and which include,
but are not limited to, full responsibility for the techniques and
sequences of construction and the safety precautions incidental
thereto, and for performing the construction work in accordance
with the Contract Documents.
5.15 That, the ENGINEER has the right to subcontract services;
however, the OWNER has the right to reject Subcontractors who
perform work on the project in excess of $5,000.
5.16 All documents including drawings, specifications,
estimates, field notes and other data pertaining to the work or to
the project shall become the property of the OWNER. The OWNER
shall not be restricted in the subsequent use of the design, design
documents or ideas incorporated in the work. However, the ENGINEER
shall bear no responsibility for such reuse of the design unless
specifically agreed to in writing.
5.17 That, this Agreement is to be binding on the heirs,
successors, and assigns of the parties hereto and is not to be
assigned by either party without first obtaining the written
consent of the other.
5.18 The ENGINEER shall not construe this Agreement to be an
exclusive contract with the OWNER for any particular type of
Engineering Services. The City shall retain the right to use other
Engineering Firms for the type of work mentioned in this Contract
if, in the opinion of the City, it is in the OWNER's best interest
to do so.
•
•
•
Ito
•
ARTICLE 6
•
•
IN WITNESS WHEREOF, the parties hereto each herewith subscribe
the same in triplicate:
FOR THE CIT( OF FAYETTEVILLE, ARKANSAS
BY:
ATTEST:
ATTEST:
idigr
•
•
•
•
..
•
•
INDEFINITE DELIVERY
AGREEMENT TO FURNISH WATER SYSTEM ENGINEERING
SERVICES TO THE CITY OF FAYETTEVILLE, ARKANSAS
BASIC AGREEMENT
•
This Agreement made this F, -h day of February , between the
firm of McGoodwin, Williams, and Yates , hereinafter referred to
as the ENGINEER, and the City of Fayetteville, Arkansas,
hereinafter referred to as the OWNER, wherein the ENGINEER agrees
to provide certain engineering services as defined in Article 1 and
for the consideration defined in Article 2, in conformance with the
schedule set forth in Article 3 herein.
ARTICLE 1
The OWNER has selected the ENGINEER to provide certain Water
System Engineering services to the OWNER for a period of one (1)
calendar year from the Board Approval date of this Agreement. These
services, when requested by the OWNER, shall be described in
specific TASK ORDERS which will describe the specific project
involved and will become a part of this AGREEMENT after execution
by both parties.
The services provided by the ENGINEER are anticipated to
include but not be limited to the development of designs, plans,
drawings, cost estimates, specifications, bid solicitation, and
construction observation/administration as required to execute
repair, construction, and general water projects. The services may
also include fact-finding studies, surveys, investigations,
easement preparation, and the economic analysis in support of
design activities.
ARTICLE 2
The compensation for services to be provided will be
determined under each TASK ORDER, based upon a negotiated scope of
work using the Hourly Rate Schedule attached as Exhibit A to this
Basic Agreement. This Contract will have a maximum monetary limit
of $250,000 against which individual written TASK ORDERS may be
written. The monetary limit on each TASK ORDER shall be $35,000.
ARTICLE 3
The ENGINEER shall provide said services in conformance with
a time schedule which shall be set forth in each TASK ORDER, as
applicable.
•
•
•
•
ARTICLE 4
Payments to the ENGINEER for services provided as generally
described in Article 1 is to be made within 30 days after date of
billing. The amount due will be for services rendered during the
previous month unless prescribed differently in the TASK ORDER.
ARTICLE 5
It is further mutually agreed by the parties hereto:
5.1 That, the OWNER will designate a representative to direct
and coordinate the ENGINEER's efforts who will be the only source
of instructions to the ENGINEER and who shall have the authority
to interpret the OWNER's policy as necessary to maintain the
ENGINEER's work schedule, administer the Agreement, and certify
the ENGINEER's payment request.
5.2 That, the OWNER shall make available to the ENGINEER all
technical data in the OWNER's possession, including maps, surveys,
borings, and other information required by the ENGINEER and
relating to his work.
5.3 That, the estimates of cost for the Projects provided for
herein are to be prepared by the ENGINEER through exercise of his
experience and judgement in applying presently available cost data,
but it is recognized that the ENGINEER has no control over cost of
labor and materials conditions, so he can not warrant that the
project construction costs will not vary from his cost estimates.
5.4 That, the ENGINEER's Overhead is defined as a percentage
of wages or salaries of employees working and premiums measured by
or applicable at the time of performance to such wages or salaries,
such as, but not limited to, Worker's Compensation Insurance,
Social Security, State and Federal unemployment insurance, medical -
hospital insurance, salary continuation insurance, pension plan
costs, and pro rata allowances for vacation, sick pay, and holiday
pay. Direct Labor plus Overhead is defined as Payroll Cost.
5.5 That, the ENGINEER's Direct Expenses are defined as the
costs incurred on or directly for the Project, other than the
Salary and General Overhead Costs (as defined hereinbefore). Such
direct expenses shall be computed on the basis of actual purchase
price for items obtained from commercial sources and on the basis
of usual commercial charges for items provided by the ENGINEER.
Direct expenses shall not include transportation costs except when
it becomes necessary to travel outside of the Northwest Arkansas
area.
5.6 That, in soils investigation work and in determining
subsurface conditions for the Project, the characteristics may vary
greatly between successive test points, and sample intervals. The
ENGINEER will perform this work in accordance with generally
•
•
•
•
•
•
•
•
•
•
•
1
accepted soils engineering practices and makes no other warranties,
expressed or implied, as to the professional advice provided under
the terms of this Agreement.
5.7 That, the ENGINEER shall maintain a level of competency
presently maintained by other practicing professional engineers in
the same type of work in the middle southwestern United States, for
the professional and technical soundness and accuracy of all
designs, drawings, specifications, and other work and materials
furnished under this Agreement.
5.8 Either party may terminate this Agreement any time by a
notice in writing to the other party. If the Agreement is
terminated as provided herein, the ENGINEER will be paid for
services actually performed; the amount of said payment shall bear
the same ratio to the total compensation specified in the executed
task orders as the services actually performed bear to the total
services of the ENGINEER covered by the executed task orders, less
payments of compensation previously made.
5.9 The OWNER may, from time to time, request changes in the
scope of the services of the ENGINEER to be performed hereunder.
Such changes, including any increase or decrease in the amount of
the ENGINEER`s compensation, which are mutually agreed upon by and
between the OWNER and the ENGINEER, shall be incorporated in
written amendments to this Agreement.
5.10 That, the OWNER, shall pay for all costs of publishing
advertisements for bids and for obtaining permits and licenses that
may be required by local, State, or Federal authorities and shall
secure the necessary land, easements and rights-of-way as described
by the ENGINEER.
5.11 That, all claims, counter -claims, disputes and other
matters in question between the OWNER and the ENGINEER arising out
of or relating to this Agreement or in the breach thereof, will be
decided by arbitration only if both parties hereto specifically
agree to the use of arbitration in regard to the individual matter
in dispute.
5.12
requiring
testimony
by third
omissions
That, in the event of any legal or other controversy
the services of the ENGINEER in providing expert
in connection with the Project, except suits or claims
parties against the OWNER arising out of errors or
of the ENGINEER, the OWNER shall pay the ENGINEER for
services rendered in regard to such legal or other controversy, on
a basis to be negotiated.
5.13 That, visits to the construction site and observations
made by the ENGINEER as part of his services shall not relieve the
construction contractor(s) of .his obligation to conduct
comprehensive inspections of the work sufficient to ensure
conformance with the intent of the Contract Documents, and shall
not relieve the construction contractor(s) of his full
•
•
•
•
•
•
•
•
•
•
responsibility for all construction means, methods, techniques,
sequences, and procedures necessary for coordinating and completing
all portions of the work under the construction contract(s) and for
all safety precautions needed to execute construction and
inspection.
5.14 That, the ENGINEER shall provide on-site observation
personnel and will make reasonable efforts to guard the OWNER
against defects and deficiencies in the work of the contractor(s)
and to help determine if the construction contract has been
fulfilled.
Their day-to-day observation will not, however, cause the
ENGINEER to be responsible for those duties and responsibilities
which belong to the construction contractor(s) and which include,
but are not limited to, full responsibility for the techniques and
sequences of construction and the safety precautions incidental
thereto, and for performing the construction work in accordance
with the Contract Documents.
5.15 That, the ENGINEER has the right to subcontract services;
however, the OWNER has the right to reject Subcontractors who
perform work on the project in excess of $5,000.
5.16 All documents including drawings, specifications,
estimates, field notes and other data pertaining to the work or to
the project shall become the property of the OWNER. The OWNER
shall not be restricted in the subsequent use of the design, design
documents or ideas incorporated in the work. However, the ENGINEER
shall bear no responsibility for such reuse of the design unless
specifically agreed to in writing.
5.17 That, this Agreement is to be binding on the heirs,
successors, and assigns of the parties hereto and is not to be
assigned by either party without first obtaining the written
consent of the other.
5.18 The ENGINEER shall not construe this Agreement to be an
exclusive contract with the OWNER for any particular type of
Engineering Services. The City shall retain the right to use other
Engineering Firms for the type of work mentioned in this Contract
if, in the opinion of the City, it is in the OWNER's best interest
to do so.
•
•
•
•
• ..
•
ARTICLE 6
IN WITNESS WHEREOF, the parties hereto each herewith subscribe
the same in triplicate:
FOR THE CITY OF FAYETTEVILLE, ARKANSAS
BY:
(Name)
ATTE
464/1 �ifAi�tmo�
FOR THE EN NEER
ellww
(Name)
BY:
TTEST:
*yet,
(Title(/
`TitT 19/(623. 62.
)
•
•
•
•
•
EXHIBIT A
HOURLY RATE SCHEDULE
Agreement to Furnish Water System Engineering Services
to the City of Fayetteville, Arkansas
Employee Classification Hourly Rate
Engineer IV $100.00
Engineer III 87.00
Engineer II 65.00
Engineer I 50.00
Administrative 55.00
Architect 50.00
Technician III 42.00
Technician II 37.00
Technician I 30.00
Steno/Secretary 38.00
Clerical 24.00
McGoodwin, Williams and Yates, Inc.
Consulting Engineers
Fayetteville, Arkansas
February 1990
7
•
•
•
•
•
TASK ORDER NO. 1
FOR
WATER AND SEWER LINE RELOCATION
Required by Highway 156 Reconstruction
Highway 71 East and North
Arkansas Highway Department Job No. R40059 (Utilities)
Fayetteville, Arkansas
Project No. Fy-196
4
In accordance with the existing "AGREEMENT TO FURNISH WATER SYSTEM
ENGINEERING SERVICES TO THE CITY OF FAYETTEVILLE, ARKANSAS" dated
February 6, 1990, between McGoodwin, Williams and Yates (hereinafter referred to as
the Engineer) and the City of Fayetteville, Arkansas (hereinafter referred to as the
Owner), the Owner desires that the Engineer will provide specific services relating to the
relocation of water and sewer lines with regard to the reconstruction of approximately
two miles of Highway 156, otherwise known as Arkansas Highway Department Job
No. R40059.
The scope of work and compensation for these services are as set out below:
SECTION 1. PRELIMINARY ENGINEERING
The Engineer is designated by the Owner and is hereby authorized to:
A) Make preliminary investigations, preliminary surveys, and establish other
data as is required to make cost estimates and recommendations to the Owner relative
to the work required.
B) Make final surveys, prepare final cost estimates, prepare detailed plans and
•
•
r
•
•
•
•
2
specifications and submit same to the Arkansas Department of Health and the Arkansas
State Highway and Transportation Department for their review and approval.
C) Advise the Owner as to areas of the project where it appears that
construction activity will take place on private property, and therefore will require
preparation of easement legal descriptions and plats for easement acquisition. In some
instances it may be necessary to conduct detailed land surveys to obtain the information
necessary to write the legal descriptions and prepare the plats. In such cases, the
Engineer will advise the Owner of this need, but will not be responsible for performing
any necessary land surveys.
D) Prepare easements and tract plats for easement acquisition.
E) Assist the Owner in the advertisement and receipt of bids, awarding of
construction contracts, preparation of contract documents, and the issuance of the
Notice to Proceed.
SECTION 2. LAND SURVEYS
Under Paragraph C, Section 1, it is set out that the Engineer will advise the
Owner as to locations where, in the Engineer's judgment, land surveys should be
conducted for the purpose of establishing right-of-way and/or preparation of tract plats
needed for easement acquisition. After the Engineer has fulfilled the above described
responsibility, the Owner may elect to direct the Engineer to perform certain land
surveys and to prepare certain tract maps. As directed by the Owner, the Engineer will
perform the following work:
1) Furnish or obtain the services of a "Registered Land Surveyor" as
necessary to provide detailed property surveys.
•
•
7
•
•
•
•
•
•
4
•
3
2) Prepare tract maps as may be required.
SECTION 3. OTHER WORK
Any additional preliminary engineering services required which are outside the
scope of this task order and authorized in writing by the Owner and the Arkansas State
Highway and Transportation Department will be done by the Engineer.
SECTION 4. ITEMS TO BE FURNISHED BY THE OWNER
The Owner agrees to furnish the following:
A) Access to all available maps or other data relative to the portion of the
utility system involved in the project.
B) Right -of -entry from property owners to permit necessary field surveys.
C) Land record research to determine the apparent land owners, descriptions
of the land owners' properties, subdivision plats, and other data that may be required
in order to write any required easement legal descriptions and prepare plats for
easement acquisition.
D) Excavations as needed to determine elevation and/or locations of
underground utilities when same cannot be determined by any other procedure.
E) Pay all plan review costs and all costs of advertising in connection with the
project.
SECTION 5. COMPENSATION - PRELIMINARY ENGINEERING
A) Basis of Fee
The Engineer agrees to provide necessary personnel required to furnish
preliminary engineering services as set out in Section 1 of this task order at the
following established base salary hourly rates, plus 36 percent for payroll expenses and
•
.
•
4
plus 91 percent of total payroll costs for general overhead expenses.
Engineer III ........
$29.15
Engineer II .....................
$21.75
Engineer I .....................
$16.75
Technician III
$14.05
Technician II .....................
$12.40
Technician I .......
$10.00
Clerical .........
$ 8.00
Steno/Secretary .....................
$18.40
The Engineer agrees to keep accurate records of the hours of the various
persons working on the project and to make available to the Owner supporting
documentation of the time required. The rates shall be subject to renegotiation upon
the anniversary date of this task order.
B) Fee
The Owner agrees to pay the Engineer his cost as described above plus
a fixed fee of $2,000.00.
The estimated engineering fee of $15,327.25 was calculated as follows:
Engineer
III
20
hours®
$29.15 =
$ 583.00
Engineer
II
4
hours
@
$21.75 =
87.00
Engineer
I
84
hours
@
$16.75 =
1,407.00
Technician
III
16
hours
@
$14.05 =
224.80
Technician
II
180
hours®
$12.40 =
2,232.00
Technician
I
16
hours
@
$10.00 =
160.00
Clerical
4
hours
®
$ 8.00 =
32.00
Steno/Secretary
22
hours
®
$18.40 =
404.80
Subtotal
=
$ 5,130.60
Payroll Expense (36%) =
1.847.02
Subtotal
Payroll Costs =
$ 6,977.62
General Overhead (91%) = 6,349.63
.•
5
Subtotal = $13,327.25
Professional Fee = 2.000.00
Estimated Engineering Fee $15,327.25
In order to provide a means for compensation for work necessary to
complete the scope of the work required under Section 1 - Preliminary Engineering, but
not included in the above estimate of manhours, the following is added to the Estimated
Engineering Fee to obtain the Maximum Engineering Fee.
Engineer III
4
hours®
$29.15
= $ 116.60
Engineer I
4
hours®
$16.75
= 67.00
Technician III
4
hours®
$14.05
= 56.20
Technician I
8
hours
@
$10.00
= 80.00
Steno/Secretary
4
hours
®
$18.40
= 73.60
Subtotal
$ 393.40
Payroll Expense (36%) = 141.62
Subtotal Payroll Costs = $ 535.02
General Overhead (91%) = 486.87
Subtotal = $ 1,021.89
Estimated Engineering Fee 15,327.25
Maximum Engineering Fee $16,349.14
The Engineer agrees to a maximum fee not to exceed $16,349.14,
including professional fee.
C) Payment
The Owner agrees to make payment on a monthly basis.
SECTION 6. 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 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 actual cost plus a lump
sum profit.
The Engineer agrees to provide the necessary personnel required to furnish
construction engineering services at the hourly rates set out under Section 5 of this task
order plus 36 percent for payroll expenses and 91 percent for general office overhead
expense.
The Engineer agrees to keep accurate records of the hours of the various
persons working on the project and to make available to the Owner supporting
documentation of the time required. The rates shall be subject to renegotiation upon
the anniversary date of this task order.
The Owner agrees to pay the Engineer his cost as described above plus a fixed
fee of $1,700.00.
The estimated engineering fee of $13,005.27 was calculated as follows:
Engineer III
4
hours®
$29.15 =
$ 116.60
Engineer I
40
hours®
$16.75 =
670.00
Technician
III
16
hours®
$14.05 =
224.80
Technician
II
16
hours®
$12.40 =
198.40
Technician
I
300
hours
@
$10.00 =
3,000.00
Clerical
4
hours
®
$ 8.00 =
32.00
Steno/Secretary
6
hours
@
$18.40 =
110.40
Subtotal
=
$ 4,352.20
Payroll Expense (36%) =
1,566.79
7
Subtotal Payroll Costs = $ 5,918.99
General Overhead (91%) = 5.386.28
Subtotal = $11,305.27
Professional Fee = 1.700.00
Estimated Engineering Fee $13,005.27
SECTION 7. COMPENSATION - OTHER WORK
Any additional preliminary engineering services required which are outside the
scope of this task order and authorized in writing by the Owner and by the Arkansas
State Highway and Transportation Department will be done by the Engineer.
Reimbursement for work done under this provision will be based on the actual time
required, using the rates set out above plus 36 percent for payroll expenses and 91
percent for general overhead.
This Task Order is subject to the review and approval of the Arkansas State
Highway and Transportation Department.
Authorized by:
CITY OF FAYETTEVILLE, ARKANSAS
2S
City
Accepted by:
McGOODWIN, WILLIAMS AND YATES, INC.
A
Charles R. Nickle, Vice -President
Date
90
Date
W . CCCJJJ a L CP
eus a
9fs W I(jff
SKELION roue/•. Clue
• so. • Coverr
,REENw00p ,
X11$ •- ✓ _
ff )•It
•''H.wwlI LOCK
FAYETTEVILLE N I
11
MORROW OR
'1
I L
9 WATERL*E RELOCATION I '
•
f
tOI,
�wsys'' —
Y
— —� I •
W I
C
Rif) ` v •'
j ;1
7 J 1 f e -_
11 OR �. ♦ ) �.
r
CONTRACT FOR HIGHWAY 156
AHTD #40059 MWY FY -196
OPEN END CONTRACT - TASK ORDER No. I
ENGINEERING SERVICES AGREEMENT
FOR
"STUDY AND REPORT"
STREET AND DRAINAGE IMPROVEMENTS
TO
COURTHOUSE/JAIL FACILITY ACCESS
C ROCK STREET TO SPRING STREET I
E-269
THIS AGREEMENT, made and entered
1990, by
Ir
Fayettev lle, Arkansas, hereinafter
and Milholland Company, Engineering
Engineers of Fayetteville, Arkansas,
the "Engineer",
WITNESSED THAT:
into this ____ 8_ day of
and between the City of
referred to as the "Owner",
and Surveying, Consulting
hereinafter referred to as
WHEREAS, the Owner desires to
have an Engineering Study and
Report for a possible access from
Rock street North to Dickson
Street along a route adjacent to
the East boundary of the Old
Washington Court House and the
New Jail facilities. After a
Route is selected, the Owner
desires to have Design Plans
developed for the Construction of
a portion of said Access. from
Center Street Northerly to the
South Right -of -Way of Spring
Street, and for providing access
to said New Jail Parking Lot.
The Purpose of this Agreement is
to make a Study of alternate
Routes for the proposed street,
and submitt to the Owner the
results of said study in the form
of a recommendation.
• WHEREAS, the Engineer has sufficient experienced personnel and
equipment to perform the work described in this Agreement,
NOW THEREFORE, in consideration of the mutual covenants and
agreements herein contained, the Owner and the Engineer, the
parties hereto, stipulate and agree that the Owner does hereby
employ the Engineer to perform the required engineering services
as hereinafter set out; and the Engineer agrees to provide said
services.
SECTION 1: DESC:RIPTION OF PROJECT:
The Project for which engineering services are to be provided is
generally described as follows:
ACCESS ROAD:
Investigation,
Study and Report of
a
31
foot
Back -to -Back
street in a 50 foot
Right -of -Way, grading,
base
and
hard surface pavement with adequate storm drainage per City of
Fayetteville street specifications; Provide the Owner maps of
recommended Right -of -Way Routes from the North Boundary of Rock
Street north to the South Boundary of Spring Street with an
access to the New Jail parking facilities.
Engineering Services for said project shall be separated into
several Parts as follows:
PART I: "STUDY AND REPORT"
PART II: "SURVEYING AND EASEMENT ACQUISITION DOCUMENTS"
PART III: "PRELIMINARY ENGINEERING DESIGN"
PART IV: "DETAILED ENGINEERING DESIGN PLANS"
PART V: "TAKING BIDS THROUGH AWARD OF CONTRACT"
PART VI: "CONSTRUCTION MANAGEMENT"
SECTION 2: SCOPE OF ENGINEERING SERVICES:
The Engineer shall provide a suitable staff to perform PART I:
"STUDY AND REPORT" of the Basic Engineering Services. The
various types of work in PART I are more specifically defined as
follows:
A. PART I: "STUDY AND REPORT" - BASIC ENGINEERING SERVICES:
Work to be done under these items shall consist of the following:
[1] Make investigations of proposed sites, study alternate
Routes, coordinate with the Washington County's proposed New
Court House access, and report findings to the Owner.
[2] Make field engineering visits of the various sites and
determine the basis -necessary for the preparation of recommended
routes to build the contemplated improvements. Traffic patterns
and safety shall be considered in the recommendations of the
proposed street location.
[3] Prepare recommended route maps and rough cost estimates, and
review same with the Owner.
[4] Meet with representatives of all involved utility companies
2
• N.
C4]
Meet
with representatives of all involved utility companies
and
governmental
agencies I Washington County and City
of
Fayetteville
] to coordinate the overall proposed projects
of
•
both
the
City of Fayetteville and the County.
[5]
Advise
the Owner as to soils investigations that might
be
required
and assist in the coordinating of the same. The cost
of
the soils
investigations shall be borne by the Owner.
SECTION 3: COMPENSATION:
Compensation for the various types of services to be provided
under this contract shall be made as follows:
A. PART I: "STUDY AND REPORT" - BASIC ENGINEERING SERVICES:
Compensation for PART I of the Basic Engineering shall be based
on the hours of work actually required. The rates to be based
charged for the various classifications of personnel shall be
identical to those set out under Section 3-B of this Agreement.
B. HOURLY RATE PER CLASSIFICATION:
The hourly rates to be charged for the various classifications of
personnel are set out below:
HOURLY RATE PER CLASSIFICATION:
Professional Engineer
$65.00
per
hour
Registered Land Surveyor
$45.00
per
hour
Engineering Aide
$55.00
per
hour
Secretary
$18.00
per
hour
Survey Crew
$65.00
per
hour
Resident Inspector
$30.00
per
hour
Draftsman
$25.00
per
hour
Computer w/Operator
$35.00
per
hour
Travel
$00.25
per
mile
The hourly rates shown above include total compensation to the
Engineer for all expenses for said services described in SECTION
2A above.
E. METHOD OF PAYMENT:
Partial payments to the Engineer shall be made monthly as long as
the accumulative of payments do not exceed the following:
Cl] PART I: "STUDY AND REPORT" Basic. Engineering Services:
Payment to be made on a monthly basis with a maximum -not -to -
exceed of $10,000.00.
3
J
SECTION 4: GENERAL CONSIDERATIONS:
A. Termination of Contract for Cause
If, through any cause, the Engineer shall fail to fulfill in
timely and proper manner his obligations under this contract, or
if the Engineer shall violate any of the covenants, agreements,
or stipulations of the contract, the Owner shall thereupon have
the right to terminate this contract by giving written notice to
the Engineer of such termination and specifying the effective
date thereof, at least five (5) days before the effective date of
such termination. In such event, all finished or unfinished
documents, data, studies, and reports prepared by the Engineer
under this contract shall, at the option of the Owner, become its
property, and the Engineer shall be entitled to receive ,just and
equitable compensation under this contract for any satisfactory
work completed on such documents.
Notwithstanding the above, the engineer shall not be relieved of
liability to the owner for damages sustained by the Owner by
virtue of any breach of the contract by the Engineer, and the
Owner may withhold any payments to the Engineer for the purpose
of setoff until such time as the exact amount of damages due the
Owner from the Engineer is determined.
P. Termination for Convenience of Owner
The Owner may terminate this contract any time by a notice in
writing from the Owner to the Engineer. If the contract is
terminated by the Owner as provided herein, the Engineer will
receive .just and equitable compensation under this contract.
C. Changes
The Owner may from time -to -time request changes in the scope of
the services of the Engineer to be performed hereunder. Such
changes, including any increase or decrease in the amount of the
Engineer's compensation, which are mutually agreed upon by and
between the Owner and the engineer, shall be incorporated in
further written amendments to this contract.
D. Pers':'nnel
[1] The Engineer represents that he has, or will secure at his
own expense, all personnel required in performing the services
under this contract. Such personnel shall not be employees of or
have any contractual relationship with the Owner.
[2] All the services required hereunder will be performed by the
Engineer or under his supervision and all personnel engaged in
the work shall be fully qualified and shall be authorized or
permitted under state and local law to perform such services.
4
[3] No person who is serving sentence in a penal or correctional
institution shall be •employed on work under this contract.
E. Compliance with Local Laws
The Engineer shall comply with all applicable laws, ordinances,
and codes of the state and local governments and shall commit no
trespass can any public or private property in performing any of
the work embraced by this contract.
F. Assianabilit
The Engineer shall not assign any interest in this contract and
shall not transfer any interest in the same (whether by
assignment crr novation) without the prior written approval of the
Owner; provided, however, that claims for money due or to become
due the Engineer from the Owner under this contract may be
assigned to a bank, trust company, or other financial
institution, or to a trustee in bankruptcy, without such
approval. Notice of any such assignment or transfer shall be
furnished promptly to the Owner.
r3. Access to Records
The Owner, the U.S. Department of Housing and Urban Development,
the Comptroller General of the United States, or any of their
duly authorized representatives, shall have access to any books,
documents, papers, and records of the Engineer doing work under
this contract which are directly pertinent to a specific grant
program for the purpose of making audits, examinations, excerpts,
and transcriptions.
H. Estimates
Since the Engineer has no control over the cost of labor,
materials or equipment, or over the methods of determining
prices, or over competitive bidding or market conditions y the
estimates of costs provided are to be made on the basis of the
Engineer's experience and qualifications and represent his best
judgment, being familiar with the industry, but the Engineer
cannot and does not guarantee that established costs will not
vary from estimates prepared.
I. Insurance
The Engineer shall secure and maintain such insurance as will
protect hire from claims under the Workmen 's Compensation acts and
from claims for bodily injury, death or property damage which may
arise from the performance of his services under this contract.
5
J
J. Successors and Assigns
Each party of this contract binds himself and his partners,
successors, executors, administrators and assigns to the other
party of this contract in respect to all covenants of this
contract. Neither party shall assign, sublet or transfer his
interest in this contract without the written consent of the
other.
[3
SECTION 5: EQUAL OPPORTUNITY PROVISIONS:
During the performance of this contract, the Engineer agrees as
follows:
CA] The Engineer will not discriminate against any employee or
applicant for employment because of race, colcrr, religion, sex,
or national origin. The Engineer will take affirmative action to
ensure that applicants are employed, and that the employees are
treated during employment, without regard to their race, color,
religion, sex,or national origin. Such action shall include, but
not be limited to the following: employment upgrading,
dernotion,or transfer, recruitment or recruitment advertising;
layoff or training, including apprenticeship. The Engineer
agrees to post in conspicuous place, available to employees and
applicants for employment, notices to be provided by the
Contracting Officer setting forth the provisions of this
nondiscrimination _clause.
[H] The Engineer will, in all solicitations or advertisements
for employees placed by or on behalf of the Engineer, state that
all qualified applicants will receive consideration for
employment without regard to race, color, religion, sex, or
national origin.
SECTION 6: CONFLICT OF INTEREST:
CA] Interest of Owner
No officer, employee, or agent of the Owner who exercises any
functions or responsibilities in the review or approval or in
connection with the carrying out of the project to which this
contract pertains shall have any personal interest, direct or
indirect, in this contract.
[R] Interest of Certain Federal Officials
No member of or delegate to the Congress of the United States,
and no Resident Commissioner, shall be admitted to any share or
part c f this contract or to any benefit ti: arise herefrorn.
CC] Interest of Engineer
The Engineer covenants that he presently has no interest and
shall not acquire any interest, direct or indirect, in the above
described project area or any parcels therein or any other
interest which would conflict in any manner or degree with the
performance of his services hereunder. The Engineer further
covenants that in the performance of this contract, no person
having any such interest shall be employed.
Fl
A
SECTION 7. OTHER PROVISIONS
In connection with the project, the Owner shall:
CA] Give thorough consideration to all documents presented by
the Engineer and inform the Engineer of all decisions within a
reasonable time so as not to delay the work of the Engineer.
CH] Make provision for the employees of the Engineer to enter
public and private lands as required for the Engineer to perform
necessary preliminary surveys and investigations.
[C] Obtain the necessary lands, easements, and Right -of- Ways
for the construction of the work.
CD] Furnish the Engineer such plans and records of construction
and operation of existing facilities, or copies of same, bearing
on the proposed work as may be in the possession of the Owner.
Such documents or data will be returned to the Owner upon
completion of the work or upon the request of the Owner.
CE] Pay the cost of making necessary soundings, borings,
analyses of materials and laboratory work performed by an
Independent Certified Materials Lab exclusive of the Engineer's
supervision thereof.
CF] Pay all plan review costs and all cost of advertising in
connection with the project.
Original documents, plans, design, and survey notes represent the
product and training, experience, and professional skill, and
accordingly belong to and remain the property of the Engineer who
produced them regardless of whether the instruments were
copyrighted or whether the project for which they were prepared
is executed.
The Engineer shall furnish the Owner two copies of "as -built"
drawings of each phase of the project at his expense; and the
Owner may, at his expense, retain reproducible copies of drawings
and copies of other documents.
This agreement shall be binding upon the parties hereto, their
partners, heirs, successors, administrators, and assigns; and
neither party shall assign, sublet or transfer his interest in
this agreement without the prior written consent of the ether
party hereto.
IN WITNESS WHEREOF, the Owner has caused these presents to be
executed, PART I - "STUDY AND REPORT" as set forth in Sections 1
and 2 herein, in its behalf by its duly authorized
representatives, and the said Engineer by its duly authorized
representatives, and the parties hereto have set their hands and
seals on the date heretofore set out.
CITY OF FAYETTEVILLE, ARKANSAS
FAYETTEVILLE, ARKANSAS
Attest:
Date: y �i 1990
MILHOLLAND COMPANY
Attest:
Date: , 1990
Melvin L. Milholland, Owner
Secretary
OPEN END CONTRACT - TASK ORDER No. 2
ENGINEERING SERVICES AGREEMENT
FOR
STREET AND DRAINAGE IMPROVEMENTS
1990 CHIP AND SEAL PROGRAM
E-270
THIS AGREEMENT, made and entered i
1990, by
Fayet eville, Arkansas, hereinafter
and Milholland Company, Engineering
Engineers of Fayetteville, Arkansas,
the "Engineer",
WITNESSED THAT:
nto this day of
and between the City of
referred to as the "Owner",
and Surveying, Consulting
hereinafter referred to as
WHEREAS, the Owner desires to improve certain streets and roads
to the "City of Fayetteville" Chip and Seal standards eithin the
City of Fayetteville. Said list of streets and roads is attached
hereto as EXHIBIT "A", and titled "CITY OF FAYETTEVILLE - STREET
DEPARTMENT - CHIP SEAL PROGRAM".
WHEREAS, the Engineer has sufficient experienced personnel and
equipment to perform the work described in this Agreement,
NOW THEREFORE, in consideration of the mutual covenants and
agreements herein contained, the Owner and the Engineer, the
parties hereto, stipulate and agree that the Owner does hereby
employ the Engineer to perform the required engineering services
as hereinafter set out; and the Engineer agrees to provide said
services.
SECTION 1 DESCRIPTION OF PROJECT
The Project for which engineering services are to be provided is
'• generally described as follows:
EXHIBIT No.l: Design Plans, Acquisition, Bid Documents, and
• Construction Management of improvements to designated existing
street and road beds within existing roadways, grading, base and
chip seal surface pavement per City of Fayetteville, street
specifications; provide City Street Department Right -of -Way maps
and necessary Right -of -Way Descriptions for Acquisition of needed
street easements.
Engineering Services for said project shall be separated into
three (3) parts as follows:
PART
I:
"Engineering
Design and Acquisition"
PART
II: -
"Taking bids
through Award of Contract"
PART
III:
"Construction
Management"
SECTION 2 SCOPE OF ENGINEERING SERVICES
The Engineer shall provide a suitable staff to perform Basic
Engineering Services, Bid Documentation and Construction
Management, including necessary resident inspection, and as an
extra item, Right -of -Way Plats and Descriptions. These various
types of work are more specifically defined as follows:
PART
I:
A.
BASIC ENGINEERING SERVICES:
Work
to
be
done under this item shall consist
of the following:
[11 Make field engineering surveys of the various sites to
establish the data necessary for the preparation of plans and
specifications in order to build the contemplated improvements.
The field engineering surveys shall include the location of all
existing utilities within street Right -of -Ways as best can be
located without excavation.
(21 Prepare a preliminary overall design and cost estimate and
review same with the Owner prior to final design.
(31 Prepare plans and specifications for the proposed
improvements. The plans shall show the location of the street
centerlines. Engineer shall provide Owner with two (2) complete
sets of the plans and specifications.
[41
Meet with
representatives of all
involved utility companies
and
governmental
agencies to coordinate
the overall project.
(51 Advise the Owner as to soils investigations that might be
required and assist in the coordinating of the same. The cost of
the soils investigations shall be borne by the Owner.
[61 Prepare construction cost estimates.
PART I -A: RIGHT-OF-WAY ACQUISITION:
Only work as directed by the Owner shall be done under this
section of the contract.
All of the above described work shall be completed in such time
that the Owner may receive construction Bids and have the
construction completed within the 1990 calender year. Time is
expressly made of the essence of this Agreement.
Payment for the above described work shall be made on an hourly
basis as further defined in Section 3 of this contract.
PART II: TAKING BIDS THROUGH AWARD OF CONTRACT:
Work to be performed under this item shall consist of the
following.
(1) Assist the Owner in the advertising for and receiving of
construction bids, including recommendation of construction
contract award.
PART III: CONSTRUCTION MANAGEMENT:
Under this Phase, the Engineer will perform the following items
of work:
111 Provide for periodic visits to the job sites by a
professional engineer to observe the overall progress and quality
of executed work.
[21 Provide for necessary resident inspection of the project
construction.
(31 Provide a survey crew to lay out the project for
construction, excluding any necessary land and Right -of- Way
surveys.
(41 Provide a project engineer to manage and coordinate the
construction activities.
[51 Provide other personnel such as secretaries, draftsmen,
engineering technicians, etc., as may be needed to assist the
project engineer in the various activities that may be required.
[61 Prepare monthly partial payment estimates and a final
payment estimate to the contractor, including the assembly of
written guarantees which are required by the contract documents.
(7) Provide for final inspection of the project in the company
of representatives of the Owner, the project engineer, a
representative of the contractor, and any other party designated
by the Owner .
Payment for the above described work shall be made on an hourly
basis as further defined in Section 3 of this contract.
SECTION 3. COMPENSATION:
Compensation for the various types of Engineering Services, PARTS
I, I -A, II AND III, shall be based on the actual hours of the
various classifications of employees that may be necessary to
perform the work, with a MAXIMUM -NOT -TO -EXCEED Compensation of
$25,000.00. The rates for various classifications of personnel
shall be identical to those set out in Section 3-E of this
Agreement.
Compensation for the various types of services to be provided
under this contract shall be made as follows:
A. PART I: BASIC ENGINEERING SERVICES:
Compensation for PARTS I of the basic engineering services shall
be based on the hours of work actually required. The rates to be
charged for the various classifications of personnel shall be
identical to those set out under Section 3-E of this Agreement.
B. PART I -A: RIGHT-OF-WAY ACQUISITION:
Compensation for PLATS AND DESCRIPTIONS for Additional street
Right -of -Ways shall be based on the hours of work actually
required. The rates to be based charged for the various
classifications of personnel shall be identical to those set out
under Section 3-E below.
Only work as directed by the Owner shall be done under this
section of the contract.
C. PART II: BIDS THROUGH AWARD OF CONTRACT:
Compensation for BIDS THROUGH AWARD OF CONTRACT shall be based on
the hours of work actually required. The rates to be based
charged for the various classifications of personnel shall be
identical to those set out under Section 3-E below.
D. PART III: CONSTRUCTION MANAGEMENT:
Compensation for Construction Management Services described in
SECTION 2, PART III, shall be based on the actual hours of the
various classifications of employees that may be necessary to
perform the work. The rates for various classifications of
personnel shall be identical to those set out in Section 3-E of
this Agreement.
E. HOURLY RATE PER CLASSIFICATION:
The hourly rates to be charged for the various classifications of
personnel are set out below:
HOURLY RATE PER CLASSIFICATION:
Professional Engineer
$65.00
per
hour
Registered Land Surveyor
$45.00
per
hour
Engineering Aide
$55.00
per
hour
Secretary
$18.00
per
hour
Survey Crew
$65.00
per
hour
Resident Inspector
$30.00
per
hour
Draftsman
$25.00
per
hour
Computer w/Operator
$35.00
per
hour
Travel
$00.25
per
mile
The hourly rates shown above include total compensation to the
Engineer for all expenses for said services described in SECTION
2, PARTS I, I -A, II AND III. The hourly rates include direct
labor costs plus allowances for indirect labor costs, overhead,
and profit.
The total MAXIMUM -NOT -TO -EXCEED fee of $25,000.00 for the total
project shall not exceeded so long as the total construction time
does exceed the 1990 calender year. If the total construction
time exceeds the 1990 calendar year, then the Engineer shall be
compensated for the additional time the various classifications
of employees are required to work on the project or the Owner may
terminate this agreement by giving the Engineer written Notice of
Termination.
F. METHOD OF PAYMENT:
Partial payments to the Engineer shall be made as long as the
accumulative of payments do not exceed the MAXIMUM -NOT -TO -EXCEED
amount of $25,000.00, as follows;
(1] PART I: Basic Engineering Services:
Payment to be made on a monthly basis during the Preliminary and
Design phases.
[2] PART I -A: RIGHT-OF-WAY PLATS AND DESCRIPTIONS:
Payment to be made upon completion of the various items of work
as directed by the Owner.
[3l PART II: BIDS THROUGH AWARD OF CONTRACT:
Payment to be made upon completion of the various items of work
as directed by the Owner, after opening BIDS, and after Award of
Construction Contract.
(4] PART III: CONSTRUCTION MANAGEMENT:
Payment to be made on a monthly basis during the construction
phase.
SECTION 4. GENERAL CONSIDERATIONS
A. Termination of Contract for Cause
If, through any cause, the Engineer shall fail to fulfill in
timely and proper manner his obligations under this contract, or
if the Engineer shall violate any of the covenants, agreements,
or stipulations of the contract, the Owner shall thereupon have
the right to terminate this contract by giving written notice to
the Engineer of such termination and specifying the effective
date thereof, at least five (5) days before the effective date of
such termination. In such event, all finished or unfinished
documents, data, studies, and reports prepared by the Engineer
under this contract shall, at the option of the Owner, become its
property, and the Engineer shall be entitled to receive just and
equitable compensation under this contract for any satisfactory
work completed on such documents.
Notwithstanding the above, the engineer shall not be relieved of
liability to the owner for damages sustained by the Owner by
virtue of any breach of the contract by the Engineer, and the
Owner may withhold any payments to the Engineer for the purpose
of setoff until such time as the exact amount of damages due the
Owner from the Engineer is determined.
B. Termination for Convenience of Owner
The Owner may terminate this contract any time by a notice in
writing from the Owner to the Engineer. If the contract is
terminated by the Owner as provided herein, the Engineer will
receive just and equitable compensation under this contract.
C. Changes
The Owner may from time -to -time request changes in the scope of
the services of the Engineer to be performed hereunder. Such
changes, including any increase or decrease in the amount of the
Engineer's compensation, which are mutually agreed upon by and
between the Owner and the engineer, shall be incorporated in
further written amendments to this contract.
D. Personnel
[1] The Engineer represents that he has, or will secure at his
own expense, all personnel required in performing the services
under this contract. Such personnel shall not be employees of or
have any contractual relationship with the Owner.
(2) All the services required hereunder will be performed by the
Engineer or under his supervision and all personnel engaged in
the work shall be fully qualified and shall be authorized or
permitted under state and local law to perform such services.
[3) No person who is serving sentence in a penal or correctional
institution shall be employed on work under this contract.
E. Compliance with Local Laws
The Engineer shall comply with all applicable laws, ordinances,
and codes of the state and local governments and shall commit no
trespass on any public or private property in performing any of
the work embraced by this contract.
F. Assignability
The Engineer shall not assign any interest in this contract and
shall not transfer any interest in the same (whether by
assignment or novation) without the prior written approval of the
Owner; provided, however, that claims for money due or to become
due the Engineer from the Owner under this contract may be
assigned to a bank, trust company, or other financial
institution, or to a trustee in bankruptcy, without such
approval. Notice of any such assignment or transfer shall be
furnished promptly to the Owner.
G. Access to Records
The Owner, the U.S. Department of Housing and Urban Development,
the Comptroller General of the United States, or any of their
duly authorized representatives, shall have access to any books,
documents, papers, and records of the Engineer doing work under
this contract which are directly pertinent to a specific grant
program for the purpose of making audits, examinations, excerpts,
and transcriptions.
H. Estimates
Since the Engineer has no control over the cost of labor,
materials or equipment, or over the methods of determining
prices, or over competitive bidding or market conditions, the
estimates of costs provided are to be made on the basis of the
Engineer's experience and qualifications and represent his best
judgment, being familiar with the industry, but the Engineer
cannot and does not guarantee that established costs will not
vary from estimates prepared.
I. Insurance
The Engineer shall secure and maintain such insurance as will
protect him from claims under the Workmen's Compensation acts and
from claims for bodily injury, death or property damage which may
arise from the performance of his services under this contract.
J. Successors and Assigns
Each party of this contract binds himself and his partners,
successors, executors, administrators and assigns to the other
party of this contract in respect to all covenants of this
contract. Neither party shall assign, sublet or transfer his
interest in this contract without the written consent of the
other.
During the performance of this contract, the Engineer agrees as
follows:
[A] The Engineer will not discriminate
against any employee or
applicant for employment because of
race, color, religion, sex,
or national origin. The Engineer wi
1 take affirmative action to
ensure that applicants are employed
and that the employees are
treated during employment, without
egard to their race, color,
religion, sex,or national origin. S
ch action shall include, but
not be limited to the following:
employment upgrading,
demotion,or transfer, recruitment or
recruitment advertising;
layoff or training, including ap
renticeship. The Engineer
agrees to post in conspicuous place
available to employees and
applicants for employment, notice
to be provided by the
Contracting Officer setting fort
the provisions of this
nondiscrimination clause.
[B] The Engineer will, in all solicitations
or advertisements
for employees placed by or on behalf
of the Engineer, state that
all qualified applicants will
receive consideration for
employment without regard to race, l
color, religion, sex, or
national origin.
SECTION 6. CONFLICT OF INTEREST
(Al Interest of Owner
No officer, employee, or agent of the Owner who exercises any
functions or responsibilities in t e review or approval or in
connection with the carrying out o the project to which this
contract pertains shall have any ersonal interest, direct or
indirect, in this contract.
[B] Interest of Certain Federal Officials
No member of or delegate to the Congress of the United States,
and no Resident Commissioner, shall 'be admitted to any share or
part of this contract or to any bene it to arise herefrom.
(C] Interest of Engineer
The Engineer covenants that he presently has no interest and
shall not acquire any interest, direct or indirect, in the above
described project area or any parcels therein or any other
interest which would conflict in any manner or degree with the
performance of his services hereun er. The Engineer further
covenants that in the performance 4f this contract, no person
having any such interest shall be em Toyed.
IN WITNESS WHEREOF, the Owner has caused these presents to be
executed in its behalf by its duly authorized representatives,
and the said Engineer by its duly authorized representatives, and
the parties hereto have set their Hands and seals on the date
heretofore set out.
CITY OF FAYETTEVILLE, ARKANSAS
Attest:
MILHOLLAND COMPANY
Attest:
Melvin L. Milholland, Owner
Secretary
14
Date: �6 _, 1990
Date: , 1990
•
TASK ORDER NO. 2
YEAR STREET BEGINNING AT
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
'90
DELAWARE AVE
EAST AVE.
ELEVENTH ST.
ELEVENTH 51.
flip ST.
FALLIN AVE.
FIFTH ST.
FOURTH ST.
FOWLER AVE.
FRISCO AVE.
GREGG AVE.
GREGG AVE.
HARTMAN AVE.
HILLSIDE TR
JANICE AVE.
KENILWORTH A
LEE AVE.
LEWIS AVE.
LOCUST AVE.
NINTH ST.
OAKLAND AVE.
ROBERTS RD.
SPRUCE ST.
STONE BRIDGE
TWEN Y-SEOOND
T. Pzi ;JItaiJ•
a
• a
VE.
RD.
Tjcc
.4ee 2T.'I
HILL AVE.
DEAD END
CLEVELAND ST.
SLIGO ST.
OLIVER AVE.
CLEVELAND
SANG AVE.
CLINE AVE.
YVONNE DR.
STONE ST.
SOUTH sr.
COLLEGE AVE.
DUNN AVE.
WASHINGTON
MAPLE ST.
SCHOOL AVE.
COMBS AVE.
CLEVELAND ST.
DEAD RID
DOUGLAS ST.
SIXTH ST.
HOTZ DR.
JOYCE ST.
JANICE AVE.
DEAD END
BERTHA ST.
CLEVELAND ST.
NINTH ST.
SCHOOL AVE.
HUGHES sr.
CITY LIMITS
GREGG AVE.
WYMAN RD.
SCHOOL AVE.
HILLSIDE TERR.
DEAD END
SPRUCE ST.
o?G5
LENGTH WIDTH COST
730
218
253
194
388
400
595
430
•367
710
136
297
339
286
1287
327
160
400
974
230
475
283
1505
445
223
237
410
889
261
109
723
542
2722
800
2291
220
592
15
12
20
18
14
21
12
23
19
20
20
14
21
18
16
21
12
16
14
20
19
12
30
17
12
23
20
18
20
12
22
18
19
14
22
25
20
E3
3,163
755
1,461
1,008
1,569
2,426
2,062
2,857
2,014
4,102
785
1,201
2,056
1,487
5,949
1,983
554
1,848
3,939
1,328
2,607
981
13,043
2,185
773
1,574
2,368
4,623
1,508
377
4,595
2,818
14,940
3,235
14,561
1,588
3,420
32,257
150,000
11
S.
OPEN END CONTRACT - T�SK ORDER No. 3
ENGINEERING SERVICES AGREEMENT
FOR
"STUDY AND REPORT"
STREET SURFACE IMPROVEMENTS
TO
THE FAYETTEVILLE STEET SYSTEM
I VARIOUS LOCATIONS I
E-271
THIS AGREEMENT, made and entered Into this / day of
1990, b and between the City of
Fayettevi e, Arkansas, hereinafter ieferred to as the "Owner",
and Milholland Company, Engineering and Surveying, Consulting
Engineers of Fayetteville, Arkansas, hereinafter referred to as
the "Engineer",
WITNESSED THAT:
WHEREAS, the Owner desires to have an Engineering Study and
Report of the various existing cit streets which may require
surface repair and/or reconstruction. After streets are
selected, the Owner desires, under eparate Agreement, to have
Design Plans, Bid and Construction Documents developed for the
Asphalt Overlay and/or Asphalt Recycling. The Purpose of THIS
Agreement is to make a Study of various streets which need
surface repair and/or reconstruction and Report to the Owner the
results of said Study in the form of,a recommendation.
WHEREAS, the Engineer has sufficient experienced personnel and
equipment to perform the work descri ed in this Agreement,
NOW THEREFORE, In consideration o� the mutual covenants and
agreements herein contained, the Owner and the Engineer, the
parties hereto, stipulate and agree, that the Owner does hereby
employ the Engineer to perform the r quired engineering services
as hereinafter set out; and the Enineer agrees to provide said
services.
1
SECTION 1: DESCRIPTION OF PROJECT:
The Project for which engineering services are to be provided is
generally described as follows:
SURFACE REPAIR AND/OR RECONSTRUCTION: Investigation, Study and
Report of the type and extent of recommended improvements to the
existing streets selected by the City Street Department for the
1990 Asphalt Overlay Program. Cons deration shall be given to
the most appropriate and cost e fective method of surface
treatment, including base repair, overlay, recycling, and spot
repair. Initial cost and life cycle costs will be considered.
The entire street sections, Back -to- ack street curbs in existing
street Right -of -Ways, grading, ba e, sub -base, and surface
pavement, and storm drainage per tity of Fayetteville street
specifications, will be evaluated and the Owner provided with
maps of recommendations.
Engineering Services for said project shall be as follows:
"TASK ORDER No. 3":
PART I: "STUDY AND REPORT"
The Engineer shall provide a suitable staff to perform PART I:
"STUDY AND REPORT" of the Basic Engineering Services. The
various types of work in PART I are more specifically defined as
follows:
A. PART I: "STUDY AND REPORT" - BASIC ENGINEERING SERVICES:
Work to be done under these items shall consist of the following:
[1] Make field engineering visits f the various street sites
and determine the basis necessary for the preparation of
recommended streets to be considered for the contemplated
improvements. Traffic patterns and afety shall be considered
in the recommendations of the propos d street improvements.
[2) Prepare recommended lmprove�tent maps and rough cost
estimates, and review same with the wner.
(31 Meet with representatives of a 1 involved utility companies
and governmental agencies to coordinate the overall proposed
improvement projects of the City of investigations
ayetteville.
[4] Advise the Owner as to soils that might be
required and assist in the coordinating of the same. The cost of
the soils investigations shall be bo ne by the Owner.
Is
•
SECTION 3: COMPENSATION:
Compensation for the various types, of services to
under this contract shall be made as' follows:
F.!
rr
-
be provided
Compensation for PART I of the Basic Engineering shall be based
on the hours of work actually required. The rates to be based
charged for the various classifications of personnel shall be
identical to those set out under Section 3-B of this Agreement.
B. HOURLY RATE PER CLASSIFICATION:
The hourly rates to be charged for the various classifications of
personnel are set out below:
HOURLY RATE PER CLASS FICATION:
Professional Engineer
Registered Land Surveyor
Engineering Aide
Secretary
Survey Crew
Resident Inspector
Draftsman
Computer w/Operator
Travel
$65.00
$45.00
$55.00
$18.00
$65.00
$30.00
$25.00
$35.00
$00.25
per
per
per
per
per
per
per
per
per
hour
hour
hour
hour
hour
hour
hour
hour
mile
The hourly rates shown above incluTge total compensation to the
Engineer for all expenses for said services described in SECTION
2A above.
E. METHOD OF PAYMENT:
Partial payments to the Engineer shad be made monthly as long as
the accumulative of payments do not xceed the following:
[1] PART I: "STUDY AND REPORT" Basic Engineering Services:
Payment to be made on a monthly basis with a maximum -not -to -
exceed of $15,000.00.
3
SECTION 4: GENERAL CONSIDERATIONS:
A. Termination of Contract for Cause
If, through any cause, the Engineer shall fail to fulfill in
timely and proper manner his obligations under this contract, or
if the Engineer shall violate any of the covenants, agreements,
or stipulations of the contract, the Owner shall thereupon have
the right to terminate this contract by giving written notice to
the Engineer of such termination and specifying the effective
date thereof, at least five (5) days before the effective date of
such termination. In such event, all finished or unfinished
documents, data, studies, and reports prepared by the Engineer
under this contract shall, at the option of the Owner, become its
property, and the Engineer shall be entitled to receive just and
equitable compensation under this contract for any satisfactory
work completed on such documents.
Notwithstanding the above, the engineer shall not be relieved of
liability to the owner for damages sustained by the Owner by
virtue of any breach of the contract by the Engineer, and the
Owner may withhold any payments to the Engineer for the purpose
of setoff until such time as the exact amount of damages due the
Owner from the Engineer is determined.
B. Termination for Convenience of Owner
The Owner may terminate this contract any time by a notice in
writing from the Owner to the Engineer. If the contract is
terminated by the Owner as provided herein, the Engineer will
receive just and equitable compensation under this contract.
C. Changes
The Owner may from time -to -time request changes in the scope of
the services of the Engineer to be performed hereunder. Such
changes, including any increase or decrease in the amount of the
Engineer's compensation, which are mutually agreed upon by and
between the Owner and the engineer, shall be incorporated in
further written amendments to this contract.
D. Personnel
11) The Engineer represents that he has, or will secure at his
own expense, all personnel required in performing the services
under this contract. Such personnel shall not be employees of or
have any contractual relationship with the Owner.
[2] All the services required hereunder will be performed by the
Engineer or under his supervision and all personnel engaged in
the work shall be fully qualified and shall be authorized or
permitted under state and local law to perform such services.
4
(3] No person who is serving sentence in a penal or correctional
institution shall be employed on work under this contract.
E. Compliance with Local Laws
The Engineer shall comply with all applicable laws, ordinances,
and codes of the state and local governments and shall commit no
trespass on any public or private property in performing any of
the work embraced by this contract.
F. Assignability
The Engineer shall not assign any interest in this contract and
shall not transfer any interest in the same (whether by
assignment or novation) without the prior written approval of the
Owner; provided, however, that claims for money due or to become
due the Engineer from the Owner under this contract may be
assigned to a bank, trust company, or other financial
institution, or to a trustee in bankruptcy, without such
approval. Notice of any such assignment or transfer shall be
furnished promptly to the Owner.
G. Access to Records
The Owner, the U.S. Department of Housing and Urban Development,
the Comptroller General of the United States, or any of their
duly authorized representatives, shall have access to any books,
documents, papers, and records of the Engineer doing work under
this contract which are directly pertinent to a specific grant
program for the purpose of making audits, examinations, excerpts,
and transcriptions.
H. Estimates
Since the Engineer has no control over the cost of labor,
materials or equipment, or over the methods of determining
prices, or over competitive bidding or market conditions, the
estimates of costs provided are to be made on the basis of the
Engineer's experience and qualifications and represent his best
judgment, being familiar with the industry, but the Engineer
cannot and does not guarantee that established costs will not
vary from estimates prepared.
I. Insurance
The Engineer shall secure and maintain such insurance as will
protect him from claims under the Workmen's Compensation acts and
from claims for bodily injury, death or property damage which may
arise from the performance of his services under this contract.
5
J. Successors and Assigns
Each party of this contract binds himself and his partners,
successors, executors, administrators and assigns to the other
party of this contract in respect to all covenants of this
contract. Neither party shall assign, sublet or transfer his
interest in this contract without the written consent of the
other.
F
SECTION 5: EQUAL OPPORTUNITY PROVISIONS:
During the performance of this contract, the Engineer agrees as
follows:
[A] The Engineer will not discriminate against any employee or
applicant for employment because of race, color, religion, sex,
or national origin. The Engineer will take affirmative action to
ensure that applicants are employed, and that the employees are
treated during employment, without regard to their race, color,
religion, sex,or national origin. Such action shall include, but
not be limited to the following: employment upgrading,
demotion,or transfer, recruitment or recruitment advertising;
layoff or training, including apprenticeship. The Engineer
agrees to post in conspicuous place, available to employees and
applicants for employment, notices to be provided by the
Contracting Officer setting forth the provisions of this
nondiscrimination clause.
[B] The Engineer will, in all solicitations or advertisements
for employees placed by or on behalf of the Engineer, state that
all qualified applicants will receive consideration for
employment without regard to race, color, religion, sex, or
national origin.
SECTION 6: CONFLICT OF INTEREST:
[Al Interest of Owner
No officer, employee, or agent of the Owner who exercises any
functions or responsibilities in the review or approval or in
connection with the carrying out of the project to which this
contract pertains shall have any personal interest, direct or
indirect, in this contract.
(B] Interest of Certain Federal Officials
No member of or
delegate
to the Congress of the United States,
and no Resident
Commissioner,
shall be admitted
to any share or
part of this contract or
to any benefit to arise
herefrom.
[C] Interest of Engineer
The Engineer covenants that he presently has no interest and
shall not acquire any interest, direct or indirect, in the above
described project area or any parcels therein or any other
interest which would conflict in any manner or degree with the
performance of his services hereunder. The Engineer further
covenants that in the performance of this contract, no person
having any such interest shall be employed.
7
II
SECTION 7. OTHER PROVISIONS
In connection with the project, the Owner shall:
(A) Give thorough consideration to all documents presented by
the Engineer and inform the Engineer of all decisions within a
reasonable time so as not to delay the work of the Engineer.
[B] Make provision for the employees of the Engineer to enter
public and private lands as required for the Engineer to perform
necessary preliminary surveys and investigations.
(C] Obtain the necessary lands, easements, and Right -of- Ways
for the construction of the work.
IN Furnish the Engineer such plans and records of construction
and operation of existing facilities, or copies of same, bearing
on the proposed work as may be in the possession of the Owner.
Such documents or data will be returned to the Owner upon
completion of the work or upon the request of the Owner.
[E] Pay the cost of making necessary soundings, borings,
analyses of materials and laboratory work performed by an
Independent Certified Materials Lab exclusive of the Engineer's
supervision thereof.
(F) Pay all plan review costs and all cost of advertising in
connection with the project.
Original documents, plans, design, and survey notes represent the
product and training, experience, and professional skill, and
accordingly belong to and remain the property of the Engineer who
produced them regardless of whether the instruments were
copyrighted or whether the project for which they were prepared
is executed.
The Engineer shall furnish the Owner two copies of "as -built"
drawings of each phase of the project at his expense; and the
Owner may, at his expense, retain reproducible copies of drawings
and copies of other documents.
This agreement shall be binding upon the parties hereto, their
partners, heirs, successors, administrators, and assigns; and
neither party shall assign, sublet or transfer his interest in
this agreement without the prior written consent of the other
party hereto.
lii
S.
II 0
IN WITNESS WHEREOF, the Owner has caused
these
presents to
be
executed, PART I
- "STUDY AND REPORT" as
set forth
in
Sections
1
and 2 herein,
in its behalf by
its
duly
authorized
representatives,
and the said Engineer
by its
duly
authorized
representatives,
and the parties hereto have
set
their
hands
and
seals on the date
heretofore set out.
CITY OF FAYETTEVILLE, ARKANSAS
FAYETTEVILLE, ARKANSAS
Attest:
MILHOLLAND COMPANY
Attest:
Melvin L. Milholland, Owner
Secretary
Date r 1990
Date:__ 1990
STREET FROM TO LENGTH WIDTH SQ. YDS.
-------------------------------------------
4 I.
E-27/
kiox
TALESIAN
RANDALL
946
26
2,733
BRCPHY
TOWNSHIP
TOWNSHIP /f$V
1,666
29
5,368
NORTIIWOOD
SANDPIPER
SANDPIPER
840
34
3,173
*.SANDPIPER
SANDPIPER
SANDPIPER
839
21
2,237
ALICE
MARTIN
NOLAN
299
24
797
COMMON
TOWNSHIP
DEAND END
678
36
2,712
ELIZABETH
STANTON
MEADOWCLIFF
1,552
30
5,173
HARLOD
SIIERYL
LOXLEV
1,285
23
3,284
LOXLEY
HILLDALE
OAKS MANOR
691
30
2,313
OAKS >IANOR
BONNIE
SHERYL
1,302
30
4,340
WARWICK
MAKEIG
KATHERINE
371
30
1,237
DEAN SOLOMON
MT. COMFORT
MOORE LANE
1,840
21
4,293
HALL
CLEVELAND
- NORTH
1,340
25
3,722
HEFLEY
LEWIS
DEAD END
838
17
1,583
HENDRIX
ADDINGTON
GARLAND
863
21
2,014
LAWSON
LAWSON
SANG
944
25
2,622
MAXWELL
MAXWELL (S)
MAXWELL (N)
310
18
620
MAXWELL
GARLAND
MAXWELL
1,083
18
2,166
MT. COMFORT
STEPHENS
ADDINGTON
630
21
1,470
. COMFORT
WOODLARK
RAVEN
1,045
30
3,483
.DRYER
WDDINGTON
HATFIELD
447
24
1,192
VISTA
WEDINGTON
HOLLY
650
28
2,022
W. DEERY
LONNIE
SANG
1.084
21
2,529
\DAMS
FRISCO
GREGG
378
25
1,050
CLEBURN
GREGG
VANDEVENTER
649
25
1,803
GREGG
ADAMS-
NORTH
340
27
1,020
OAI:LASD
DOUGLAS
CLEVELAND
740
18
1,480
STORER
EAGLE
HUGHES
678
24
1,808
41%.ANOEVE`.'TER
ADAMS
NORTH
346
22
846
VANDEVENTER
CLEDCRN
HAWTHORN
302
22
738
V%NDEVENTER
HOLLY
LAWSON
531
21
1.239
WOOLSEY
NORTH
HOLLY
751
21
1,752
ANSON
DEAD END
RUTH
664
24
1.771
y'.1'FLEDI'RS
APPLEOL'RY
TANGLEBRAIR
254
28
790
CLEDCRN
COLLEGE
WILLOW
749
17
1.415
CREST
NORTHVIEW
DEAD END
686
20
1,524
EDGEIIILL
LAKERIDGE
DEAD END
1,052
21
2.455
ELM
AUSTIN
BRAIRW'OOD
954
25
2,650
IIILLCREST
ABSIIIRE
W'OODCREST
407
21
950
HCMMINGRIRD
CARDINAL
MOCKINGBIRD
382
24
1,019
JACKSON
JACKSON (N)
JACKSON (N)
182
26
526
OLIVE
GL'NTER
JOHNSON
341
19
720
WANEETAH
NORTH
OAKWOOD
498
21
1.162
CAMBRIDGE
ORISTOL
MISSION
654
43
3.125
''WOOD
INWOOD
WIIIPOORWILL
887
26
2,562
LOVERS
CANTERBURY
1.205
25
3,347
,_a1'ERS
ACENTER
PALMER
COURT
295
17
55T
GARLAND
SIXTH
CALIFORNIA
1.068
24
2,848
IIARTMAN
PALMER
CENTER
360
25
1.000
LEROY POND
RAZORBACK
CALIFORNIA
1,111
26
3,210
s
�' RKHA!1
SMITH
RAZORBACK
193
ADOW
GREGG
WEST
354
NETTLESIIIP
GRAHAM
RAZORBACK
75
SANG
CENTER
SANG
612
STONE -
BUCHANAN
DUNCAN
300
STONE
HILL
DEAD END
225
VIRGINIA
CALIFORNIA
CALIFORNIA
40
WALTON
DEAD END
RAZORBACK
520
WEST
ROCK
MOUNTAIN
378
WILLIAMS
DEAD END
UNIVERSITY
620
CENTER
COLLEGE
COUNTY
171
1,093
CENTER
SCHOOL
BLOCK
LAFAYETTE
HIGHLAND
COLLEGE
46
MEADOW
LOCUST
CHURCH
366
MEADOW
EAST
COLLEGE
480
MORNINGSIDE
15TH
HUNTSVILLE
2,637
MORNINGSIDE
PUMP STATION
15TH
62
y PRING
LOCUST
EAST
362
SPRING
WASHINGTON
TRENT
305
SPRING
WALNUT
FLETCHER
812
24TH
24TH
COUNTRY CLUB
1,308
PERSIMMON
COUNTY RD. 648
46TH
1,273
i
A
26
19
22
18
25
12
25
27
20
IB
35
32
40
25
33
27
22
30
28
20
24
21
558
747
1,161
1,224
833
300
2,333
1,560
840
1,240
665
3,886
1,538
1,017
1,760
7,911
5,774
3,110
949
1,804
3,488
2,973
4
•
,
ARKANSAS STATE HIGHWAY
awl
TRANSPORTATION DEPARTMENT
Maurice Smith, Director
Telephone (501) 569-2000
September 5, 1990
Ma. Donald Bunn
FayettevLtte Water. 9 Sewe4
113 Weot Mountain
Fayettev.itte, A' h.an4a4 72701
P.O. Box 2261
Little Rock, Arkansas 72203
I $E;
1
Job 4968 (Ut.iUtie4)
BRO-0072 (.10)
Poplaa St. Bu.i.dge (Fayettev.itte)
Wa4hLngton County
Dean Mr. Bunn:
I have examined the propo.ed contract between the City o6 Fayetteuifle and
McClelland Con4u.tting Eng.ineeA4 and bound U to be 4atL46actory. There6ore, I
am LetunnAng the atig.i.nal4 to you bon. 4.igning by the City Repne4entatLve.
Pleaoe 6onward one completed copy to thi,4 o66.i.ce 6or our 6.itea.
Your4 truly,
QVv VVaO
Ron Wand
Utility Coordinator
Ut.ilitLe4 Section
Right o6 Way D.i.vLsLon
RWW/dah
I .l
PROJECT: Jrr a''f�[ r et 8r'a9-c
ENGINEER: Me c1/e//ad enxm/Icy ayii
69 -a5-`t0
Accou i g Supervisor Date
Cit Attorney Date
0
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Sherry Thomas, City Clerk
FROM: City Engineer
SUBJECT: Signature for Task Order No. 5
Street and Drainage Engineering
Overlay Program
DATE: August 31, 1990
Attached are two originals of Task Order No. 5 for execution
by either the City Manager or the Mayor. This Task Order is
subsidiary to the Open End Contract with Milholland Engineers
approved by the Board of Directors earlier this year.
Please obtain the necessary signatures and return one of the
originals to me. Thank You.
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
TO: Kevin Crosson, Administrative Services Director
FROM: City Engineer
SUBJECT: Task Order No. 5, Milholland Engineers
1990 Street and Drainage Improvements
DATE: August 24, 1990
Attached for Administrative Services review is Task Order No.
5 from Milholland Engineers, Street and Drainage Improvements. This
is for engineering work related to the 1990 Chip and Seal and
Overlay Program contained in the Street O and M Budget. This
contract is subsidiary to the Street Open-Ond Contract executed by
the Board of Directors earlier in the year.
This Task Order is for a not -to -exceed amount of $25,000.00.
The total of Task Orders 1-5 is now $100,000.00 which is the limit
under the terms of the Open -End Contract.
Thank You.
i
PROTECT:
ENGINEER:
Wfl
Accou ing Suvisor Date
0-90
City Atto ney Date
I
AGREEMENT FOR ENGINEERING SERVICES
' 1990
STREET SURFACE IMPROVEMENT PROGRAM
1
1
August, 1990
1
I
MILHOLLAND COMPANY
Engineering & Surveying
205 West Center St.
Fayetteville, Arkansas 72701
(501) 443-4724
1
i
1
1
1 U 1 • 1
' 1990 STREET SURFACE IMPROVEMENT PROGRAM
STREET AND DRAINAGE IMPROVEMENTS
(VARIOUS LOCATIONS]
IE-272
THIS AGREEMENT, made and entered into this day of
, 1990, by and between the City of
Fayett ville, Arkansas, hereinafter referred to as the "Owner",
and Milholland Company, Engineering and Surveying, Consulting
' Engineers of Fayetteville, Arkansas, hereinafter referred to as
the "Engineer",
I
H
I
I
L1
J
[I
I
I
WITNESSED THAT:
WHEREAS, the Owner desires to Construct certain structural and
drainage improvements to extend the life of various streets
within the City of Fayetteville.
WHEREAS,
the
Engineer has sufficient
experienced personnel and
equipment
to
perform the work described
in this Agreement,
NOW THEREFORE, in
consideration
of the
mutual covenants and
agreements herein
contained, the
Owner and
the Engineer, the
parties hereto, stipulate
and agree
that
the Owner does hereby
employ the Engineer
to perform the
required
engineering services
as hereinafter set
out; and the
Engineer
agrees to provide said
services.
SECTION 1: DESCRIPTION OF PROJECT:
The Project for which engineering services are to be provided Is
generally described as follows:
VARIOUS STREET SEGMENTS: Design, Construction Documents and Bids
for the RE -CONSTRUCTION and/or UPGRADING of various street widths
with storm drainage, french drains and sidewalks within existing
street right-of-ways, consisting of sub -grade and base repair,
grading, milling and hard surface pavement per City of
Fayetteville street specifications; Assist the City of Fayette-
ville Public Works Department in requesting and evaluating Bids,
and make recommendations of Award of Construction Contract.
U
I
I
Engineering Services for said project shall be separated into two
' (2) parts as follows:
PART II: "Engineering Design and Construction Documents"
' PART III: "Taking bids through Award of Contract"
SECTION 2: SCOPE OF ENGINEERING SERVICES:
' The Engineer shall provide a suitable staff to perform Basic
Engineering Services, Bid Documentation and Recommendation of
Award of Contract. These various types of work are more
specifically defined as follows:
PART II: "ENGINEERING DESIGN AND CONSTRUCTION DOCUMENTS":
' BASIC ENGINEERING SERVICES:
Work to be done under this item shall consist of the following:
' [11 stake field engineering surveys of the various sites to
establish the data necessary for the preparation of plans and
specifications in order to build the contemplated improvements.
The field engineering surveys shall include the location of all
existing utilities within street Right -of -Ways as best can be
located without excavation.
12) Prepare a preliminary overall design and cost estimate and
review same with the owner prior to final design.
' [3) Prepare plans and specifications for the proposed
improvements. The plans shall show the location of the street
' centerlines and the improvements desired. Engineer shall provide
Owner with two (2) complete sets of the plans and specifications.
[11 Meet with representatives of all involved utility companies
'and governmental agencies to coordinate the overall project.
[51 Advise the Owner as to soils investigations that might be
' required and assist in the coordinating of the same. The cost of
the soils investigations shall be borne by the owner.
' (61 Prepare construction cost estimates.
PART III: TAKING BIDS THROUGH AWARD OF CONTRACT:
Work to be performed under this item shall consist of the
following.
1 [il Assist the owner in the advertising for and receiving of
construction bids, including recommendation of construction
contract award.
Payments for the above described work shall be made on an hourly
basis as further defined in Section 3 of this contract.
L
SECTION 3. COMPENSATION:
Compensation for the various types of services to be provided
under this contract shall be made as follows:
A. PART II: ENGINEERING DESIGN AND CONSTRUCTION DOCUMENTS:
Compensation for basic engineering services shall be based on the
hours of work actually required. The rates to be charged for the
various classifications of personnel shall be identical to those
set out under Section 3-C of this Agreement. The hourly rates
' include direct labor costs plus allowances for indirect labor
costs, overhead, and profit.
• ' Be PART III: BIDS THROUGH AWARD OF CONTRACT:
Compensation for "Advertisement for Bids" through "Award of
Contract" shall be based on the hours of work actually required.
' The rates to be charged for the various classifications of
personnel shall be identical to those set out under Section 3-C
of this Agreement. The hourly rates include direct labor costs
plus allowances for indirect labor costs, overhead, and profit.
C. HOURLY RATES FOR VARIOUS CLASSIFICATIONS OF PERSONNEL:
The hourly rates to be charged for the various classifications of
personnel are set out below:
HOURLY RATE PER CLASSIFICATION:
Professional Engineer $65.00 per hour
I
Registered Land Surveyor 545.00 per hour
Engineering Aide $55.00 per hour
Secretary $18.00 per hour
' Survey Crew 565.00 per hour
Resident Inspector $30.00 per hour
Draftsman $25.00 per hour
Computer w/Operator $35.00 per hour
Travel $00.25 per mile
The hourly rates shown above include total compensation to the
' Engineer for all expenses for said services described in SECTION
2, PARTS II & III above.
D. METHOD OF PAYMENT:
Partial payments to the Engineer shall be made monthly as long as
the accumulative of payments do not exceed the following:
I1] PART II AND PART III: "Basic Engineering Services":
Payment to be made on a monthly basis with a MAXIMUM -NOT -
TO -EXCEED amount of $25,000.00.
SECTION 4. GENERAL CONSIDERATIONS
A. Termination of Contract for Cause
' If, through any cause, the Engineer shall fail to fulfill In
timely and proper manner his obligations under this contract, or
if the Engineer shall violate any of the covenants, agreements,
or stipulations of the contract, the Owner shall thereupon have
the right to terminate this contract by giving written notice to
the Engineer of such termination and specifying the effective
date thereof, at least five (5) days before the effective date of
' such termination. In such event, all finished or unfinished
docume.ts, data, studies, and reports prepared by the Engineer
under this contract shall, at the option of the owner, become its
' property, and the Engineer shall be entitled to receive just and
equitable compensation under this contract for any satisfactory
work completed on such documents.
' Notwithstanding the above, the engineer shall not be relieved of
liability to the owner for damages sustained by the Owner by
virtue of any breach of the contract by the Engineer, and the
' Owner may withhold any payments to the Engineer for the purpose
of setoff until such time as the exact amount of damages due the
Owner from the Engineer is determined.
' B. Termination for Convenience of Owner
The Owner may terminate this contract any time by a notice in
writing from the Owner to the Engineer. If the contract is
terminated by the Owner as provided herein, the Engineer will
receive just and equitable compensation under this contract.
C. Changes
' The Owner may from time -to -time request changes in the scope of
the services of the Engineer to be performed hereunder. Such
changes, including any increase or decrease in the amount of the
Engineer's compensation, which are mutually agreed upon by and
' between the Owner and the engineer, shall be incorporated in
further written amendments to this contract.
D. Personnel
(1) The Engineer represents that he has, or will secure at his
own expense, all personnel required in performing the services
under this contract. Such personnel shall not be employees of or
have any contractual relationship with the Owner.
(21 All the services required hereunder will be performed by the
in Engeer or under his supervision and all personnel engaged in
the work shall be fully qualified and shall be authorized or
permitted under state and local law to perform such services.
I
I
I
[3) No person who is serving sentence in a penal or correctional
' institution shall be employed on work under this contract.
E. Compliance with Local Laws
I
I
I
The Engineer shall comply with all applicable laws, ordinances,
and codes of the state and local governments and shall commit no
trespass on any public or private property in performing any of
the work embraced by this contract.
F. Assignability
The Engineer shall not assign any interest In this contract and
shall not transfer any interest in the same (whether by
assignment or novation) without the prior written approval of the
Owner; provided, however, that claims for money due or to become
due the Engineer from the Owner under this contract may be
assigned to a bank, trust company, or other financial
institution, or to a trustee in bankruptcy, without such
approval. Notice of any such assignment or transfer shall be
furnished promptly to the Owner.
' G. Access to Records
' The Owner, the U.S. Department of Housing and Urban Development,
the Comptroller General of the United States, or any of their
duly authorized representatives, shall have access to any books,
' documents, papers, and records of the Engineer doing work under
this contract which are directly pertinent to a specific grant
program for the purpose of making audits, examinations, excerpts,
and transcriptions.
' H. Estimates
' Since the Engineer has no control over the cost of labor,
materials or equipment, or over the methods of determining
prices, or over competitive bidding or market conditions, the
estimates of costs provided are to be made on the basis of the
I
Engineer's experience and qualifications and represent his best
judgment, being familiar with the industry, but the Engineer
cannot and does not guarantee that established costs will not
' vary from estimates prepared.
I. Insurance
The Engineer shall secure and maintain such insurance as will
protect him from claims under the Workmen's Compensation acts and
from claims for bodily injury, death or property damage which may
'arise from the performance of his services under this contract.
I
1
LI
I
J. Successors and Assigns
I
I
I
I
�II
I
P
P
I
I
I
I
I
Each party of this contract binds himself and his partners,
successors, executors, administrators and assigns to the other
party of this contract in respect to all covenants of this
contract. Neither party shall assign, sublet or transfer his
interest in this contract without the written consent of the
other.
14
P
H
I
SECTION 5. EQUAL OPPORTUNITY PROVISIONS
I
I
I
I
I
I'H
During the performance of this contract, the Engineer agrees as
follows:
(Al The Engineer will not discriminate against any employee or
applicant for employment because of race, color, religion, sex,
or national origin. The Engineer will take affirmative action to
ensure that applicants are employed, and that the employees are
treated during employment, without regard to their race, color,
religion, sex,or national origin. Such action shall include, but
not be limited to the following: employment upgrading,
demotion,or transfer, recruitment or recruitment advertising;
layoff or training, including apprenticeship. The Engineer
agrees to post in conspicuous place, available to employees and
applicants for employment, notices to be provided by the
Contracting Officer setting forth the provisions of this
nondiscrimination clause.
(B) The Engineer will, in all solicitations or advertisements
for employees placed by or on behalf of the Engineer, state that
all qualified applicants will receive consideration for
employment without regard to race, color, religion, sex, or
national origin.
SECTION 6. CONFLICT OF INTEREST
[A) Interest of Owner
' No officer, employee, or agent of the Owner who exercises any
functions or responsibilities in the review or approval or in
' connection with the carrying out of the project to which this
contract pertains shall have any personal interest, direct or
indirect, in this contract.
(B] Interest of Certain Federal Officials
No member of or delegate to the Congress of the United States,
' and no Resident Commissioner, shall be admitted to any share or
part of this contract or to any benefit to arise herefrom.
' (C) Interest of Engineer
The Engineer covenants that he presently has no interest and
' shall not acquire any interest, direct or indirect, in the above
described project area or any parcels therein or any other
interest which would conflict in any manner or degree with the
performance of his services hereunder. The Engineer further
' covenants that in the performance of this contract, no person
having any such interest shall be employed.
1
L
I
SECTION 7. OTHER PROVISIONS
In connection with the project, the Owner shall:
' (Al Give thorough consideration to all documents presented by
the Engineer and inform the Engineer of all decisions within a
reasonable time so as not to delay the work of the Engineer.
[H] Mike provision for the employees of the Engineer to enter
public and private lands as required for the Engineer to perform
necessary preliminary surveys and investigations.
' [C] Obtain the necessary lands, easements, and Right -of- Ways
for the construction of the work.
I
I
C
L
H
I
H
I
L
H
[D] Furnish the Engineer such plans and records of construction
and operation of existing facilities, or copies of same, bearing
on the proposed work as may be in the possession of the Owner.
Such documents or data will be returned to the Owner upon
completion of the work or upon the request of the Owner.
[E] Pay the cost of making necessary soundings, borings,
analyses of materials and laboratory work performed by an
Independent Certified Materials Lab exclusive of the Engineer's
supervision thereof.
[F] Pay all plan review costs and all cost of advertising in
connection with the project.
Original documents, plans, design, and survey
product and training, experience, and prof
accordingly belong to and remain the property
produced them regardless of whether the
copyrighted or whether the project for which
is executed.
notes represent the
essional skill, and
of the Engineer who
instruments were
they were prepared
The Engineer shall furnish the Owner two copies of "as -built"
drawings of each phase of the project at his expense; and the
Owner may, at his expense, retain reproducible copies of drawings
and copies of other documents.
This agreement shall be binding upon the parties hereto, their
partners, heirs, successors, administrators, and assigns; and
neither party shall assign, sublet or transfer his interest in
this agreement without the prior written consent of the other
party hereto.
H
I
L
I
H
L
I
7
I
L
C
1
1
1
1
1
I
IN WITNESS WHEREOF, the Owner has caused these presents to be
executed in its behalf by its duly authorized representatives,
and the said Engineer by its duly authorized representatives, and
the parties hereto have set their hands and seals on the date
heretofore set out.
CITY OF FAYETTEVILLE, ARKANSAS
MILHOLLAND COMPANY
Attest:
Me n ilholland, Owner
.d%.r AX:aa
.1 --
12
Date: , 1990
Date:_ , 1990
I
MICROFILMED \J42
TASK ORDER NO. 3
FOR
WATER DISTRIBUTION SYSTEM IMPROVEMENTS
As Recommended in the 1989 Water Master Plan Study
Fayetteville, Arkansas
Project No. Fy-200
In accordance with the existing "AGREEMENT TO FURNISH WATER SYSTEM
ENGINEERING SERVICES TO THE CITY OF FAYETTEVILLE, ARKANSAS" dated
February 6, 1990, between McGoodwin, Williams and Yates (hereinafter referred to as
the Engineer) and the City of Fayetteville, Arkansas (hereinafter referred to as the
Owner), the Owner desires that the Engineer will provide specific services relating to
several immediate water distribution system improvements which were described in the
1989 Water Master Plan Study and are set out below.
HUSH PUPPY IMPROVEMENTS:
10,500 L.F. 8 -Inch Water Line $197,000
SOUTH MOUNTAIN IMPROVEMENTS:
New Fire Pump 25,000
HAPPY HOLLOW IMPROVEMENTS:
2,200 L.F. 8 -Inch Water Line 41,000
MISSION BLVD. IMPROVEMENTS:
2,875 L.F. 8 -Inch Water Line ............................ 55,000
EVELYN HILLS IMPROVEMENTS:
Relocate Fire Hydrants ................................ 19.000
TOTAL $337,000
The scope of work and compensation for these services are as set out below.
f
L
SECTION •1. BASIC ENGINEERING SERVICES
The Engineer is designated by the Owner and is hereby authorized to:
A) Make preliminary investigations, preliminary surveys, and establish other
data as Is required to make cost estimates and recommendations to the Owner relative
to the work required.
B) Make final surveys, prepare final cost estimates, prepare detailed plans and
specifications and submit same to the Arkansas Department of Health for their review
and approval.
C) Advise the Owner as to areas of the project where it appears that
construction activity will take place on private property, and therefore will require
preparation of easement legal descriptions and plats for easement acquisition. In some
instances it may be necessary to conduct detailed land surveys to obtain the information
necessary to write the legal descriptions and prepare the plats. In such cases, the
Engineer will advise the Owner of this need, but will not be responsible for performing
any necessary land surveys.
D) Prepare easements and tract plats for easement acquisition.
E) Assist the Owner in the advertisement and receipt of bids, awarding of
construction contracts, preparation of contract documents, and the issuance of the
Notice to Proceed.
SECTION 2. LAND SURVEYS
Under Paragraph C. Section 1, it is set out that the Engineer will advise the
Owner as to locations where, in the Engineer's judgment, land surveys should be
conducted for the purpose of establishing right-of-way and/or preparation of tract plats
needed for easement acquisition. After the Engineer has fulfilled the above described
responsibility, the Owner may elect to direct the Engineer to perform certain land
L
r
}
K
surveys and to prepare certain tract maps. As directed by the Owner, the Engineer will
perform the following work:
1) Furnish or obtain the services of a "Registered Land Surveyor" as
necessary to provide detailed property surveys.
2) Prepare tract maps as may be required.
SECTION 3. CONSTRUCTION MANAGEMENT SERVICES
The Engineer agrees to provide construction management services including
construction surveys, periodic 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 work between the Owner
and the contractor.
SECTION 4. ITEMS TO BE FURNISHED BY THE OWNER
The Owner agrees to furnish the following:
A) Access to all available maps or other data relative to the portion of the
utility system involved in the project.
B) Right -of -entry from property owners to permit necessary field surveys.
C) Land record research to determine the apparent land owners, descriptions
of the land owners' properties, subdivision plats, and other data that may be required
in order to write any required easement legal descriptions and prepare plats for
easement acquisition..
D) Excavations as needed to determine elevation and/or locations of
underground utilities when same cannot be determined by any other procedure.
E) Pay all plan review costs and all costs of advertising in connection with the
project.
I
x
12
SECTION' 5. COMPENSATION
The Engineer agrees to provide the necessary personnel required to furnish basic
engineering services and construction management services at the hourly rates set out
in the existing "Agreement to Furnish Water System Engineering Services to the City of
Fayetteville, Arkansas" dated February 6, 1990. A cost ceiling of $35,000 is hereby
established for the contemplated work.
The Engineer agrees to keep accurate records of the hours of the various
persons working on the project and to make available to the Owner supporting
documentation of the time required. The rates shall be subject to renegotiation upon
the anniversary date of this task order.
SECTION 6. OTHER WORK
Any additional engineering services required which are outside the scope of this
task order and authorized in writing by the Owner will be done by the Engineer.
Reimbursement for work done under this provision will be based on the actual time
required using the rates previously established.
Authorized by:
CITY OF FAYETTEVILLE, ARKANSAS
/7
Lineb , CManager Date
Accepted by:
McGOODWIN, WILLIAMS AND YATES, INC.
Charles R. Nickle, Vice -President Date
I
PROJECT
OPEN END CONTRACT - TASK ORDER NO. 4
E-269
ENGINEERING SERVICE AGREEMENT
CITY OF FAYETTEVILLE
113 west Mountain Street
Fayetteville, Arkansas 72701
OWNERS
CITY OF FAYETTEVILLE
113 West Mountain Street
Fayetteville, Arkansas 72701
AUGUST 1990
MELVIN L. MILHOLLAND, ENGINEER
MILHOLLAND COMPANY
Engineering & Surveying
205 West Center
Fayetteville, Arkansas 72701
(501) 443-4724
OPEN END CONTRACT - TASK ORDER No. 4
AGREEMENT FOR ENGINEERING SERVICES
FOR
MILL AVENUE EXTENSION
STREET AND DRAINAGE IMPROVEMENTS
I SPRING STREET TO CENTER STREET I
E-269
THIS
Aq EEMENT, made and
entered Into
this
day
o£
_y
1990, by
and
between the City
of
Fayettevill
, Arkansas, hereinafter
referred
to as the "Owner",
and
Milholland Company,
Engineering
and
Surveying, Consulting
Engineers
of Fayetteville,
Arkansas,
hereinafter
referred
to
as
the "Engineer",
WITNESSED THAT:
WHEREAS, the Owner desires to Construct MILL AVENUE EXTFNSION
from the center_ine of Spring Street south to the centerline of
Center Street within the City of Fayetteville.
WHEREAS, the Engineer has sufficient experienced personnel and
equipment to perform the work described In this Agreement,
NOW
THEREFORE,
in
consideration
of
the
mutual
covenants and
agreements
partiee
employ
hereto,
the
herein
Engineer
stipulate
cor.t_ained,
and
to perform
the
agree
the
Cwner
required
and
that
the
the Cwner
engineering
Engineer, the
does hereby
services
as
services.
hereinafter
set
cut; and the
Engineer
agrees
to provide said
:ECTION 1: DESCRIPTION OF PROJECT:
Thr• Project for which engineering services are tc be provided is
generally described as follows:
II
MILL AVENUE EXTENSION: Design, AcgiiisItlen, Bids, ar.d Con-
struction Management of a 31 foot Back -to -Back street with storm
•irainage and a sidewalk 1n a 53 foot roadway, grading, base and
hard surface pavement per city of Fayetteville street specifi-
-cations; provide City Street Department Right -of -Way maps and
rne:essary Right -of -Way Descriptions to acquire a 50 foot street
easement from the centerline of Spring Street to the centerline
of Center Street.
r
1
SECTION 1: DESCRIPTION (CONT'D)•
Engineering Services for said project shall be separated into
three (3) parts as follows:
PART I: "Engineering Design and Acquisition"
PART II: "Taking bids through Award of Contract"
PART III: "Construction Management"
SECTION 2: SCOPE OF ENGINEERING SERVICES:
4
The Engineer shall provide a suitable staff to perform Basic
Engineering Services, Bid Documentation and Construction
Management, including necessary resident inspection, and as an
extra item, Right -of -Way Plats and Descriptions. These various
types of work are more specifically defined as follows:
PART I: BASIC ENGINEERING SERVICES:
Work to be done under this item shall consist of the following:
[1] Make field engineering surveys of the various sites to
establish the data necessary for the preparation of plans and
specifications in order to build the contemplated improvements.
The field engineering surveys shall include the location of all
existing utilities within street Riyht-of-Ways as best can he
located without excavation.
(2) Prepare a
preliminary
overall
design and cost estimate and
review same with
the
Owner prior to
final design.
(3] Prepare plans and specifications for the proposed
improvements. The plans shall show the location of the street
centerlines, unless otherwise approved. Engineer shall provide
Owner with two (2) complete sets of the plans and specifications.
(4]
Meet with representatives of
all
Involved utility
companies
and
governmental agencies to coordinate
the overall
project.
[5] Advise the Owner as to soils investigations that might be
required and assist in the coordinating of the same. The cost of
the soils investigations shall be borne by the Owner.
[6] Prepare construction cost estimates.
PART I -A: RIGHT-OF-WAY ACQUISITION:
Only work as directed by the Owner shall be done under this
section of the contract. The total fee shall riot exceed $200.00
per Right -of -Way Plat and Description.
All of the above described work shall be completed in such time
that the Owner may receive construction within 60 days after the
Engineer receives a "Notice to Proceed" on the project. Time is
expressly made of the essence of this Agreement.
SECTION 2: SCOPE OF ENOINEER:NGS (CCNT'D):
PART. II: TAKING BIDS THROUGH AWARD OF CONTRACT:
Work to be performed under this item. shall consist cf the
following.
11) Assist the Owner in the advertising for and receiving of
cor.structiun bids, including recommendation of construction
contract award.
PART III: CONSTRUCTION MANAGEMENT:
Under this Phase, the Engineer will perform the following items
of work:
[1] Provide for periodic visits to the jab s'.tes by d
professional engineer to observe the overall progress and qua1 ty
of executed work.
(21
Provide for
necessary resident inspection
of the project
construction.
Ml
Provide a
survey crew tc lay out
the project for
-,)rutruction,
excluding
any necessary land
and Right -of- Way
survey;.
:4] Pr_)vide 3 project engineer to manage and coordinate the
r11 tructio❑ activities.
:s; Provide other personnel such a:, secretaries, draftsmen,
engineering technicians, etc., as may be needed to assist the
project engineer In the various activities that :nay be required.
(61 Prepare monthly partial payment estimates and a final
payment estimate to the contractor, including the assembly cf
written guarantees which are required by the contract documents.
I%1 Pr:vi:ie for final inspection of the project in the company
of representatives oof the Ow:rer, tn- project engineer, a repre-
sentative cf the contractor, and any other party designated by
the Owner.
Fayrients f
or
the
ahw•ve
described
wore
shall
be made
on an hourly
basis as furt`k.'r
defirieiI
Ir.
Sect Ion
3
of this
contract.
I
I,r
SECTION 3. COMPENSATION:
Compensation for the various
types
of services to be provided
under this contract shall
be
made as
follows:
A. PART I: BASIC ENGINEERING SERVICES:
Compensation for basic engineering services shall be a lump sum
fee amount of $13,500.00. This fee includes full compensation
for every item of work as described in SECTION 2, PART I. The
fee is based on an estimate of the various classifications of
work at an hourly rate. The hourly rates Include direct labor
costs plus allowances for indirect labor costs, overhead, and
profit.
PART I -A: RIGHT-OF-WAY ACQUISITION:
Compensation for PLATS AND DESCRIPTIONS for Additional street
Right -of -Ways shall be based on the hours of work actually
required. The rates to be based charged for the various
classifications of personnel shall be identical to those set out
under Section 3-D below with a MAXIMUM -NOT -TO -EXCEED 5600.00 for
an estimated two (2) ownerships.
Only work as directed by the Owner shall be done under this
section of the contract. The total fee shall not exceed $300.00
per each Right -of -Way Plat and Description.
B. PART II: BIDS THROUGH AWARD OF CONTRACT:
Compensation
for
"Advertisement
for Bids" through "Award of
Contract"
shall
be
a Fixed
Fee of
$1,000.00.
C. PART III: CONSTRUCTION MANAGEMENT:
Compensation for Construction Management Services described in
SECTION
2, PART III, shall be based on the actual
hours of the
various
classifications of employees
that may be
necessary to
perform
the work. The total fee shall
not exceed
86,500.00 so
long as
the total construction time is
60 calendar
days or less
from the
date of the "Notice to
Proceed" to the
construction
contractor.
If the total construction
time exceeds
60 calendar
days, then
the Engineer shall be
compensated for the
additional
time the
various classifications
of employees are
required to
work on the
project or the Owner
may terminate this
agreement by
giving the
Engineer written Notice
of Termination.
SECTION 3: COMPENSATION: (Cont'd):
D. HOURLY RATES FOR VARIOUS CLASSIFICATIONS OF PERSONNEL:
The hourly rates to be charged for the various classifications of
personnel are set out below:
HOURLY RATE PER CLASSIFICATION:
Professional Engineer
$65.00
per
hour
Registered Land Surveyor
845.00
per
hour
Engineering Aide
$55.00
per
hour
Secretary
$18.00
per
hour
Survey Crew
$65.00
per
hour
Resident Inspector
$30.00
per
hour
Draftsman
$25.00
per
hour
Computer w/Operator
$35.00
per
hour
Travel
$00.25
per
mile
The hourly rates shown above include total compensation to the
Engineer for all expenses for said services described in SECTION
2, PART III above.
E. METHOD OF PAYMENT:
Partial payments to the Engineer shall be made monthly as long as
the accumulative of payments do not exceed the following:
fl] PART I: Basic Engineering Services:
Sixty-five percent (65%) upon completion of field
engineering surveys and preliminary design.
Thirty-five percent C35%) upon completion of final plans
an specifications and submittal to the Owner.
[2) PART :-A: RIGHT-OF-WAY PLATS AND DESCRIPTIONS:
Payment to be made upon completion of the various
items of work as directed by the Owner.
L3; PART::: BIDS THROUGH AWARD OF CONTRACT:
90% after opening BIDS, and
13% after Award of Construction Contract.
[4] PART III: CONSTRUCT:ON MANAfEMENT:
Payment to be made on a monthly basis during the
construction phase.
SECTION 4. GENERAL CONSIDERATIONS:
A. Termination of Contract for Cause
If, through any cause, the Engineer shall fail to fulfill in
timely and proper manner his obligations under this contract, or
if the Engineer shall violate any of the covenants, agreements,
or stipulations of the contract, the Owner shall thereupon have
the right to terminate this contract by giving written notice to
the Engineer of such termination and specifying the effective
date thereof, at least five (5) days before the effective date of
such termination. In such event, all finished or unfinished
documents, data, studies, and reports prepared by the Engineer
under this contract shall, at the option of the Owner, become its
property, and the Engineer shall be entitled to receive just and
equitable compensation under this contract for any satisfactory
work completed on such documents.
Notwithstanding the above, the engineer shall not be relieved of
liability to the owner for damages sustained by the Owner by
virtue4of any breach of the contract by the Engineer, and the
Owner may withhold any payments to the Engineer for the purpose
of setoff until such time as the exact amount of damages due the
Owner from the Engineer is determined.
B. Termination for Convenience of Owner
The Owner may terminate this contract any time by a notice in
writing from the Owner to the Engineer. If the contract is
terminated by the Owner as provided herein, the Engineer will
receive just and equitable compensation under this contract.
C. Changes
The Owner may from time -to -time request changes in the scope of
the services of the Engineer to be performed hereunder. Such
changes, Including any increase or decrease in the amount of the
Engineer's compensation, which are mutually agreed upon by and
between the Owner and the engineer, shall be incorporated in
further written amendments to this contract.
D. Personnel
[1] The Engineer represents that he has, or will secure at his
own expense, all personnel required in performing the services
under this contract. Such personnel shall not be employees of or
have any contractual relationship with the Owner.
[2] All the services required hereunder will be performed by the
Engineer or under his supervision and all personnel engaged in
the work shall be fully qualified and shall be authorized or
permitted under state and local law to perform such services.
SECTION 4: GENERAL CONDITIONS (CONT'D):
[3]
Nc
person who
is
serving
sentence
in a
penal
or correctional
institution,
shall
be
employed
on wcrk
order
this
contract.
E.
Compliance
with
Local
Laws
The
Engineer
shall
comply
with all applicable
laws, ordinances,
and
codes
of the
state and
local governments and
shall ccmmit no
trespass
on any
pub=ic or
private property in
perfcrmir.g any of
the
work
embraced
by this
contract.
F, Assignability
The Enqineer shall not assign any interest in this contract and
si.all not transfer any interest 'n the same (whether by
assignment or ncvation) without the prior written approval of the
Owner; provided, however, that claim:. for money due or t•D :;ecome
due the Engineer from the owner under this contract may be
assigned to a bank, trust company, or other financial
institution, or tc a trustee in bankruptcy, without such
approv31. Notice of any such assignment or transfer shall be
furnished promptly tc the Owner.
n. Acces. to Records
The Owner, the U.S. Department cf Hous'nq and Urban Development,
the Comptroller General of the Ur.iteij States, or any of their
duly authorized representatives, shall have access to any book,
ducunents, papers, and records of the Engineer doing work under
this contract which are directly pertinent to a specific grant
program for the purpose of making audits, examinations, excerpts,
,3 :I d 1.rans cript: Ins.
H. Etirnate
S_nc• the Engineer has no control ever the cost of 'labor,
mater1 cr e:;uipment, or over the methcds of determining
price=_; cr over competitive bidding or market condtions, the
tn.atcf is provided are t i Cnad.e en the basis of the
Er.g.neer's experience and glualifical i -r.' 3r.d represent hic best
jl2girent, bninq familiar with the industry, but the Engineer
canii_t and d'":; nit yllarant�' tIia y. ' 31i1it31".r•1 cc't w:.. nOt
vary from. e;ti'.3t' prepared.
Ti-.: Er.q:,ne r _311 ScCUre avid mainl_3in ,::h insurance .3=
protect him from claims under the wor,men'3 Compensatior ict.; end
from claims for bodily injury, death ar property damage which may
Srise from the performance of his services under this coctr3rt.
SECTION 4: GENERAL CONDITIONS (CONT'D)•
J. Successors and Assigns
Each party of this contract binds himself and his partners,
successors, executors, administrators and assigns to the other
party of this contract in respect to all covenants of this
contract. Neither party shall assign, sublet or transfer his
interest in this contract without the written consent of the
other.
SECTION 5: EQUAL OPPORTUNITY PROVISIONS:
During the performance of this contract, the Engineer agrees as
follows:
[A] The Engineer will not discriminate against any employee or
applicant for employment because of race, color, religion, sex,
or national origin, The Engineer will take affirmative action to
ensure that applicants are employed, and that the employees are
treated during employment, without regard to their race, color,
religion, sex,cr national origin. Such action shall include, but
i:ot be limited to the following: employment upgradin•3,
demction,or transfer, recruitment or recruitment advertising;
layoff or training, including apprenticeship. The Engineer
agrees to post in conspicuous place, available to employees and
applicants for employment, notices to be provided by the
Contracting Officer setting forth the provisions of this
nondiscrimination clause.
B]
The Engineer
will, in
all solicitations
or advertisements
for
employees
placed by or
on behalf of the
Engineer, state that
all
gna':;fied
applicants
will receive
consideration for
employment
without
regard
to race, color,
religion, sex, or
national
origin.
SECTION 6: CONFLICT OF INTEREST:
(A] Interest of Owner
No officer, employee, or agent of the Owner who exercises any
functions or responsibilities in the review or approval or in
connection. with the carrying out of the project to which this
contract pertains shall have any personal interest, direct or
ind.ra-ct, in this contract.
(B] Interest cf Certain Federal Officials
No member of or delegate to the Congress of the United States,
and no Resident Commissioner, shat: be admitted to any share cr
part .1f this contract or to any beri.-fit to arise herefrrm.
[C] :nterest of Engineer
The Engineer ovenants that he presently has no interest and
shall not acquire any interest, direct or indirect, ir. the above
described project area or any parcels therein or any oti.er
interest which would conflict in any manner or degree with the
turf:rmar.ce of his services hereunder. The Engineer further
covenants that in the performance of this contract, no per,on
having any such interest shall Lie rn'ployed.
SECTION 7: OTHER PROVISIONS:
' In convection with the project, the Owner shall:
' [A] Give thorough consideration to all documents presented by
the Engineer and inform the Engineer of all decisions within a
reasonable time so as not to delay the work of the Engineer.
' [B] Make provision for the employees of the Engineer to enter
public and private lands as required for the Engineer to perform
necessary preliminary surveys and investigations.
' [C] Obtain the necessary lands, easements, and Right -of- Ways
for the construction of the work.
IN Furnish the Engineer such plans and records of construction
and operation of existing facilities, or copies of same, bearing
on the proposed work as may be in the possession of the Owner.
Such documents or data will be returned to the Owner upon
completion of the work or upon the request of the Owner.
[El Pay the cost of making necessary soundings, borings,
analyses of materials and laboratory work performed by an
Independent Certified Materials Lab exclusive of the Engineer's
supervision thereof.
[F] Pay all plan review costs and all cost of advertising in
connection with the project.
Original documents, plans, design, and survey
product and training, experience, and prof
accordingly belong to and remain the property
produced them regardless of whether the
copyrighted or whether the project for which
is executed.
notes represent the
�ssional skill, and
of the Engineer who
instruments were
they were prepared
The Engineer shall furnish the Owner two copies of "as -built"
drawings of each phase of the project at his expense; and the
Owner may, at his expense, retain reproducible copies of drawings
and copies of other documents.
This agreement shall be binding upon the parties hereto, their
partners, heirs, successors, administrators, and assigns; and
neither party shall assign, sublet or transfer his interest in
this agreement without the prior written consent of the other
party hereto.
IN WITNESS WHEREOF, the Owner has c auaed these ptr�ent.;, to he
executed In its behalf by its duly authorized representatives,
and the said Engineer by Its duly authorized representatives, and
the parties hereto have set their hands and seals on the slate
heretofore set out.
CITY OF FAYETTEVILLE, ARKANSAS
Attest:
HILHOLLANO COMPANY
Atte-L'
Helvir. L. Milholland, Owner
T
Secretary
TASK ORDER NO. 1
ENGINEERING SERVICES
FOR
SANITARY SEWER REPLACEMENT
NEAR AMERICAN AIR FILTER, ARMSTRONG AVENUE
This Task Order is executed pursuant to the Basic Agreement between
McCLELLAND CONSULTING ENGINEERS, INC., (ENGINEER and the CITY OF
FAYETTEVILLE, ARKANSAS, (OWNER) on the dy'tt day o , 1990.
ARTICLE 1
The OWNER hereby authorizes the ENGINEER to perform all field surveys and
design functions required to replace the existing sanitary sewer within the
encasement pipes under the railroad right-of-way paralleling Armstrong
Avenue and under Armstrong Avenue immediately south and east of the
American Air Filter plant. In order to assist the OWNER, the ENGINEER will
complete the following tasks under Task Order No. 1:
o Field topographic surveys.
o Detailed design of recommended improvements.
o Preparation of Plans and Specifications (bid documents).
o Provide coordination with the Arkansas Department of Health
for document review.
o Cost estimates.
o Assist the City in advertising and sale of Plans and
Specifications at the ENGINEER'S cost.
o Assist the City in bidding the project and bid
evaluation/recommendations.
o Pre -construction meeting assistance.
o Observation of construction for compliance with Plans and
Detailed Specifications.
o Review of Shop Drawings.
o Preparation of Change Orders.
o Preparation of Pay Estimates for work completed.
o Preparation of Record Drawings.
o Final review of work and recommendations for acceptance.
ARTICLE 2
The compensation
be as follows:
for services to be provided in Article 1 is to
o Field Surveys and
Design Phase -
o Coordination with
Health Department -
o Advertising/bidding -
o Construction Phase
Services -
$ 1,800 lump sum.
$
100
lump sum.
$
250
lump sum.
$
1,800
lump sum.
ARTICLE 5
IN WITNESS WHEREOF, the parties hereto subscribe the same in
triplicate.
FOR CITY OF FAYETTEVILLE, ARKANSAS
I. •, I. ,' ••�
i
FOR McCLELLAND CONSULTING ENGINEERS, INC.
a (Title)
Dated this T½ay of ______Vl/1_______ , 1990.
ATTEST:
TASK ORDER NO. 2
ENGINEERING SERVICES
FOR
SEWER SYSTEM IMPROVEMENTS RELATED TO
OVERFLOWING MANHOLE AT WILSON PARK AND NORTH STREET PUMP STATION
This Task Order is executed pursuant to the Basic Agreement between
McCLELLAND CONSULTING ENGINEERS, INC., (ENGINEER) and the CITY OF
FAYETTEVILLE, ARKANSAS, (OWNER) on the day ofQi4sa. 1990.
ARTICLE 1
The OWNER hereby authorizes the ENGINEER to perform a preliminary
investigation complete with preliminary cost estimates ioentifying various
alternatives to address the overflowing manhole in the southeastern corner
of Wilson Park and the wet well configuration of the North Street Pump
Station. The findings of the preliminary investigation shall be presented
in written form to the OWNER for use in determining whether to proceed with
implementing any of the alternatives identified.
The OWNER shall provide the ENGINEER with drawings and other documents
related to existing structures and conditions. The ENGINEER may rely upon
the general accuracy of these documents in performing his preliminary
investigation.
ARTICLE 2
The OWNER shall compensate the ENGINEER for services provided as referred
to in Article 1 a lump sum of $3,800 for the preliminary engineering
investigation.
ARTICLE 5
IN WITNESS WHEREOF, the parties hereto subscribe the same in
triplicate.
FOR CITY OF FAYETTEVILLE, ARKANSAS
FOR McCLELLAN CONSULTING ENGINEERS, INC.
By . v y
(Title)
Dated this day ok LM , 1990.
ATTEST:
Gr/ -e
JI:L/ Kdt
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
TO: Contract/Lease/Grant Review Persons
FROM: Scott C. Linebaugh, City Manager
DATE: June 28, 1990
SUBJECT: Review of Task Orders 1 & 2. Indefi
Please review the attached agreement for indefinite delivery
contract American Air Filter Sewer and Wilson Park Overflows -
McClelland Engineers.
I appreciate your assistance.
Contract/Lease Review
Date
cv c, CIO
Date
x-10
Date
Date
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
TO: Scott Linebaugh,��Ciityy Manager
FROM: City Engineer 4�d�
SUBJECT: Task Orders 1 and 2, Indefinite Delivery Contract
American Air Filter Sewer and Wilson Park Overflows
McClelland Engineers
DATE: June 26, 1990
Attached for your signature are Task Orders 1 and 2 as noted
above.
Task Order No. 1 involves the engineering work required to
replace an existing 12 -inch sewer line in the vicinity and
downstream from American Air Filter. The replacement is
necessitated by a discharge of a resinous material from American
Air Filter. American Air Filter will bear all of the cost of the
replacement. The cost of this Task Order is $3,950.00.
Task Order No. 2 involves a study of the sewers around Wilson
Park to determine whether some solution exists for the overflows
in that vicinity. The cost of the Task Order is $3,800.00.
If you have any questions, please call me.
� � T
7_' i
TASK ORDER NO. 3
ENGINEERING SERVICES
FOR
SANITARY SEWER MANHOLE REHABILITATION
WHITE RIVER BASIN
This Task Order is executed pursuant to the Basic Agreement between
McCLELLAND CONSULTING ENGINEERS, INC., (ENGINEER) and the CITY OF
FAYETTEVILLE, ARKANSAS, (OWNER) on the o2('' day of 1990.
ARTICLE 1
The OWNER hereby authorizes the ENGINEER to perform all field
surveys, design and construction phase services required to
rehabilitate 217 selected existing sanitary sewer manholes within
the White River Basin. These manholes have been identified in an
engineering report provided to the OWNER by others. In order to
assist the OWNER, the ENGINEER will complete the following tasks:
1.1 Conduct field investigations (to verify the needed
repairs for 20% of the manholes identified).
1.2
Evaluate the results of field investigation to
determine the advisability of further field
verification.
1.3
Prepare specifications.
1.4
Prepare Drawings.
1.5
Confer with the City staff throughout the project.
1.6
Coordinate with the Health Department.
1.7
Advertise and manage the bidding process.
1.8
Provide resident construction observation.
1.9
Prepare/review progress payment request.
Additionally, the ENGINEER will provide the same type of services
regarding
approximately 30 manhole repairs within the Country Club
Hill area
of the sewer system, as identified by OMI (wastewater
system operators).
The compensation for services to be provided in Article 1 is to be
as follows:
2.1 Field Surveys and
Design Phase - $11,200 lump sum.
2.2 Construction Phase
Services - $14,000 lump sum.
IN WITNESS WHEREOF, the parties hereto subscribe the same in
triplicate.
FOR CITY OF FAYETTEVILLE, ARKANSAS
BY 4<.
(N ) /J (Title)
D ed t is day of (lug, 1990.
a
FOB M NS TING ENG�I/NEEEERS, INC.
B Y I � .
( me) ,(Title))
Dated this day of 1�s� Wl-h I, 1990.
TASK ORDER NO. 3
FOR
WATER DISTRIBUTION SYSTEM IMPROVEMENTS
As Recommended in the 1989 Water Master Plan Study
Fayetteville, Arkansas
Project No. Fy-200
In accordance with the existing "AGREEMENT TO FURNISH WATER SYSTEM
ENGINEERING SERVICES TO THE CITY OF FAYETTEVILLE, ARKANSAS" dated
February 6, 1990, between McGoodwin, Williams and Yates (hereinafter referred to as
the Engineer) and the City of Fayetteville, Arkansas (hereinafter referred to as the
Owner), the Owner desires that the Engineer will provide specific services relating to
several immediate water distribution system improvements which were described in the
1989 Water Master Plan Study and are set out below.
HUSH PUPPY IMPROVEMENTS:
10,500 L.F. 8 -Inch Water Line $197,000
SOUTH MOUNTAIN IMPROVEMENTS:
New Fire Pump
HAPPY HOLLOW IMPROVEMENTS:
2,200 L.F. 8 -Inch Water Line
MISSION BLVD. IMPROVEMENTS:
2,875 L.F. 8 -Inch Water Line ........
25,000
41,000
55,000
EVELYN HILLS IMPROVEMENTS:
Relocate Fire Hydrants ................................ 19.000
TOTAL
$337,000
The scope of work and compensation for these services are as set out below.
.',
2
SECTION 1. BASIC ENGINEERING SERVICES
The Engineer is designated by the Owner and is hereby authorized to:
A) Make preliminary investigations, preliminary surveys, and establish other
data as Is required to make cost estimates and recommendations to the Owner relative
to the work required.
B) Make final surveys, prepare final cost estimates, prepare detailed plans and
specifications and submit same to the Arkansas Department of Health for their review
and approval.
C) Advise the Owner as to areas of the project where it appears that
construction activity will take place on private property, and therefore will require
preparation of easement legal descriptions and plats for easement acquisition. In some
Instances it may be necessary to conduct detailed land surveys to obtain the information
necessary to write the legal descriptions and prepare the plats. In such cases, the
Engineer will advise the Owner of this need, but will not be responsible for performing
any necessary land surveys.
D) Prepare easements and tract plats for easement acquisition.
E) Assist the Owner in the advertisement and receipt of bids, awarding of
construction contracts, preparation of contract documents, and the issuance of the
Notice to Proceed.
SECTION 2. LAND SURVEYS
Under Paragraph C, Section 1, it is set out that the Engineer will advise the
Owner as to locations where, in the Engineer's judgment, land surveys should be
conducted for the purpose of establishing right-of-way and/or preparation of tract plats
needed for easement acquisition. After the Engineer has fulfilled the above described
responsibility, the Owner may elect to direct the Engineer to perform certain land
I
3
surveys and to prepare certain tract maps. As directed by the Owner, the Engineer will
perform the following work:
1) Furnish or obtain the services of a "Registered Land Surveyor" as
necessary to provide detailed property surveys.
2) Prepare tract maps as may be required.
SECTION 3. CONSTRUCTION MANAGEMENT SERVICES
The Engineer agrees to provide construction management services including
construction surveys, periodic 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 work between the Owner
and the contractor.
SECTION 4. ITEMS TO BE FURNISHED BY THE OWNER
The Owner agrees to furnish the following:
A) Access to all available maps or other data relative to the portion of the
utility system involved in the project.
B) Right -of -entry from property owners to permit necessary field surveys.
C) Land record research to determine the apparent land owners, descriptions
of the land ownersproperties, subdivision plats, and other data that may be required
in order to write any required easement legal descriptions and prepare plats for
easement acquisition.
D) Excavations as needed to determine elevation and/or locations of
underground utilities when same cannot be determined by any other procedure.
E) Pay all plan review costs and all costs of advertising in connection with the
project.
0 .
4
SECTION 5. COMPENSATION
The Engineer agrees to provide the necessary personnel required to furnish basic
engineering services and construction management services at the hourly rates set out
in the existing "Agreement to Furnish Water System Engineering Services to the City of
Fayetteville, Arkansas" dated February 6, 1990. A cost ceiling of $35,000 is hereby
established for the contemplated work.
The Engineer agrees to keep accurate records of the hours of the various
persons working on the project and to make available to the Owner supporting
documentation of the time required. The rates shall be subject to renegotiation upon
the anniversary date of this task order.
SECTION 6. OTHER WORK
Any additional engineering services required which are outside the scope of this
task order and authorized in writing by the Owner will be done by the Engineer.
Reimbursement for work done under this provision will be based on the actual time
required using the rates previously established.
Authorized by:
CITY OF FAYETTEVILLE, ARKANSAS
Manager
Accepted by:
McGOODWIN, WILLIAMS AND YATES, INC.,
Charles R. Nickle, Vice -President
i� 90
Date
TASK ORDER NO. 4
ENGINEERING SERVICES
FOR
WATER AND SEWER RELOCATIONS
POPLAR STREET BRIDGE PROJECT
This Task Order is executed pursuant to the Basic Agreement between
McCLELLAND CONSULTING ENGINEERS, INC., (ENGINEER) and the CITY OF
FAYETTEVILLE, ARKANSAS, (OWNER) on the 22' day of t 1990.
The OWNER hereby authorizes the ENGINEER to perform all field
surveys, design and construction phase services required to
relocate the existing water and sanitary sewer utilities in
conjunction with the construction project to reconstruct the Poplar
Street Bridge (bridge work to be performed by others). In order to
assist the OWNER, the ENGINEER will complete the following tasks:
1.1 Engineering design and construction observation
services for relocating a segment of 6 -inch water
main on the north end of the new bridge, relocating
a segment of 18 -inch gravity sewer on the south end
of the bridge and relocating a designated fire
hydrant and water meter.
1.2 Engineering design and construction observation
services for the installation of a new chain link
fence and concrete wall on the north side of the
sewage pump house.
1.3 Easement preparation services as necessary to
provide construction access for the new water and
sewer line locations.
1.4 Coordination services with the Arkansas Highway
Department would be provided.
The compensation for services to be provided in Article 1 is to be
based upon the Hourly Rate Schedule attached to this Task Order as
Exhibit A. However, the total fee associated with this Task Order
shall not exceed $7,000 unless specifically authorized by the
Owner.
ARTICLE 5
IN WITNESS WHEREOF, the parties hereto subscribe the same in
triplicate.
FOR McCLELZAND ON8ULTING ENGINEERS, INC
By.y(� ,-��1
(Name) (Title)
etle)
Dated this ZIP day of W1990.
ATTEST:
7�
July 25, 1990
Principal Engineer
$75.00
Project Manager/Senior Engineer
$65.00
Electrical Engineer
$60.00
Mechanical Engineer
$50.00
Structural Engineer
$50.00
Civil Engineering Technician
$40.00
Construction Observer
$40.00
Chief Draftsman/Mechanical Designer
$43.00
Senior Draftsman
$33.00
Junior Draftsman
$22.00
CADD Station
$20.00
Survey Crew (2 -Man) $50.00
Survey Crew (3 -Man) $60.00
Soils Lab Supervisor $36.00
Soils Lab Technician $22.00
Water
Lab
Supervisor
$36.00
Water
Lab
Technician
$22.00
Clerical Support $22.00
Mileage $ .25/mile
Travel Expenses At Cost
f ? i
TASK ORDER NO. 5
ENGINEERING SERVICES
FOR
SANITARY SEWER REPLACEMENT
ALONG GREGG AVE. FORCEMAIN, EAST OF 71 BYPASS
This Task Order is executed pursuant to the Basic Agreement between
McCLELLAND CONSULTING ENGINEERS, INC., (ENGINEER) and the CITY OF
FAYETTEVILLE, ARKANSAS (OWNER) which was executed on the 29th of
June, 1990.
The OWNER hereby authorizes the ENGINEER to perform all field
surveys and design functions required to replace a portion of an
existing gravity sanitary sewer underneath the creek bed of a
tributary to Mud Creek for a distance of approximately 100 feet, as
well as underpinning an existing 18 -inch force main which parallels
the referenced gravity sewer. Re -concreting the existing spillway
with cut-off wall additions is also to be included. In order to
assist the OWNER, the ENGINEER will complete the following tasks
under this Task Order:
o Evaluation of alternative solutions.
o Field topographic, alignment, and profile surveys.
o Geotechnical soundings along the creek bank.
o Detailed design of recommended improvements.
o Preparation of Plans and Specifications
(construction documents)
o Cost estimates.
o Assist the City in negotiating a construction
contract.
o Pre -construction meeting assistance.
o observation of construction for compliance with
Plans and Detailed Specifications.
o Review of Shop Drawings.
o Preparation of Change Orders.
o Preparation of Pay Estimates for work completed.
o Preparation of Record Drawings.
o Final review of work and recommendations for
acceptance.
7 i
Article 2
The compensation for services to be provided in Article 1 is to be
based upon the Hourly Rate and Unit Price Schedules attached hereto
as Appendix A, with estimated fees as follows:
o Field Surveys and
Design Phase - $6,610
o Negotiating - $ 595
o Construction Phase
Services - $3,300
These fee estimates will not be exceeded by more than ten percent
(10%) without the express written consent of the OWNER. It is
understood that construction observation services are not to be
provided on a "full-time" basis, but rather to be provided while
"critical" work is being performed by the Contractor, such as:
o Initial set-up of temporary bypass -pumping
arrangement.
o Relaying the new gravity sewer.
o Excavation for new underpinning piers.
o All concrete placement operations.
o Final walk-through review.
IN WITNESS WHEREOF, the parties hereto subscribe the same in
triplicate.
FOR THE CITY OF FAYETTEVILLE, ARKANSAS
By
j Nam (Title)
Dated this " day of ebttk, 1990.
-d/
its/,ai.
, INC.
(Name)
Dated this rl`
W
JJAfflh
(Title)
day of 1990.
I
APPENDIX A TO
TASK ORDER NO. 5
January 11, 1990
Principal Engineer
$75.00
Project Manager/Senior Engineer
$65.00
Electrical Engineer
$60.00
Mechanical Engineer
$50.00
Structural Engineer
$50.00
Civil Engineer
$45.00
Senior Engineering Technician
$40.00
Construction Observer $50.00
Chief Draftsman Observer $43.00
Senior Draftsman $33.00
HVAC Designer/Draftsman $30.00
Junior Draftsman $22.00
CADD Station $20.00
Survey
Crew
(2 -Man)
$50.00
Survey
Crew
(3 -Man)
$60.00
Soils
Lab
Supervisor
$36.00
Soils
Lab
Technician
$22.00
Water
Lab
Supervisor
$36.00
Water
Lab
Technician
$22.00
Clerical Support $22.00
Mileage $.25/mile
Travel Expense At Cost
T R
APPENDIX A TO
TASK ORDER NO. 5
CONSTRUCTION MATERIALS LABORATORY
FEE SCHEDULE
SEPTEMBER, 1990
SOILS:
Soils Technician
$
25.00
per hour
Senior Engineering Technician
$
38.50
per hour
Consultation, Soils Engineer
$
50.00
per hour
Senior Engineer
$
65.00
per hour
In -Place Compaction Test -Nuclear Gauge
$
13.50
each
(minimum of 3 per trip)
Liquid Limit, Plastic Limit, Placticity Index
$
45.00
each
Sieve Analysis -Washed No. 200
$
20.00
per sieve
Sieve Analysis -Dry
$
6.50
per sieve
Laboratory Maximum Compaction
Test-ASTM D 698 or AASHTO 99
$80
.00
each
Laboratory Maximum Compaction
Test-ASTM D 1557 or AASHTO T 180
8100.00
each
Potential Volume Change -Swell Pressure
$100.00
each
California Bearing Ratio-CBR
$250.00
each
Shrinkage
$
50 .00
each
CONCRETE:
Concrete Technician
$
25.00
per hour
Senior Engineering Technician
$
38.50
per hour
Consultation, Concrete Engineer
$
50.00
per hour
Senior Engineer
$
65.00
per hour
Concrete Mix Design
$400.00
each
Review Concrete Mix Design
$150.00
each
Confirm Concrete Mix Design
$200.00
each
Unit Weight and Yield Confirmation
$
50.00
each
Concrete Cylinder Molding
$
7.50
each
Concrete Slump Test.
$
10.00
each
Concrete Air Entrainment Test
$
10.00
each
Compressive Strength of Concrete Test Cylinders
$
7.50
each
Spare Speciments Processed but not Tested
$
7.50
each
Aggregate Sieve Analysis
$
6.50
each
Specific Gravity and Absorption of Aggregate
$
75.00
each
Dry Rodded Unit Weight of Aggregate
$
50.00
each
• (one slump test per set of cylinders molded by MOCLELLAND is furnished at no additional cost.)
ASPHALT:
Asphalt Technician
$ 25.00
per hour
Engineering Technician
$ 38.50
per hour
Consultation, Asphalt Engineer
$ 50.00
per hour
Senior Engineer
$ 65.00
per hour
Asphalt Mix Design
$500.00
each
Review Asphalt Mix Design
$150.00
each
In -Place Compaction Test -Nuclear Gauge
$ 13.50
each
(minimum of 3 per trip)
Marshall Test including Stability, Row, Laboratory
Density, Percent Air Voids, Percent Voids in Mineral
$175.00
each
Aggregate (3 specimens per test)
Extraction including percent Bitument and
$125.00
each
Aggregate Gradation
Laboratory Density of Cored Plugs including Depth
Measurement
$ 15.00
each
GEOTECHNICAL INVESTIGATION FEE SCHEDULE
Layout of Borings
$ 55.00 per hour
Mobilization of $1.30/mile leach way)*
$ 75.00 minimum
Soil Drilling including Sampling
$ 8.00 per foot
Rock Drilling (Rotary Bit)
$ 10.00 per foot
Rock Coring (Diamond Bit)
$ 25.00 per foot
Boring Setup Charge
$ 25.00 per each
Standby Time (Rig and Crew) if required
$ 75.00 per hour
Atterberg Limits
$ 45.00 each
Moisture Content
$ 8.00 each
Unit Weight Test (Soil Sample)
$ 8.00 each
Unconfined Compression Test
$ 40.00 each
Gradation Tests Dry Sieve
$ 6.00 each
Wet Sieve
$ 20.00 each
California Bearing Ratio (CBR) with Std Proctor
$250.00 each
with Mod Proctor
$275.00 each
In -situ Permeability
$150.00 each
Remolded Permeability
$185.00 each
Triaxial Test (Single Stage)
$100.00 each
Triaxial Test (Multi -Stage)
$150.00 each
Remolded Sample (add)
$ 40.00 each
Draftsman
$ 25.00 per hour
Clerical
$ 22.00 per hour
Project Engineer (Soils Engr.)
$ 50.00 per hour
Project Manager (Senior. Soils Engr.)
$ 65.00 per hour
Senior Engineering Technician
$ 38.50 per hour
Soils Technician
$ 25.00 per hour
'Rock Bits
$275.00 each
'Diamond Bits
$400.00 each
'TM Client is responsible for providing access to the site. The Client is responsible for all costs for site mobilization through unstable soil when
a dozer Is required to move the drill rig around the site. The Client Is responsible for all costs involving clearing and access path to each boring
bit drilling Into and/or through a chart. a very hard limestone formation, or other very hard
location. The Client Is responsible for drill costs while
formation, whenever new or slightly used drill bite are worn out during the drill operations.
i
OPEN END CONTRACT - TASK ORDER No. I
ENGINEERING SERVICES AGREEMENT
FOR
"STUDY AND REPORT"
STREET AND DRAINAGE IMPROVEMENTS
COURTHOUSE/JAIL FACILITY ACCESS
C ROCK STREET TO SPRING STREET ]
E-269
THIS AGREEMENT, made and entered
________ ____________, 1990, by
Fayetteville, Arkansas, hereinafter
and Milholland Company, Engineering
Engineers of Fayetteville, Arkansas,
the "Engineer",
WITNESSED THAT:
into this __J_{! day of
and between the City of
referred to as the "Owner",
and Surveying, Consulting
hereinafter referred to as
WHEREAS, the Owner desires to have an Engineering Study and
Report for a possible access from Rock street North to Dickson
Street along a route adjacent to the East boundary of the Old
Washington Court House and the New Jail facilities. After a
Route is selected, the Owner desires to have Design Plans
developed for the Construction of a portion of said Access. from
Center Street Northerly to the South Right -of -Way of Spring
Street, and for providing access to said New Jail Parking Lot.
The Purpose of this Agreement is to make a Study of alternate
Routes for the proposed street, and submitt to the Owner the
results of said study in the form of a recommendation.
WHEREAS, the Engineer has sufficient experienced personnel and
equipment to perform the work described in this Agreement,
NOW THEREFORE, in consideration of the mutual covenants and
agreements herein contained, the Owner and the Engineer, the
parties hereto, stipulate and agree that the Owner does hereby
employ the Engineer to perform the required engineering services
as hereinafter set out; and the Engineer agrees to provide said
services.
J
SECTION 1: DESCRIPTION OF PROJECT:
The Project for which engineering services are to be provided is
generally described as follows:
ACCESS ROAD:
Investigation, Study
and Report of a
31 foot
Back -to -Back
street in
a 50 foot Right -of -Way, grading,
base and
hard surface
pavement
with adequate
storm drainage per
City of
Fayetteville
street specifications;
Provide the Owner
maps of
recommended Right
-of -Way
Routes from
the North Boundary
of Rock
Street north
to the
South Boundary
of Spring Street
with an
access to the
New Jail
parking facilities.
Engineering Services for said project shall be separated into
several Parts as follows:
PART I: "STUDY AND REPORT"
PART II: "SURVEYING AND EASEMENT ACQUISITION DOCUMENTS"
PART III: "PRELIMINARY ENGINEERING DESIGN"
PART IV: "DETAILED ENGINEERING DESIGN PLANS"
PART V: "TAKING BIDS THROUGH AWARD OF CONTRACT"
PART VI: "CONSTRUCTION MANAGEMENT"
SECTION 2: SCOPE OF ENGINEERING SERVICES:
The Engineer shall provide a suitable staff to perform PART I:
"STUDY AND REPORT" of the Basic Engineering Services. The
various types of work in PART I are more specifically defined as
follows:
A.
PART I:
"STUDY AND REPORT" -
BASIC
ENGINEERING SERVICES:
Work
to be
done under these items
shall
consist of the following:
11] Make investigations of proposed sites, study alternate
Routes, coordinate with the Washington County's proposed New
Court House access, and report findings to the Owner.
[2] Make field engineering visits of the various sites and
determine the basis -necessary for the preparation of recommended
routes to build the contemplated improvements. Traffic patterns
and safety shall be considered in the recommendations of the
proposed street location.
[3] Prepare recommended route maps and rough cost estimates, and
review same with the Owner.
14] Meet with representatives of all involved utility companies
2
4
(4) Meet with representatives of all involved utility companies
and governmental agencies C Washington County and City of
Fayetteville ] to coordinate the overall proposed projects of
both the City of Fayetteville and the County.
C5] Advise the Owner as to soils investigations that might be
required and assist in the coordinating of the same. The cost of
the soils investigations shall be borne by the Owner.
SECTION 3: COMPENSATION:
Compensation for the various types of
services to
be provided
under this contract shall
be made as follows:
A. PART I: "STUDY AND
REPORT" - BASIC
ENGINEERING
SERVICES:
Compensation for PART I of the Basic Engineering shall be based
on the hours of work actually required. The rates to be based
charged for the various classifications of personnel shall be
identical to those set out under Section 3-B of this Agreement.
B. HOURLY RATE PER CLASSIFICATION:
The hourly rates to be charged for the various classifications of
personnel are set out below:
HOURLY RATE PER CLASSIFICATION:
Professional Engineer
Registered Land Surveyor
Engineering Aide
Secretary
Survey Crew
Resident Inspector
Draftsman
Computer w/Operator
Travel
$65.00
$45.00
$55.00
$18.00
$65.00
$30.00
$25.00
$35.00
$00.25
per
per
per
per
per
per
per
per
per
hour
hour
hour
hour
hour
hour
hour
hour
mile
The hourly rates shown above include total compensation to the
Engineer for all expenses for said services described in SECTION
2A above.
E. METHOD OF PAYMENT:
Partial payments to the Engineer shall be made monthly as long as
the accumulative of payments do not exceed the following:
Cl] PART I: "STUDY AND REPORT" Basic Engineering Services:
Payment to be made on a monthly basis with a maximum -not -to -
exceed of $10,000.00.
J
SECTION 4: GENERAL CONSIDERATIONS:
A. Termination of Contract for Cause
If, through any cause, the Engineer shall fail to fulfill in
timely and proper manner his obligations under this contract, or
if the Engineer shall violate any of the covenants, agreements,
or stipulations of the contract, the Owner shall thereupon have
the right to terminate this contract by giving written notice to
the Engineer of such termination and specifying the effective
date thereof, at least five (5) days before the effective date of
such termination. In such event, all finished or unfinished
documents, data, studies, and reports prepared by the Engineer
under this contract shall, at the option of the Owner, become its
property, and the Engineer shall be entitled to receive just and
equitable compensation under this contract for any satisfactory
work completed on such documents.
Notwithstanding the above, the engineer shall not be relieved of
liability
to the owner
for damages sustained by the
Owner by
virtue
of
any breach of
the contract by the Engineer,
and the
Owner
may
withhold any
payments to the Engineer for the
purpose
of setoff
until such time
as the exact amount of damages
due the
Owner
from
the Engineer
is determined.
P. Termination for Ccnvenienceoof Owner
The Owner may terminate this contract any time by a notice in
writing from the Owner to the Engineer. If the contract is
terminated by the Owner as provided herein, the Engineer will
receive just and equitable compensation under this contract.
C. Changes
The Owner may from time -to -time request changes in the scope of
the services of the Engineer to be performed hereunder. Such
changes, including any increase or decrease in the amount of the
Engineer's compensation, which are mutually agreed upon by- and
between the Owner and the engineer, shall be incorporated in
further written amendments to this contract.
D. Personnel
Cl] The Engineer represents that he has, or will secure at his
own expense, all personnel required in performing the services
under this contract. Such personnel shall not be employees of or
have any contractual relationship with the Owner.
[2] All the services required hereunder will be performed by the
Engineer or under his supervision and all personnel engaged in
the work shall be fully qualified and shall be authorized or
permitted under state- and local law to perform such services.
4
C3] No person who is serving sentence in a penal or correctional
institution shall be employed on work under this contract.
E. Compliance with Local Laws
The Engineer shall comply with all applicable laws, ordinances,
and codes of the state and local governments and shall commit no
trespass on any public or private property in performing any of
the work embraced by this contract.
F. Assignability
The Engineer shall not assign any interest in this contract and
shall not transfer any interest in the same (whether by
assignment or novation) without the prior written approval of the
Owner; provided, however, that claims for money due or to become
due the Engineer from the Owner under this contract may be
assigned to a bank, trust company, or other financial
institution, or to a trustee in bankruptcy, without such
approval. Notice of any such assignment or transfer shall be
furnished promptly to the Owner.
G. Access to Records
The Owner, the U.S. Department of Housing and Urban Development,
the Comptroller General of the United States, or any of their
duly authorized representatives, shall have access to any books,
documents, papers, and records of the Engineer doing work under
this contract which are directly pertinent to a specific grant
program for the purpose of making audits, examinations, excerpts,
and transcriptions.
H. Estimates
Since the Engineer has no control over the cost of labor,
materials or equipment, or over the methods of determining
prices, or over competitive bidding or market conditions, the
estimates of costs provided are to be made on the basis of the
Engineer's experience and qualifications and represent his best
judgment, being familiar with the industry, but the Engineer
cannot and does not guarantee that established costs will not
vary from estimates prepared.
I. Insurance
The Engineer shall secure and maintain such insurance as will
protect him from claims under the Work::rimen's Corinpensation acts and
from claims for bodily injury, death or property damage which may
arise from the performance of his services under this contract.
5
J. Successors and Assigns
Each party of this contract binds himself and his partners,
successors, executors, administrators and assigns to the other
party of this contract in respect to all covenants of this
contract. Neither party shall assign, sublet or transfer his
interest in this contract without the written consent of the
other.
[7
SECTION 5: EQUAL OPPORTUNITY PROVISIONS:
During the performance of this contract, the Engineer agrees as
follows:
CA] The Engineer will not discriminate against any employee or
applicant for employment because of race, color, religion, sex,
or national origin. The Engineer will take affirmative action to
ensure that applicants are employed, and that the employees are
treated during employment, without regard to their race, color,
religion, sex,or national origin. Such action shall include, but
not be limited to the following: employment upgrading,
demotion,or transfer, recruitment or recruitment advertising;
layoff or training, including apprenticeship. The Engineer
agrees to post in conspicuous place, available to employees and
applicants for employment, notices to be provided by the
Contracting Officer setting forth the provisions of this
nondiscrimination clause.
[B] The Engineer will, in all solicitations or advertisements
for employees placed by or on behalf of the Engineer, state that
all qualified applicants will receive consideration for
employment without regard to race, color, religion, sex, or
national origin.
SECTION 6: CONFLICT OF INTEREST:
CA] Interest of Owner
No officer, employee, or agent of the Owner who exercises any
functions or responsibilities in the review or approval or in
connection with the carrying out of the project to which this
contract pertains shall have any personal interest, direct or
indirect, in this contract.
CR] Interest of Certain Federal Officials
No member of or delegate to the Congress of the United States,
and no Resident Commission er, shall be admitted to any share or
part of this contract or to any benefit to arise herefrom.
[C] Interest of Engineer
The Engineer covenants that he presently has no interest and
shall not acquire any interest, direct or indirect, in the above
described project area or any parcels therein or any other
interest which would conflict in any manner or degree with the
performance of his services hereunder. The Engineer further
covenants that in the performance of this contract, no person
having any such interest shall be employed.
7
,
SECTION 7. OTHER PROVISIONS
In connection with the project, the Owner shall:
CA] Give thorough consideration to all documents presented by
the Engineer and inform the Engineer of all decisions within a
reasonable time so as not to delay the work of the Engineer.
CP] Make provision for the employees of the Engineer to enter
public and private lands as required for the Engineer to perform
necessary preliminary surveys and investigations.
CC]
Obtain the necessary
lands,
easements, and
Right -of- Ways
for
the construction of the
work..
CD] Furnish the Engineer such plans and records of construction
and operation of existing facilities, or copies of same, bearing
on the proposed work as may be in the possession of the Owner.
Such documents or data will be returned to the Owner upon
completion of the work or upon the request of the Owner.
CE] Pay the cost of making necessary soundings, borings,
analyses of materials and laboratory work performed by an
Independent Certified Materials Lab exclusive of the Engineer's
supervision thereof.
Cr] Pay all plan review costs and all cost of advertising in
connection with the project.
Original documents, plans, design, and survey
product and training, experience, and prof
accordingly belong to and remain the property
produced them regardless of whether the
copyrighted or whether the project for which
is executed.
notes represent the
essional skill, and
of the Engineer who
instruments were
they were prepared
The Engineer shall furnish the Owner two copies of "as -built"
drawinqs of each phase of the project at his expense; and the
Owner may, at his expense, retain reproducible copies of drawings
and copies of other documents.
This agreement shall be binding upon the parties hereto, their
partners, heirs, successors, administrators, and assigns; and
neither party shall assign., sublet or transfer his interest in
this agreement without the prior written consent of the other
party hereto.
IN WITNESS WHEREOF, the Owner has caused these presents to be
executed, PART I
- "STUDY AND REPORT" as
set forth in
Sections 1
and 2 herein,
In its behalf by
its duly
authorized
representatives,
and the said Engineer
by its duly
authorized
representatives,
and the parties hereto have set their
hands and
seals on the date
heretofore set out.
CITY OF FAYETTEVILLE, ARKANSAS
FAYETTEVILLE, ARKANSAS
Attest:
1990
MILHOLLAND COMPANY
Date: '�'—, 1990
Melvin L. Milholland, Owner
Secretary
fl -90
NfIC�EILMED
TASK ORDER NO. 6
ENGINEERING SERVICES
FOR
SEWER FORCE MAIN REPLACEMENT
NORTH OF FAYETTEVILLE MUNICIPAL AIRPORT
This Task Order is executed pursuant to the Basic Agreement between
McCLELLAND CONSULTING ENGINEERS, INC., (ENGINEER) and the CITY OF
FAYETTEVILLE, ARKANSAS (OWNER) which was executed on the 6th of
February, 1990.
The OWNER hereby authorizes the ENGINEER to perform all engineering
services associated with field surveys and design and construction
phase functions required to replace a portion of an existing 12 -
inch diameter sewer force main from Pump Station No. 4 northwest
along Airport Branch for a distance of approximately 1,700 feet (to
include a highway boring underneath Hwy 71B). In order to assist
the OWNER, the ENGINEER will complete the following tasks under
this Task Order:
o Evaluation of alternative piping materials.
o Field alignment and profile surveys.
o Realignment of header piping and wall sleeve at
Pump Station No. 4.
o Detailed design of recommended improvements.
o Preparation of Plans and Specifications
(construction documents).
o Cost estimates.
o Assist the city in bidding the construction
project.
o Pre -construction meeting assistance.
o Observation of construction for compliance with
Plans and Detailed Specifications.
o Review of Shop Drawings.
o Preparation of Change Orders.
o Preparation of Pay Estimates for work completed.
o Preparation of Record Drawings.
o Final review of work and recommendations for
acceptance.
The compensation for services to be provided in Article 1 is to be
based upon the Hourly Rats and Unit Price Schedules attached hereto
as Appendix A, with estimated fees as follows:
o Field Surveys and
Design Phase - $4,300
o Bidding - $ 535
o Construction Phase
Services - $4,350
o Easement Preparation - Hourly Rates
These fee estimates will not be exceeded by more than ten percent
(10%) without the express written consent of the OWNER. It is
understood that construction observation services are not to be
provided on a "full-time" basis, but rather to be provided while
"critical" work is being performed by the Contractor. The
Construction Phase Services fee, above, has been estimated on the
basis of providing 80 hours of on -site observation.
IN WITNESS WHEREOF, the parties hereto subscribe the same in
triplicate.
FOR TY OF !4Y$TEVILLE, ARKANSAS
By Ci--`-
(Title)
Dated this Jflaay of y, 1991.
ATTEST
FOR N C S G ENGINEERS, INC.
By
Name) (Title)
Dated this IL day of fS+ 1 1990.
Appendix A to
Task Order No. 6
(.1'i ; :.1i tj t -Ls j
July 1, 1990
Principal Engineer $75.00
Project Manager/Senior Engineer $65.00
Electrical Engineer $60.00
Mechanical Engineer $50.00
Structural Engineer $65.00
Civil Engineer $45.00
Senior Engineering Technician $40.00
Construction Observer $42.50
Chief Draftsman/Designer $45.00
Senior Draftsman $35.00
HVAC Designer/Draftsman $35.00
Junior Draftsman $22.00
CADD Station $20.00
Survey Crew (2 -Man) $60.00
Survey Crew (3 -Man) $75.00
Soils Lab Supervisor $40.00
Soils Lab Technician $27.00
Water
Lab
Supervisor
$38.00
Water
Lab
Technician
$22.00
Clerical Support $25.00
Mileage $.25/mile
Travel Expense At Cost
Hourly rates are subject to adjustment on an annual basis,
beginning July 1 of the calendar year.
,17-9 0
a
TASK ORDER NO. 7
ENGINEERING SERVICES
FOR
SEWER LINE AND MANHOLE
REPLACEMENT/ RENOVATION
MINISYSTEM 5
This Task Order is executed pursuant to the Basic Agreement between
McCLELLAND CONSULTING ENGINEERS, INC., (ENGINEER) and the CITY OF
FAYETTEVILLE, ARKANSAS (OWNER) which was executed on the 6th of
February, 1990.
Article 1
The OWNER hereby authorizes the ENGINEER to perform all engineering
services associated with field surveys and design and construction
phase functions required to replace a portion of the existing
sewage collection and conveyance system in Minisystem 5, as
identified in the Phase III, Volume I report entitled White River
Watershed Sewer System Study. dated November, 1990. Approximately
4,950 LF of sewer line replacement and approximately 48 manhole
rehabilitations are involved. Some 30 of these manholes are to be
removed from the scope of previously -executed Task Order No. 3 and
inserted into the scope of Task Order No. 7. In order to assist
the OWNER, the ENGINEER will complete the following tasks under
this Task Order:
o Evaluation of alternative piping materials.
o Field alignment and profile surveys, as required to
supplement Record Drawing information.
o Detailed design of recommended improvements.
o Preparation of Plans and Specifications
(construction documents).
o Cost estimates.
o Coordinate the project with the State Department of
Health.
o Assist the City in bidding the construction
project.
o Pre -construction meeting assistance.
o Observation of construction for compliance with
Plans and Detailed Specifications.
o Review of Shop Drawings.
o Preparation of Change Orders.
o Preparation of Pay Estimates for work completed.
o Preparation of Record Drawings.
o Final review of work and recommendations for
acceptance.
r
Article
2
The compensation for services to be provided in Article 1 is to be
based upon the Hourly Rate and Unit Price Schedules attached hereto
as Appendix A, with estimated fees as follows:
o Field Surveys and
Design Phase - $11,580
o Bidding - $ 650
o Construction Phase
Services - $18,500
o Easement Preparation - Hourly Rates
The total fee will not exceed $35,000 without the express written
consent of the OWNER. It is understood that construction
observation services are to be provided on a "full-time" basis,
while "critical" work is being performed by the Contractor. The
Construction Phase Services fee, above, has been estimated on the
basis of providing 400 hours of on -site observation.
IN WITNESS WHEREOF, the parties hereto subscribe the same in
triplicate.
FOR T C Y %%F//� ETTEVILLE, ARKANSAS
(Name) (Title)
Dated this day of 1990.
ATTEST:
FOR M TD C013$UL ENGINEERS, INC.
(Name) (Title)
Dated this day of 1990.
ATTEST:
r
V
Appendix A
Task Order No. 7
HOURLY RATE SCHEDULE
July 1, 1990
Principal Engineer
$75.00
Project Manager/Senior Engineer
$65.00
Electrical Engineer
$60.00
Mechanical Engineer
$50.00
Structural Engineer
$65.00
Civil Engineer
$45.00
Senior Engineering Technician
$40.00
Construction Observer $42.50
Chief Draftsman/Designer $45.00
Senior Draftsman $35.00
HVAC Designer/Draftsman $35.00
Junior Draftsman $22.00
CADD Station $20.00
Survey Crew (2 -Man) $60.00
Survey Crew (3 -Man) $75.00
Soils Lab Supervisor $40.00
Soils Lab Technician $27.00
Water
Lab
Supervisor
$38.00
Water
Lab
Technician
$22.00
Clerical Support $25.00
Mileage $.25/mile
Travel Expense At Cost
Hourly rates are subject to adjustment on an annual basis,
beginning July 1 of the calendar year.
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDEN
TO: Kevin Crosson, Administrative Services Director
THRU: Stephen Street, Interim Public Works Director
FROM: City Engineer
SUBJECT: Contract Review
Task Order No. 7, Sewer Rehabilitation
McClelland Engineers
DATE: December 28, 1990
Attached for Administrative Services review is one (1) copy
and 3 original engineering contracts. The contract is for
engineering services related to the rehabilitation of sewer lines
and manholes located in Mini -System 5 (Country Club and adjacent
areas).
The work is being recommended by the engineers based on a
Final Report on Mini -System 5 by McGoodwin, Williams, and Yates as
part of the White River Watershed Sewer Study. The work involved
the replacement of nearly 5000 feet of sewer line and the
rehabilitation of 48 manholes.
The total cost of engineering is not to exceed $35,000.00.
This includes preparation of detailed plans and specifications, the
bidding of the project, inspection during construction, and the
preparation of whatever easements that might be required. This
contract is subsidiary to the Open End Contract with McClelland
Engineers which was approved by the Board of Directors earlier this
year.
After review, if there are no corrections or questions, please
forward the originals to the City Clerk for signatures. It is my
understanding that the City Manager is authorized to execute the
contracts for the City.
If you have any questions, please call me.
12-31-90
PROJECT: Task Order No. 7, Sewer Rehab.
ENGINEER: McClelland Engineers
P. O. Box 1229
Fayetteville, AR 72702
pI •
Acco ing supervisor Date
2-5
Bud�t Coordinator Date
V K.JI O FILMED
CITY OF FAYETTEVILLE
CHANGE ORDER - CONTRACT REVIEW
1
Please review the attached change order sign, date, and return to
me. If you should have any questions please attach to this review.
Z- 3-%2
Date Comments
Fi ance D' for Date Comments
Purch i g anager Date Comments
I - 2
dg Coor inator Date Comments
-3tlZ
rnal Auditor Date Comments
Project Title: Hwy 180 Grade Separation - W/S Relocations
Project No.:
Consultant/Contractor: McGoodwin Williams & Yates
The following changes are hereby made to the Contract Documents:
Additional field inspection
Justification:
Because of R.O.W. acquisition, weather related delays, and certain
field changes, inspection time took longer.
CHANGE TO THE CONTRACT PRICE
Original Contract Price: $ 7,575.55 (Construction Mgmt. only)
Current contract price,
as adjusted by previous change orders: $ $7,575.55
The contract price due to this change order will be
increased by: $ 6,399.37
New Contract Price Due to this Change Order will be: $ 13,974.92
CHANGE TO CONTRACT TIME
The contract time will be increased/decreased by -0- days.
The date for completion of all work will under contract
will be N/A
Approvals required, this order must be approved by the owner if it
changes the scope or objective of the project, or as may otherwise
be required under the terms of the supplementary General Conditions
of the Contract.
Requested by � �� Date: /—,3/— iQ.
--------------------------------------------
Recommended by 118 ---------- - - Date: ----
Approved by (City) / Date:t - y2
Accepted by (Contr o ccy S 1a"I e w ev, Date:
` FAYETTEVI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
March 3, 1992
Mr. Chuck Nickle, P.E.
McGoodwin, Williams & Yates, Inc.
909 Rolling Hills Drive
Fayetteville, AR 72703
Re: Highway 180 Grade Separation
Water & Sewer Relocation
Final Engineering Statement
Dear Chuck:
The final Engineering Statement for the above referenced project
dated October 25, 1991, reflects an increase of $6400 from the
estimated contract amount.
Although we realize that the amount in the contract document for
the Construction Management Section is an estimated number, the
percentage increase of 46% needs to be addressed.
In order for us to process a change order to this contract, we
would like for you to provide the following information:
1) The length of the construction period (extra days, if any).
2) The reason for the construction management cost increase.
3) The necessary documents such as employees' names, hourly
rates, and time sheets.
After reviewing these documents, if there are any further
questions, we will contact you.
If you have any questions please call me at 575-8205.
Sid Norbash, Staff Engineer
SN/sn
113 WEST MOUNTAIN 72701 501 521.7700
McGoodwin, Williams and Yates, Inc.
Consulting Engineers
909 Rolling Hills Drive
Fayetteville, Arkansas 72703
Telephone 501/443.3404
March 27, 1992
Re: Highway 180 Grade Separation
Water and Sewer Relocation
Fayetteville, Arkansas
MWY Project No. Fy-198
Mr. Sid Norbash
Staff Engineer
City of Fayetteville
113 West Mountain
Fayetteville, AR 72701
Dear Mr. Norbash:
an'
Reference is made to your March 3, 1992 letter requesting
further information regarding the engineering cost overrun on
the above project. As your records will indicate, the Notice
to Proceed for this work was issued September 5, 1990, with a
60 -day construction period to end on November 4. Our firm had
already commenced construction staking when the Notice to Proceed
was issued.
Unfortunately, it was brought to our attention on this same
date (September 5) that easements on the Haney property (south of
the highway and west of the railroad) had not been executed.
Major portions of both water and sewer facilities for this
project were on the Haney property. Therefore, the Contractor
was not able to proceed until October 17, at which time the
easement was signed. In addition to the easement delay, there
was also a delay in obtaining a permit from the railroad.
while construction activity during this period was limited,
members of our staff were required to be available and to spend
extra time in communicating with the City and maintaining liaison
with the contractor.
The major portion of the water and sewer facilities were
installed between mid -November and mid -December. Due to the
holidays and wet weather, there were only four or five days'
work between mid -December and late January. Two change orders
were prepared and executed by the City and the Contractor which
increased the construction period to 105 days, with a new
completion date of February 17, 1991. The final inspection
of these facilities actually took place on March 24, 1991.
The construction period had thus extended to a total of
140 days, more than double the original contract time.
-
Mr. Sid Norbash
March 27, 1992
Page 2
Our estimate of engineering costs for construction
management services on this project was based on a 60 -day
construction period. Obviously, when a project cannot proceed
on schedule (for whatever reason), additional time is required
for every phase of the work - discussions with all parties
involved, preparation of change orders, record keeping, etc.
as well as work in the field.
As you requested, we are enclosing additional information
concerning employees involved in the implementation of this
project. For your convenience in review we are furnishing a
recap of all employee hours on a computer printout. This
printout includes the beginning date of each payroll period,
the name of each employee, and the hours worked during that
particular period. Also enclosed is a sheet showing how each
employee was classified.
We trust this information
sufficient for your needs. In
engineering costs were a direct
construction time. Please let
clarification is required.
CRN:hk
Enclosures
and documentation will be
summary, the additional
result of the increase in
us know if any further
Cordially yours,
0Lat4 Q1kw
Charles R. Nickle, P. E.
Vice President
EMPLOYEE CLASSIFICATIONS
Highway 180 Grade Separation - Water and Sewer Line Relocation
MWY Project No. Fy-198
Cantrell --------- Engineer I
Collins ---------- Steno/Secretary
*Couch ----------- Technician I
Denzer
Gore --
Karnbach
Moore------------
Nickle-----------
Parnell----------
Technician III
Technician II
Steno/Secretary
Clerical
Engineer III
Clerical
Van Hoose-------- Engineer III
Watt ------------- Technician III
*Couch billed at lower clerical rate even though classified as a
Technician I (draftsman).
McGoodwin, Williams and Yates, Inc.
Consulting Engineers
Fayetteville, Arkansas
March 27, 1992
r
HIGHWAY 180 GRADE SEPARATION -----March 5. 1992 at 1:31 come Pace 1
Payroll
Begin Date
Job No.
Name
Class
Hours
e------
9018
xxexaxxxx=
08/20/90
xxx-xx
FV0198
xxxaxxaxxxx
Cantrell
axxx�
xxaxx
9018
08/20/90
FY0198
Cantrell
MG
AD
1.50
3.50
9019
09/03/90
FY019B
Cantrell
MG
3.50
9019
09/03/90
FY0198
Cantrell
AD
6.00
9021
10/01/90
FY0198
Cantrell
AD
3.00
9022
10/15/90
FY0198
Cantrell
MG
4.50
9022
10/15/90
FY0198
Cantrell
AD
7.00
9023
10/29/90
FY0198
Cantrell
AD
6.00
9023
10/29/90
FY0198
Cantrell
IN
3.00
9024
11/12/90
FY0198
Cantrell
AD
1.00
9024
11/12/90
FY0198
Cantrell
IN
5.00
9025
11/26/90
FY0198
Cantrell
AD
4.00
9026
12/10/90
FY0198
Cantrell
AD
2.00
9101
12/24/90
FY019B
Cantrell
AD
1.50
9102
01/07/91
FY0198
Cantrell
MG
6.50
9103
01/21/91
FY0198
Cantrell
MG
4.00
9104
02/64/91
FV0198
Cantrell
AD
2.50
9105
02/18/91
FY0198
Cantrell
AD
1.50
9106
03/04/91
FY0198
Cantrell
MG
2.00
9107
03/18/91
FY0198
Cantrell
MG
1.00
9107
03/18/91
FV0198
Cantrell
IN
1.00
9108
04/01/91
FY0198
Cantrell
MG
9108
04/01/91
FY0198
Cantrell
AD
.50
2.00
9109
04/15/91
FY019B
Cantrell
MS
Subtotal:
---------------------------------------------------------------------------
24 recs.
CANTRELL
.50
73.00
9018
08/20/90
FYO19B
Collins
CL
1.00
9104
02/04/91
FY0198
Collins
CL
9108
04/01/91
FY0198
Collins
CL
.50
.75
9109
04/15/91
FY0198
Collins
CL
Subtotal:
---------------------------------------------------------------------------
4 recs.
COLLINS
.50
2.75
9022
10/15/90
FY0198
Couch
SV
10.00
9116
07/22/91
FY0198
Couch
DR
2.50
9117
08/05/91
FY0198
Couch
DR
5.00
Subtotal:
3 recs.
COUCH
17.50
-------------------------------------------------
--------------------------
9022
10/15/90
FY0198
Denzer
SV
7.50
9026
12/10/90
FY0198
Denzer
SV
2.50
Subtotal:
--------------------------------------------------------------------------
2 recs.
DENZER
10.00
9018
09/20/90
FY0198
Gore
SV
1.00
9019
09/03/90
FY0198
Gore
SV
3.00
9022
10/15/90
FY0198
Gore
IN
13.50
9022
10/15/90
FY0198
Gore
SV
9.50
9023
10/29/90
FV0198
Gore
IN
14.00
9024
11/12/90
FY019S
Gore
IN
3.50
9025
11/26/90
FY0199
Gore
IN
16.50
9026
12/10/90
FY0198
Gore
IN
19.50
9026
12/10/90
FY0198
Gore
SV
2.00
9101
12/24/90
FV0198
Gore
IN
19.00
9102
01/07/91
FY0198
Gore
IN
30.00
9103
01/21/91
FY0198
Gore
IN
17.00
9104
02/04/91
FY0198
Gore
IN
16.00
March 5.
1992 at 1:31
p.m.
Page 2
Payroll
Begin Date
Job No.
Name
Class
Hours
==a====
_=====v===
=v====
s======av=e
=____
= = _--
9105
02/18/91
FV0198
Gore
IN
16.00
9106
03/04/91
FY0198
Gore
IN
17.00
9107
03/18/91
FY0198
Gore
IN
15.00
9108
04/01/91
FY0198
Gore
IN
11.50
9109
04/15/91
FY0198
Gore
IN
1.50
Subtotal:
18 recs.
GORE
I
225.50
----------------------------------------------
9018
08/20/90
FY0198
Karnbach
AD
2.00
9018
08/20/90
FY0198
Karnbach
AD
9022
10/15/90
FY0198
Karnbach
AD
.50
1.00
9102
01/07/91
FV0199
Karnbach
AD
9103
01/21/91
FV0198
Karnbach
AD
.50
9115
07/08/91
FV0198
Karnbach
AD
.50
.50
Subtotal:
7 recs.
KARNBACH
6.00
---------------------------------------------------------------------------
9101
12/24/90
FY0198
Moore
CL
.50
9102
01/07/91
FY0198
Moore
CL
1.00
9109
04/15/91
FY0198
Moore
CL
1.50
Subtotal:
3 recs.
MOORE
3.00
---------------------------------------------------------------------------
9018
08/20/90
FY0198
Nickle
MG
1.00
Subtotal:
---------------------------------------------------------------------------
I recs.
NICKLE
_.
1.00
9025
11/26/90
FY0198
Parnell
CL
1.00
9103
01/21/91
FY0198
Parnell
CL
2.00
Subtotal:
2 recs.
- ------------------------------------------------------------
PARNELL
3.00
9105
02/18/91
FY0198
Van Hoose
MG
2.00
Subtotal:
---------------------------------------------------------------------------
I recs.
VAN HOOSE
2.00
9018
08/20/90
FV0198
Watt
MG
2.00
9019
09/03/90
FY0198
Watt
IN
17.00
9020
09/17/90
FY0198
Watt
IN
2.50
9021
10/01/90
FV0198
Watt
AD
5.00
Subtotals
4 recs.
WATT
26.50
---------------------------------------------------------------------------
TOTALS:
Hours
370.25
Printed 69 of the 22.362 records.
McGoodwin, Williams and Yates, Inc.
Consulting Engineers
909 Rolling Hills Ddw
Fayetteville. Arkansas 72703
Telephone $01/443-3404
October 25, 1991
FAX 301/443.4340
ENGINEERING STATEMENT NO. 2 (Final)
To: City of Fayetteville
For: Construction Engineering Services, Task Order No. 2
for Water and Sewer Line Relocation, Highway 180 Grade
Separation at Arkansas and Missouri Railroad, Arkansas
Highway Dept. Job No. 40042, MWY Project No. Fy-198.
(in accordance with agreement dated June 23, 1990).•
Engineer III (3.0 @ $29.15) ------ $ 87.45
Engineer I (74.5 @ $16.75) ------- 1,247.88
Technician III (36.5 @ $14.05) ---- 512.83
Technician II (225.5 @ $12.40) --- 2,796.20
Clerical (26.0 @ $8.00) ---------- 208.00
Steno/Secretary (7.75 @ $18.40) --- 142.60
Subtotal - Salary Cost ------ $4,994.96
Plus Payroll Expenses (36%) -- 1,798.19
Subtotal - Payroll Cost ------------ $ 6,793.15
Plus General Overhead (91%) -------- 6.181.77
Total Project Cost ----------------- $12,974.92
Plus Fixed Fee ---------------------- 1.000.00
Total Engineering Fee Due ------ $13,974.92
Less Previous Statement ------- 8.139.22
Due This Statement ------- $ 5,835.70
Respectfully submitted,
L,'
0CTZ8::'
8 ,:'
• McGoodwln, Williams and Yates, Inc.
Consulting Engineer.
909 Roiling 11111. Drive
Fayetteville, Arkansas 72703
Telephone 1101/443.3404 FAX 501/443-4340
January 21, 1991
ENGINEERING STATEMENT NO. 1
To: City of Fayetteville
For: Construction Engineering Services, Task Order
No. 2
for Water and Sewer Line Relocation, highway
180 Grade
Separation at Arkansas and Missouri Railroad,
Arkansas
Highway Dept. Job No. 40042, MW? Project No.
Fy-198.
Statement includes all employee time through
Jan. 6,
1991.
Engineer III (1.0 @ $29.15) ------ $ 29.15
Engineer I (53.0 @ $16.75) ------- 887.75
Technician III (36.5 @ $14.05) ---- 512.83
Technician II (101.5
@ $12.40) --- 1,258.60
Clerical (14.0 @ $8.00) ---------- 112.00
Steno/Secretary (4.5 @ $18.40) ---- 82.80
Subtotal - Salary Cost ------ $2,883.13
Plus Payroll Expenses
(36%) -- 1.037.93
Subtotal - Payroll Cost ------------ $ 3,921.06
Plus General Overhead (91%) -------- 3.568.16
Total Project Cost ----------------- $ 7,489.22
Plus Fixed Fee ($1,000.00 x 65%) ---- 650.00
Total Engineering Fee Due ------ $ 8,139.22
Respectfully submitted,
I'. OCT 2 a Nil
_j
TASK ORDER NO. 2
FOR
WATER AND SEWER LINE RELOCATION
Required by Highway 180 Grade Separation at
Arkansas and Missouri Railroad
Arkansas Highway Department Job No. 40042 (Utilities)
Fayetteville, Arkansas
Project No. Fy-198
In accordance with the existing "AGREEMENT TO FURNISH WATER SYSTEM
ENGINEERING SERVICES TO THE CITY OF FAYETTEVILLE, ARKANSAS" dated
February 6, 1990, between McGoodwin, Williams and Yates (hereinafter referred to as
the Engineer) and the City of Fayetteville, Arkansas (hereinafter referred to as the
Owner), the Owner desires that the Engineer will provide specific services relating to the
relocation of water and sewer lines with regard to Highway 180 Grade Separation at
Arkansas and Missouri Railroad, otherwise known as Arkansas Highway Department Job
No. 40042.
The scope of work and compensation for these services are as set out below:
SECTION 1. PRELIMINARY ENGINEERING
The Engineer is designated by the Owner and is hereby authorized to:
A) Make preliminary investigations, preliminary surveys, and establish other
data as is required to make cost estimates and recommendations to the Owner relative
to the work required.
KA
B) Make final surveys, prepare final cost estimates, prepare detailed plans and
specifications and submit same to the Arkansas Department of Health and the Arkansas
State Highway and Transportation Department for their review and approval.
C) Advise the Owner as to areas of the project where it appears that
construction activity will take place on private property, and therefore will require
preparation of easement legal descriptions and plats for easement acquisition. In some
instances it may be necessary to conduct detailed land surveys to obtain the information
necessary to write the legal descriptions and prepare the plats. In such cases, the
Engineer will advise the Owner of this need, but will not be responsible for performing
any necessary land surveys.
D) Prepare easements and tract plats for easement acquisition.
E) Assist the Owner in the advertisement and receipt of bids, awarding of
construction contracts, preparation of contract documents, and the issuance of the
Notice to Proceed.
SECTION 2. LAND SURVEYS
Under Paragraph C, Section 1, it is set out that the
Owner as to locations where, in the Engineer's judgment,
conducted for the purpose of establishing right-of-way and/or
needed for easement acquisition. After the Engineer has full
responsibility, the Owner may elect to direct the Engineer
Engineer will advise the
land surveys should be
preparation of tract plats
filled the above described
to perform certain land
surveys and to prepare certain tract maps. As directed by the Owner, the Engineer will
perform the following work:
1) Furnish or obtain the services of a "Registered Land Surveyor" as
necessary to provide detailed property surveys.
2) Prepare tract maps as may be required.
SECTION 3. OTHER WORK
Any additional preliminary engineering services required which are outside the
scope of this task order and authorized in writing by the Owner and the Arkansas State
Highway and Transportation Department will be done by the Engineer.
SECTION 4. ITEMS TO BE FURNISHED BY THE OWNER
The Owner agrees to furnish the following:
A) Access to all available maps or other data relative to the portion of the
utility system involved in the project.
B) Right -of -entry from property owners to permit necessary field surveys.
C) Land record research to determine the apparent land owners, descriptions
of the land owners' properties, subdivision plats, and other data that may be required
in order to write any required easement legal descriptions and prepare plats for
easement acquisition.
IV
D) Excavations as needed to determine elevation and/or locations of
underground utilities when same cannot be determined by any other procedure.
E) Pay all plan review costs and all costs of advertising in connection with the
project.
SECTION 5. COMPENSATION - PRELIMINARY ENGINEERING
A) Basis of Fee
The Engineer agrees to provide necessary personnel required to furnish
preliminary engineering services as set out in Section 1 of this task order at the
following established base salary hourly rates, plus 36 percent for payroll expenses and
plus 91 percent of total payroll costs for general overhead expenses.
Engineer III
.....................
$29.15
Engineer II
.....................
$21.75
Engineer
I .....................
$16.75
Technician III .........
$14.05
Technician
II .........
$12.40
Technician
I .....
$10.00
Clerical ......
$ 8.00
Steno/Secretary .....................
$18.40
The Engineer agrees to keep accurate records of the hours of the various
persons working on the project and to make available to the Owner supporting
documentation of the time required. The rates shall be subject to renegotiation upon
the anniversary date of this task order.
5
Li)
The Owner agrees to pay the Engineer his cost as described above plus
a fixed fee of $1,000.00.
The estimated engineering fee of $10,039.65 was calculated as follows:
Engineer
III
12
hours
@
$29.15
= $ 349.80
Engineer
11
4
hours
@
$21.75
= 87.00
Engineer
I
80
hours
@
$16.75
= 1,340.00
Technician
11I
16
hours
@
$14.05
= 224.80
Technician
II
80
hours
@
$12.40
= 992.00
Technician
I
16
hours
@
$10.00
= 160.00
Clerical
4
hours
®
$ 8.00
= 32.00
Steno/Secretary
16
hours
®
$18.40
= 294.40
Subtotal
= $ 3,480.00
Payroll Expense (36%) = 1.252.80
Subtotal Payroll Costs = $ 4,732.80
General Overhead (91%) _ $ 4,306.85
Subtotal = $ 9,039.65
Professional Fee = 1,000.00
Estimated Engineering Fee $10,039.65
In order to provide a means for compensation for work necessary to
complete the scope of the work required under Section 1 - Preliminary Engineering, but
not included in the above estimate of manhours, the following is added to the Estimated
Engineering Fee to obtain the Maximum Engineering Fee.
Engineer III
8
hours
@
$29.15
= $ 233.20
Engineer I
40
hours
@
$16.75
= 670.00
Technician III
40
hours
@
$14.05
= 562.00
Technician I
20
hours
@
$10.00
= 200.00
Steno/Secretary
4
hours
@
$18.40
= 73.60
Subtotal
Payroll Expense (36%)
Subtotal Payroll Costs
General Overhead (91'
Subtotal
Estimated Engineering
Maximum Engineering
$ 1,738.80
625.97
$ 2,364.77
%) = 2,151.94
$ 4,516.71
Fee 10,039.65
Fee $14,556.36
The Engineer agrees to a maximum fee not to exceed $14,656.36,
including professional fee.
C) Payment
The Owner agrees to make payment on a monthly basis.
SECTION 6. 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 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 actual cost plus a lump
sum profit.
_aS •-
2i 4 C �
9f 37.
y
c
= s [.-d1�1 als2 d cea�
7
The Engineer agrees to provide the necessary personnel required to furnish
construction engineering services at the hourly rates set out under Section 5 of this task
order plus 36 percent for payroll expenses and 91 percent for general office overhead
The Engineer agrees to keep accurate records of the hours of the various
persons working on the project and to make available to the Owner supporting
documentation of the time required. The rates shall be subject to renegotiation upon
the anniversary date of this task order.
The Owner agrees to pay the Engineer his cost as described above plus a fixed
fee of $1,000.00.
The estimated engineering fee of $7,575.55 was calculated as follows:
Engineer
III
4 hours % $29.15 =
$
116.60
Engineer
I
24 hours 0 $16.75 =
402.00
Technician III
16 hours 0 $14.05 =
224.80
Technician
II
16 hours I $12.40 =
198.40
Technician
I
150 hours® $10.00 =
1,500.00
Clerical
2 hours ® $ 8.00 =
16.00
Steno/Secretary
4 hours ® $18.40 =
73.60
Subtotal =
$
2,531.40
Payroll Expense (36%) =
911.30
Subtotal Payroll Costs =
$
3,442.70
General Overhead (91%) =
3.132.85
Subtotal =
$
6,575.55
Professional Fee =
1.000.00
Estimated Engineering Fee $ 7,575.55
K
SECTION 7. COMPENSATION - OTHER WORK
Any additional preliminary engineering services required which are outside the
scope of this task order and authorized In writing by the Owner and by the Arkansas
State Highway and Transportation Department will be done by the Engineer.
Reimbursement for work done under this provision will be based on the actual time
required, using the rates set out above plus 36 percent for payroll expenses and 91
percent for general overhead.
This Task Order is subject to the review and approval of the Arkansas State
Highway and Transportation Department.
Authorized by:
CITY OF FAYETTEVILLE, ARKANSAS
Accepted by:
McGOODWIN, WILLIAMS AND YATES, INC.
0aa-J14 Q , �tVtt
R. Nickle,
'F
Date
l� 90
Date
AMENDMENT NO. 1
TASK ORDER NO. 3 FOR WATER SYSTEM DIS
DATED AUGUST 17TH,
w/5
1990
This amendment is to provide for extra work encountered in
connection with the above referenced contract for engineering work
executed on August 17th, 1990. The extra work involved:
1. Additional work involved with the specifying of
a variable speed pump and motor for the South
Mountain Pump Station,
2. Extra work associated with the acquisition of
Highway Permits on the Highway 112 water line, and
with negotiations with the University of Arkansas
Agriculture Department, and
3. Other work as set out in a letter from the
Engineer dated December 22, 1992 and made a part of
this amendment.
The additional services were required as a result of changes
made by the City and unforseen work not originally contemplated by
the City or the Engineer.
The
cost of
the
extra
work
as requested by the Engineer and
agreed to
by the
City
is $8,970.00.
CITY OF AYE T ILLE:
MA 6R FRED HANNA
AND YATES:
DATE
//�/93
DATE
CITY OF FAYETTEVILLE
REVIEW FORM
PROJECT: Amendment No. 1. Work Order No. 3, Water System Improvements
PROJECT MANAGER: Don Bunn
DEPARTMENT/DIVISION: En2jneeringJPublic Works
Please review the attached contract and/or change order between the City of Fayetteville and
McGoodwin, Williams and Yates
Approval Signature Date Comments
Cad
Le e
-tj ocs- c( oo-S3(4'-vp
Internal Additor y —
ADA Coordinator
Department Director I JoLg3
Administrative Services Director 7/g
McGoodwin, Williams and Yates, Inc.
Consulting Engineers
909 Rolling Hills Drive
Fayetteville, Arkansas 72703
Telephone 501/443-3404
January 6, 1993
Re: Task Order No. 3
Water System Improvements
MWY Project No. Fy-200
Amendment No. 1
Mr. Donald R. Bunn
City Engineer
City of Fayetteville
113 West Mountain
Fayetteville, AR 72701
Dear Don:
FAX 501/4434340
In accordance with your instructions, we are returning three
executed copies of the above amendment. We trust our claim for
additional compensation in connection with this work can now be
processed in an expeditious manner. Thanks for your attention to
this matter.
Cordially yours,
oojt--
L. Carl Yates
LCY:hk
Enclosures
FAtY"ETTE.SZ LLE
THE CITY OF FAYETTEVIUE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
oh u, fta fr)OutQMiMv&aoflTini.
TO: Kevin Crosson, Public Works Director
FROM: City Engineer ,,L
SUBJECT: Request for Extra Engineering
Task Order No. 3 for Water System Dist. Improvements
Per Water Master Plan Study, 1989
DATE: December 30, 1992
Attached is a claim for extra engineering services in the
amount of $8,970.00 in connection with the Water System
Improvements project of 1990 and 1991. The claim is based on
services that were provided outside the original scope of work as
set out in the Engineering Contract titled Task Order No. 3 for
Water Distribution System Improvements dated 8-17-90. -
The contract (subsidiary to an open-end contract with
McGoodwin, Williams, and Yates for water system engineering
services) provides for a "not to exceed" fee for engineering
services of $35,000.00 . Additional engineering compensation was
allowed under the contract when such compensation was for work done
outside the original scope and was authorized in writing by the
Owner (City).
Here is a comparison of the scope of work as contained in the
engineering contract and the work actually engineered:
CONSTRUCTION ITEMS CONTRACT WORK ACTUALLY
SCOPE ENGINEERED
1. Hushpuppy W/L
2. Happy Hollow W/L
3. Mission Blvd W/L
4. Evelyn Hills Area
Improvements
5. Highway 112 W/L
6. So. Mtn Booster
Station Impvts
7. Futrall Street
10,500' of 8"
2,200' of 8"
2,875' of 8"
Fire Hydrant
Relocations
Not Included
Replace Fire Pump
Not Included
3,393' of 8"
1,818' of 8"
Not Included
1,424' of 8"
4,485' of 8"
Replace Fire Pump
Standby Generator
Variable Speed Drive
2,455' of 12"
As you can see there were scope changes. Briefly, they are:
1. The number of lines to be constructed (number of
sites) went from 4 to 5, and increase in scope.
2. The length of line to be engineered went from
15,575' to 13,575' for a reduction of 2000', a
decrease in scope.
3. The addition of a standby generator and a
variable speed drive fire pump at the South
Mountain Booster Station, an increase in scope. The
need to provide for the variable speed pump and
generator required more electrical and sitework
also.
It is difficult to say whether the changes listed would
constitute an overall increase or decrease in the scope of the work
as defined in the engineering contract. I would judge the scope of
work to have increased overall as a result of the changes,
particularly as a result of the pump station work and the need to
deal with the University of Arkansas and the Highway Department in
doing the engineering for the Hwy 112 work.
It is, therefore, my recommendation that the claim for extra
engineering be honored.
If you agree then I will prepare an amendment to Task Order
No. 3 to cover the scope changes and the extra compensation for
execution.
McGoodwin, Williams and Yates, Inc.
Consulting Engineers
909 Rolling Hills Drive
Fayetteville. Arkansas 72703
Telephone 501/443-3404
December 22, 1992
Re: Task Order No. 3
Water Distribution System Improvements
Additional Engineering Costs
Project No. Fy-200
Mr. Donald R. Bunn, P. E.
City Engineer
City of Fayetteville
113 West Mountain
Fayetteville, Arkansas 72701
Dear Mr. Bunn:
FAX 501/443-4340
At your request, we have reviewed our letter of December 13,
1991, requesting additional engineering costs for extra work
performed on the above referenced project.
As you may remember, the agreement between our firm and the
city established a cost ceiling of $35,000 "for the contemplated
work." In reviewing our project files, it is apparent that
numerous changes were made at the request of the city and that
significant additional engineering services were provided on
improvements that were "not originally contemplated" by either
the city or our firm.
For instance, the original agreement did not include work
called out as University of Arkansas Improvements, which added
the construction of an 8 -inch water line along Highway 112 from a
point south of the Agri Park across U of A Experimental Farm
property to the north side of Arkansas State Highway 180. Much
of the additional time involved with this work was spent meeting
with U of A officials, acquiring the proper authorization and
permits, and meeting their additional requirements to provide for
this construction. Our estimate of the additional cost
associated with this change is set out below:
Engineer III
1
hour
@
$87 =
$ 87
Engineer I
57
hours
@
$50 =
2,850
Technician III
13
hours
@
$42 =
546
Technician II
80
hours
@
$37 =
2,960
$6,443
In the original agreement, the Evelyn Hills Improvements
were basically to relocate fire hydrants to increase the fire
Mr. Donald R. Bunn, P. E.
December 22, 1992
Page 2
flow capability in that area. In looking at the problems
involved with an open cut on College Avenue to tie into the
existing water main at that location, it was decided to go behind
Evelyn Hills to the east and construct a new 8 -inch water line
tying into the water main on Sycamore. Once the plans were
developed for that alternative, the city proceeded to acquire the
necessary easements to construct the water line. Sometime
thereafter, at the city's request, the water line behind Evelyn
Hills was relocated to the east after negotiations between the
city and the property owner failed to reach an agreement. This
required additional field surveys to change the plans and
easements to be revised for the new route. Additional costs
associated with this work were:
Engineer I
8
hours
@
$50 = $ 400
Technician III
6
hours
@
$42 = 252
Technician II
2
hours
@
$37 = 74
726
The original agreement did not provide for any of the water
line extensions along Futrall Drive from North Gregg over to the
North Hills Medical Park. A 12 -inch water line was added at this
location and included in the plans and specifications. During
negotiations for easement acquisition at the trailer park on
North Gregg, additional work was provided in working out an
acceptable wood fence replacement with the trailer park manager,
the absentee property owner, and city staff (Mr. Ed Connell).
Additional costs:
Technician II 10 hours @ $37 = $ 370
At the city's request, the improvements to the South
Mountain booster station were significantly expanded with the
addition of a new electrical standby generator with automatic
transfer switch, and the design and installation of a variable
frequency drive. This also included specifying a new pump to
match the new variable frequency drive. Additional cost:
Technician II 33 hours @ $37 = $1,221
Finally, Line No. 5A at Highway 265 and Wyman Road was
rerouted, at the city's request, because of failure to negotiate
an easement with the property owner. This required additional
field work and easement preparation. The additional cost for
this item is:
Technician III 5 hours @ $42 = $ 210
Mr. Donald R. Bunn, P. E.
December 22, 1992
Page 3
The total of these charges is $8,970, as set out in our
previous letter. We hereby request additional compensation in
this amount, making our total compensation for all work under
this project $43,970.
Just as a matter of record, in reviewing our costs on this
project and as shown in our December 30, 1991 statement, our
charge for time actually spent on the project would have been
$49,875.50. We are only asking for the original cost ceiling of
$35,000 plus $8,970 compensation for additional work, for a total
amount of $43,970. As you can see, even with this additional
compensation, MWY is absorbing a loss of $5,905.50 on this
project.
Respectfully submitted,
Charles R. Nickle, P. E.
Vice -President
CRN:sc
TASK ORDER NO. 3
FOR
WATER DISTRIBUTION SYSTEM IMPROVEMENTS
As Recommended in the 1989 Water Master Plan Study
Fayetteville, Arkansas
Project No. Fy-200
In accordance with the existing "AGREEMENT TO FURNISH WATER SYSTEM
ENGINEERING SERVICES TO THE CITY OF FAYETTEVILLE, ARKANSAS" dated
February 6, 1990, between McGoodwin, Williams and Yates (hereinafter referred to as
the Engineer) and the City of Fayetteville, Arkansas (hereinafter referred to as the
Owner), the Owner desires that the Engineer will provide specific services relating to
several immediate water distribution system improvements which were described in the
1989 Water Master Plan Study and are set out below.
HUSH PUPPY IMPROVEMENTS:
10,500 L.F. 8 -Inch Water Line $197,000
SOUTH MOUNTAIN IMPROVEMENTS:
New Fire Pump 25,000
HAPPY HOLLOW IMPROVEMENTS:
2,200 L.F. 8 -Inch Water Line 41,000
MISSION BLVD. IMPROVEMENTS:
2,875 L.F. 8 -Inch Water Line 55,000
EVELYN HILLS IMPROVEMENTS:
Relocate Fire Hydrants ............................... 19.000
TOTAL $337,000
The scope of work and compensation for these services are as set out below.
2
SECTION 1. BASIC ENGINEERING SERVICES
The Engineer is designated by the Owner and is hereby authorized to:
A) Make preliminary investigations, preliminary surveys, and establish other
data as is required to make cost estimates and recommendations to the Owner relative
to the work required.
B) Make final surveys, prepare final cost estimates, prepare detailed plans and
specifications and submit same to the Arkansas Department of Health for their review
and approval.
C) Advise the Owner as to areas of the project where it appears that
construction activity will take place on private property, and therefore will require
preparation of easement legal descriptions and plats for easement acquisition. In some
Instances it may be necessary to conduct detailed land surveys to obtain the information
necessary to write the legal descriptions and prepare the plats. In such cases, the
Engineer will advise the Owner of this need, but will not be responsible for performing
any necessary land surveys.
D) Prepare easements and tract plats for easement acquisition.
E) Assist the Owner in the advertisement and receipt of bids, awarding of
construction contracts, preparation of contract documents, and the issuance of the
Notice to Proceed.
SECTION 2. LAND SURVEYS
Under Paragraph C, Section 1, it is set out that the Engineer will advise the
Owner as to locations where, In the Engineer's judgment, land surveys should be
conducted for the purpose of establishing right-of-way and/or preparation of tract plats
needed for easement acquisition. After the Engineer has fulfilled the above described
responsibility, the Owner may elect to direct the Engineer to perform certain land
4
3
surveys and to prepare certain tract maps. As directed by the Owner, the Engineer will
perform the following work:
1) Furnish or obtain the services of a "Registered Land Surveyor" as
necessary to provide detailed property surveys.
2) Prepare tract maps as may be required.
SECTION 3. CONSTRUCTION MANAGEMENT SERVICES
The Engineer agrees to provide construction management services including
construction surveys, periodic 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 work between the Owner
and the contractor.
SECTION 4. ITEMS TO BE FURNISHED BY THE OWNER
The Owner agrees to furnish the following:
A) Access to all available maps or other data relative to the portion of the
utility system involved in the project.
B) Right -of -entry from property owners to permit necessary field surveys.
C) Land record research to determine the apparent land owners, descriptions
of the land owners' properties, subdivision plats, and other data that may be required
in order to write any required easement legal descriptions and prepare plats for
easement acquisition.
D) Excavations as needed to determine elevation and/or locations of
underground utilities when same cannot be determined by any other procedure.
E) Pay all plan review costs and all costs of advertising in connection with the
project.
4
SECTION 5. COMPENSATION
The Engineer agrees to provide the necessary personnel required to furnish basic
gineering services and construction management services at the hourly rates set out
In the existing "Agreement to Furnish Water System Engineering Services to the City of
Fayetteville, Arkansas" dated February 6, 1990. A cost ceiling of $35,000 is hereby
• , ..
EIIt:pIti1!it41S:t.Ij:i:Pp(.pX:i:).M:.j.jIlr(:S(:i..1t.kt.)IliI:ait.11If_t.)IulT:tTi1d(.11Fi
persons working on the project and to make available to the Owner supporting
documentation of the time required. The rates shall be subject to renegotiation upon
SECTION 6. OTHER WORK
Any additional engineering services required which are outside the scope of this
task order and authorized In writing by the Owner will be done by the Engineer.
Reimbursement for work done under this provision will be based on the actual time
required using the rates previously established.
Authorized by:
CITY OF FAYETTEVILLE, ARKANSAS
Manager
Accepted by:
McGOODWIN, WILLIAMS AND YATES, INC.
Date
Charles R. Nickle, Vice -President Date