HomeMy WebLinkAbout177-91 RESOLUTIONRESOLUTION NO. 177-91
A RESOLUTION AUTHORIZING AN ENGINEERING
CONTRACT WITH MCCLELLAND ENGINEERS AND
APPROVING A SUBSEQUENT PRELIMINARY ENGINEERING
AGREEMENT WITH THE ARKANSAS HIGHWAY AND
TRANSPORTATION DEPARTMENT FOR HIGHWAY 180
WIDENING PROJECT.
1
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 a contract with McClelland
Engineers in the amount of $66, 740.00 plus a 10% contingency of
$6,674.00 for a total contract price of $73,414.00 and approving a
subsequent Preliminary Engineering Agreement with the Arkansas
Highway and Transportation Department for the Highway 180 widening
project. A copy of the contract and agreement authorized for
execution hereby is attached hereto marked Exhibit "A" and made a
part hereof.
PASSED AND APPROVED this 1st day of October , 1991.
APPROVED:
B
ATTEST:
By
•
•
AGREEMENT TO FURNISH WATER AND SANITARY SEWER
SYSTEM RELOCATION ENGINEERING SERVICES
TO THE CITY OF FAYETTEVILLE, ARKANSAS
This Agreement made this /.elt day of eGea-a---✓ , between
the firm of McClelland Consulting Engineers, Inc., 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 field surveys,
design services, and construction phase services to the Owner
required to relocate water and sanitary sewer utilities in -
conjunction with the AHTD construction project to widen 6th Street
(Hwy 180) between School Ave and Garland Ave. In order to assist
the OWNER, the ENGINEER will complete the following tasks:
1.1 Engineering design and construction observation
services for relocating segments of 2 -inch, 4 -inch,
6 -inch and 12 -inch water lines along and crossing
6th Street; relocating segments of 6 -inch, 8 -inch,
12 -inch and 18 -inch gravity sewer lines along and
crossing 6th Street; and relocating fire hydrants,
water meters and sanitary sewer services.
1.2 Easement preparation services as necessary to
provide construction access for the new water and
sewer line locations either side of 6th Street.
1.3 Coordination services with the Arkansas Highway
Department will be provided.
ARTICLE 2
The COMPENSATION for services to be provided in Article 1 above
shall be according to the following amounts.
1. For Desian Services: The Owner shall pay the
Engineer for the Design Services rendered under
Article 1 above. The Owner shall pay the Engineer
40% of the fee at the first of the month, 95% upon
completion of Final Plans and Specifications and
100% upon approval of Documents by the City, Health
Department and Highway Department
a) a lump sum fee of $26,800.00
•
•
2. For Easement Preparation: The Owner shall pay the
Engineer for the preparation of Easements, required for
the relocation water or sewer lines. The estimated cost
for each easement parallel to the street Right -of -Way is
$250 each. The estimated cost for each easement not
parallel to the Right-of-way where additional property
ties are required is $750.
a) The estimated cost for easements is $3,000.00
3. For Bidding Phase: The Owner shall pay the
Engineer for the bidding phase services rendered
under Article 1 above upon the issuance of the
Notice to Proceed by the Owner for:
a) a lump sum fee of $ 1,000.00
4. For Construction Management Services: The Owner
shall pay the Engineer for the construction
management services rendered under Article 1 above
in monthly installments based upon the percentage
of construction complete in accordance with the
monthly estimates prepared for the construction
contractor. The final installment will be due upon
submittal of the "Record Drawings".
a) a lump sum fee of $ 2,500.00
5. For Construction Observation Phase: The Owner
shall pay the Engineer for the resident
construction observation services rendered under
Article 1 above. The fee will be based upon the
time worked at the hourly rate not to exceed an
amount given below for the construction period
stated below and in the Construction Contract, or
as amended by separate Task Order should the
project time exceed that given below.
a) a fee equal to the number of hours worked at
the maximum hourly rate of $38.00 per hour not
to exceed an amount of $33,440 based upon a
construction period of 120 calendar days and a
total of 880 hours of construction observation
time including 176 overtime hours. The Owner
and the Engineer shall enter a separate Task
Order to cover any additional overtime
observation hours for the contractors overtime
work beyond the 176 hours stated above and any
observation time required beyond the 120
calendar period, as will be stated in the
Construction Contract.
•
•
•
Additional work requested by the Owner beyond the work scope stated
above in Article 1 shall be performed only after authorized in
writing by the Owner. Payment for additional work shall be
according to the hourly rate schedule in the Basic Agreement and
actual reimbursable expenses or in accordance with a fixed amount
agreed upon by the Owner under separate Task Order.
ARTICLE 3
The ENGINEER shall provide detailed design phase of the work within
60 calendar days of the receipt of the Notice to Proceed.
ARTICLE 4
Payments to the ENGINEER for services provided as generally
described in Article 1 is to be made within 30 days after the date
of billing. The amount due will be for services rendered during
the previous month.
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 effort 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 cannot warrant that the
project construction costs will not vary from his cost estimates.
5.4 That, the ENGINEER's payroll cost is defined as the cost of
salaries of engineers, draftsmen, stenographers, surveyors, clerks,
laborers, etc., for time directly chargeable to the project, plus
Social Security contributions, employment compensation insurance,
payroll taxes, retirement benefits, medical and insurance benefits,
sick leave, vacation, bonus, and holiday pay.
5.5 That, the ENGINEER's Reimbursable Expenses are defined as the
costs incurred on or directly for the Project, other than the
payroll and general overhead costs. Such expenses shall be
•
computed on the basis of actual purchase price plus eight percent
(8%) 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 That, either party may terminate this Agreement at 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 That, the OWNER may, from time to time, request changes in the
scope of the services of the ENGINEER to be preformed 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 That, in the event of any legal or other controversy requiring
the services of the ENGINEER in providing expert testimony in
connection with the Project, except suits or claims by third
parties against the OWNER arising
ENGINEER, the OWNER shall pay the
regard to such legal or other
negotiated.
•
out of errors or omissions of the
ENGINEER for services rendered in
controversy, on a basis to be
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.
•
•
ARTICLE 6
•
IN WITNESS WHEREOF, the parties hereto each herewith subscribes the
same in triplicate:
FOR THE CITY OF FAYETTEVILLE, ARKANSAS
2/7
BY: �
Fred Vorsanger / / Mayor
ATTEST k
thil
Sherry homas,
FOR THE ENGINEER
BY:
ame)
City Clerk
dill. _.,4A
(Vice President)
•
•
EXHIBIT A
HOURLY RATE SCHEDULE.
August 9, 1991
Principal Engineer
Project Manager/Senior Engineer
Electrical Engineer
Mechanical Engineer
Structural Engineer
Civil Engineer
Civil Engineering Technician
Construction Observer
Chief Draftsman/Designer
Senior Draftsman
Junior Draftsman
CADD Station
Survey Crew (2 -Man)
Survey Crew (3 -Man)
Soils Lab Supervisor
Soils Lab Technician
Water Lab Supervisor
Water Lab Technician
Clerical Support
Mileage
Travel Expenses
•
$85.00
$70.00
$65.00
$55.00
$53.00
$48.00
$40.00
$44.00
$45.00
$35.00
$24.00
$20.00
$55.00
$70.00
$43.00
$25.00
$36.00
$22.00
$25.00
$ .25/mile
At Cost
Hourly rates are subject to adjustment on an annual basis,
beginning July 1 of the calendar year.
TASK
•
ENGINEERING MANPOWER AND COST ESTIMATE
McCLELLAND CONSULTING ENGINEERS INC.
WATER AND SEWER RELOCATIONS
6-TH STREET WIDENING
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
SEPTEMBER 5, 1991
LEVEL OF PERSONNEL MANHOURS
PROJECT MANAGEMENT
PROJECT DIRECTOR 6
PROJECT MANAGER 32
PROJECT ENGINEER 8
CLERICAL 8
PRELIMINARY DESIGN
REVIEW OF EXISTING PLANS
PROJECT MANAGER 2
PROJECT ENGINEER 12
ENGINEERING TECHNICAN 2
FIELD SURVEY CONTROL
SURVEY SUPERVISOR 6
ENGINEERING TECHNICAN 20
SURVEY CREW (2 MAN) 28
DEVELOP AREA MAP FROM AERIAL DATA PHOTOS
DIGITIZED MAP COST
LOCATE EXT. WATER,SEWER AND UTILITIES
SURVEY SUPERVISOR 6
ENGINEERING TECHNICAN 22
SURVEY CREW (2 MAN) 28
PROFILE NEW SEWER LINES
SURVEY SUPERVISOR 6
ENGINEERING TECHNICAN 18
SURVEY CREW (2 MAN) 32
PRELIMINARY PLANS
PROJECT MANAGER 4
PROJECT ENGINEER 20
ENGINEERING TECHNICAN 29
DRAFTSMAN 24
CLERICAL 4
PAGE 1
•
•
TASK
ENGINEERING MANPOWER AND COST ESTIMATE
McCLELLAND CONSULTING ENGINEERS INC.
WATER AND SEWER RELOCATIONS
6-TH STREET WIDENING
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
SEPTEMBER 5, 1991
LEVEL OF PERSONNEL MANHOURS
•
FINAL DESIGN AND PLANS
DEVELOP FINAL PLANS
PROJECT MANAGER 8
PROJECT ENGINEER 48
ENGINEERING TECNNICAN 40
DRAFTSMAN 64
CONTRACT DOCUMENTS AND SPEC.
PROJECT MANAGER 4
PROJECT ENGINEER 40
CLERICAL 28
BIDDING PHASE
PROJECT MANAGER 2
PROJECT ENGINEER 14
CLERICAL 6
CONSTRUCTION PHASE
CONSTRUCTION MANAGEMENT
PROJECT MANAGER 4
PROJECT ENGINEER 28
CONSTRUCTION OBSERVER 3
DRAFTSMAN 7
CLERICAL 20
CONSTRUCTION OBSERVATION
CONSTRUCTION OBSERVER
(40 hr week, 16 weeks)
OVERTIME (ESTIMATED)
704
176
PAGE 2
ENGINEERING MANPOWER AND COST ESTIMATE
McCLELLAND CONSULTING ENGINEERS INC.
WATER AND SEWER RELOCATIONS
6-TH STREET WIDENING
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
SEPTEMBER 5, 1991
SUMMARY OF COSTS
•
DIRECT LABOR
PAYROLL EXPENSE (35%)
DIRECT NON -PAYROLL COSTS
MATERIALS AND SUPPLIES
REPRODUCTION
DATA PROCESSING
DIGITIZED AERIAL MAPPING
EQUIPMENT RENTAL
SUBTOTAL DIRECT COSTS
INDIRECT COSTS (126%)
SUBTOTAL DIRECT & INDIRECT
•
PROFIT
TOTALS
EASEMENT PREPARATION
TOTAL FEE
PRELIMINARY
DESIGN
$4,351.00
$1,522.85
$120.00
$180.00
$1,800.00
$7,973.85
$5,482.26
$13,456.11
$1,614.73
$15,070.84
(6 EST.)
FINAL
DESIGN
$3,878.00
$1,357.30
$100.00
$250.00
$5,585.30
$4,886.28
$10,471.58
$1,256.59
$11,728.17
PAGE 3
BIDDING &
CONST. MGT.
$1,200.50
$420.18
$1,620.68
$1,512.63
$3,133.31
$376.00
$3,509.30
CONST.
OBSERVATION
$11,440.00
$4,004.00
$15,444.00
$14,414.40
$29,858.40
53,583.01
$33,441.41
DATE: 7- - / /
TOTAL
$20,869.50
$7,304.33
$220.00
$430.00
$0.00
$1,800.00
$0.00
$30,623.83
$26,295.57
$56,919.40
$6,830.33
$63,749.72
$3,000.00
$66,749.72
• Rev. 12-04-89
ARKANSAS STATE HIGHWAY COMMISSION
LS
AC X
HIGHWAY -UTILITY AGREEMENT FOR PRELIMINARY ENGINEERING SERVICES
Job No. 4837 (Utilities) FAP No. FEGC-042-1 (4)
Job Location Garland Ave. - Utility owner City of Fayetteville
Hwy. 471
(Water S Sewer)
Route 180 Section 0 Consultant McClelland Consulting
County Washington Engineers,, Inc.
THIS AGREEMENT, made and entered into this /5•day of /,gd6ar,4/'
19 9/ , by and between the Arkansas State Highway Commission, acting by and
through the duly authorized representatives of the Arkansas State Highway and
Transportation Department, with headquarters at Little Rock, Arkansas,
hereinafter referred to as the "Department" and the city of Fayetteville of
Fayetteville, Arkansas, acting by and through its duly authorized representa-
tives, herein after referred to as the "Owner" WITNESSETH:
WHEREAS: The "Department", in the interest of public safety, convenience,
and enjoyment, proposes to make certain highway improvements at the location
and according to the plans and specifications of the "Department" for such
work under the job designation as shown above; "Owner" must adjust or relocate
certain of its existing utility facilities and in connection with such adjust-
ments, "Department" shall participate in the costs of such work to the extent
such costs are eligible for reimbursement from State Highway funds and
eligible when applicable for participation in Federal funds: and
WHEREAS: The cost to "Owner" for preliminary engineering services shall
be eligible for reimbursement from "Department" at the same ratio as the ad-
justment of "Owner's" facilities are eligible based on the proportion of the
facilities to be adjusted that are located on property in which "Owner" holds
a compensable property interest under the Constitution and Arkansas Law, leas
betterments (except betterments required by the highway construction) and in
accordance with the applicable provisions and requirements of the Arkansas
State Highway Commission Utility Accommodation Policy as adopted on September
20, 1989, by Commission Minute Order 89-455, as amended and supplemented, it
is also understood that for this cost to be eligible for participation in
Federal funds, the work must be performed and reimbursement made as prescribed
by Federal rules and regulations applicable to Federal Aid Projects, and as
set out in the United States Depart -tient of Transportation, Federal Hlghway Ad-
ministration, Federal Aid Highway Program Manual, Volume 6 Chapter 1, Section
2, Subsection 2 (Engagement of Consultants for Engineering Services) issued
October 30, 1974, or as amended. These documents by this reference are hereby
made a part of this Agreement with the same force and effect as if attached
hereto or recited herein; and
•
WHEREAS: The proposed highway improvement necessitates the adjustment or
relocation of certain of "Owner's" utility facilities as described in the fol-
lowing scope of work:
Adjust or relocate existing water and sewer mains, services and all appur-
tenances to clear highway construction,
and such adjustment or relocation requires the preparation of plans, sketches,
estimate of cost, and work specifications (when applicable) to be used as the
basis for a subsequent agreement with "Owner" to provide for such adjustment
or relocation: and
WHEREAS: The "Owner" is not adequately staffed with professional or tech-
nical personnel to prepare the necessary technical and detailed information as
may be required, and needs the services of a "Consultant" to perform the said
preliminary engineering work; and hereby requests "Department's" concurrence
in the employment of a "Consultant" of proven ability and experience, and
which has one or more of its members licensed by the Arkansas State Board of
Registration for Professional Engineers: and
WHEREAS: The "Owner" proposes to employ the engineering firm of McClel-
land Consulting Engineers, Inc., hereinafter referred to as the "Consultant"
which meets the above qualifications to perform such necessary preliminary en-
gineering services; and the "Department" has determined that it is to the ad-
vantage and best interest of the "Department's" highway improvement project
that said engineering services be performed by "Consultant" for "Owner" under
a contract for preliminary engineering services entered into between "Owner"
and "Consultant", and subject to the "Department's" approval; and the selec-
tion and employment of said engineering firm is acceptable to the
"Department", and "Consultant" is ready, willing, and able to perform the re-
quired engineering and technical services.
NOW, THEREFORE, IT IS HEREBY AGREED:
1. "Owner" has entered into a contract for preliminary engineering serv-
ices with the "Consultant", subject to the "Department's" approval, and has
furnished copies of said contract which are attached and made a part of this
agreement, and said contract sets forth in detail the engineering and techni-
cal services to be performed by the "Consultant" and the fee to be paid by the
"Owner" for such services; and the "Department" by execution of this agreement
concurs in the employment of the "Consultant" and approves the said contract
for preliminary engineering services as providing for the "Consultant" to fur-
nish the following minimum required services (as applicable):
A. Make all necessary field surveys, investigations, and special studies
required to obtain proper and sufficient data for the preparation of
complete plans, estimates of cost, and construction specifications.
B. Prepare complete and detailed plans of the existing facilities and of
the proposed construction, including maps, plans, profiles and
detailed drawings of structures and appurtenances when and as
necessary.
•
E.
C. Prepare an engineer's detailed estimate of cost of the proposed work
and if plant betterments for the "Owner's" convenience are to be in-
cluded in the planned adjustments, the "Consultant" shall detail
separately the estimated inplace cost of such plant betterments and
the estimated cost to relocate and adjust the existing facility inkind
and function as required by the highway project. Such separation of
cost of may be shown either by separate and comparative estimates or
by detailing of items in the estimate.
D. If the construction work is to be performed by other than "Owner's"
forces, prepare bid notices, instructions, specifications, contract
documents and any other data necessary to secure bids and let a
contract for the proposed work.
E. Furnish the "Owner" with eight (8) sets of plane, specifications, and
contract documents (seven (7) sets for transmittal by "Owner" to
Department"). Said documents shall be considered as approved when
and only when accepted by the "Department" and, if necessary, approved
by the Federal Highway Administration.
2. The "Consultant" shall begin the work as herein set out within
10 calendar days after receiving written authorization through the
"Owner", such authorization to be issued as a Work Order by the "Department",
and "Consultant" shall complete his contractual obligations as herein set out
in 60 calendar days.
3. After delivery to, and acceptance by the "Department" of the final
plans, estimate of cost and all necessary supporting documents in original and
six (6) copies, the "Department" will make payment to the "Owner" in accor-
dance with Paragraph 4, the pro rata portion of the total preliminary en-
gineering fee of $ 27,779.74 * as determined by one of the following
methods:
E A. The appropriate pro rata factor for allocating payment of this
fee between "Owner" and "Department" cannot be accurately
determined until the preliminary engineering work is completed,
and the pro rata factor as established by the "Consultant's"
investigations will be applied in the allocation of the cost
obligations under this agreement and in the subsequent Utility
Relocation Agreement.
8. The pro rata portion of the total preliminary engineering fee
based on the "Owner's" eligibility for reimbursement that the
facilities to be adjusted are located on property in which the
"Owner" holds a compensable property interest, is %.
($
• Not to Exceed $27,800.00
x 8 = $
(Reimbursement)
•
4. The basis for "Consultant's" total fee to be charged "Owner", includ-
ing any additional fee for plant betterment work to be done for "Owner's" con-
venience along with the required adjustments, is detailed and set forth in the
attached copy of the contract between the "Owner" and the "Consultant". Said
payment is to be on the actual cost payment procedure which will be initiated
within 30 days after submission by "Owner" of a certified statement in the
above proportionate reimbursable amount together with acknowledgement
evidenced in writing by "Consultant" that the total fee has been paid to him
by the "Owner". "Owner" agrees to retain cost records and accounts for inspec-
tion and audit for a period of not less than three (3) years from the date of
final payment.
5. It is understood and agreed that, by separate statement and by copy of
this agreement complete with pertinent attachments, the United States Depart-
ment of Transportation, Federal Highway Administration, may be furnished war-
ranties and certifications that the conditions under which this contract was
obtained have been, and performance by all parties shall be, in accordance
with the requirements of a project involving participation in Federal Aid
Highway Funds, and same shall be subject to applicable State and Federal Laws,
both criminal and civil.
6. The "Owner", in employing the "Consultant" to perform the work and
services covered by this agreement, agrees to require the "Consultant" to
comply with the provisions of Appendix "A", copies of which are attached to
and made a part of this contract, and the provisions of which pertain to non-
discrimination in employment; and it is further understood and agreed that the
"Consultant" shall in performing such work under said provisions, be con-
sidered as acting in the same relative capacity as the "Contractor" referred
to in said Appendix "A".
7. The "Department" may, at its discretion, cancel or suspend the work
under this agreement at any time provided reimbursement is made on an equi-
table basis and in a proportionate amount for the services performed by
"Consultant" up to the time that written notice of such cancellation is
received by "Owner" from "Department". Such amount of proportionate reim-
bursement shall be based on the proportion that the work actually performed
bears to the total work originally contemplated. Should the "Department" give
notice of cancellation in writing prior to the start of any work hereunder,
then this Agreement shall thereupon become null and void without liability to
the "Department".
8. The "Owner" shall save the "Department" and any other affected
Agencies of Government harmless from all claims and liabilities arising out
of, or in any manner due to, the activities or any negligent act or omission
of "Owner's" employees or the "Consultant" or his employees or agents.
•
•
9. The provisions of this agreement apply only to the preliminary en-
gineering services herein set out, and nothing contained herein shall be con-
strued as applying to any future contract which may be entered into between
the "Department" and the "Owner", except that the reference in Paragraph No. 3
above, regarding the determination of the reimbursement eligibility pro rata
factor from the subject preliminary engineering work shall apply both in
fixing the ratio of eligibility for reimbursement of cost under this agreement
and a subsequent covering the actual utility relocation work.
IN WITNESS WHEREOF: The parties hereto have caused this instrument to be
executed in triplicate by their duly authorized representatives as of the date
first above written.
CITY OF FAYETTEVILLE
(WATER & SEWER)
ARKANSAS STATE HIGHWAY COMMISSION
Acting By and Through The
ARKANSAS STATE HIGHWAY and
TRANSPORTATION DEPARTMENT
Title
Title /it _ ,
rector of Highways & Transportation
PQLLC
Chief, Rigom Way Division
Chief -Utiles Section
Right of Wa Division
APPENDIX A
During the performance of this contract, the contractor, for itself, its as-
signees and successors in interest (hereinafter referred to as the
"contractor" agrees as follows:
(1) Compliance with Regulations: The contractor shall comply with the
Regulations relative to nondiscrimination in Federally -assisted programs of
the Department of Transportation, Title 49, Code of Federal Regulations, Part
21, as they may be amended from time to time, (hereinafter referred to as the
Regulations), which are herein incorporated by reference and made a part of
this contract.
(2) Nondiscrimination: The contractor, with regard to the work per-
formed by it during the contract, shall not discriminate on the grounds of
race, color, sex, national origin, or handicap, in the selection and retention
of subcontractors, including procurements of materials and leases of equip-
ment. The contractor shall not participate either directly or indirectly in
the discrimination prohibited by section 21.5 of the Regulations, including
employment practices when the contract covers a program set forth in Appendix
B of the Regulations.
(3) Solicitations for Subcontracts, Including Procurements of Materials
and Equipment: In all solicitations either by competitive bidding or nego-
tiation made by the contractor for work to be performed under a subcontract,
including procurements of materialsorleases of equipment, each potential
subcontractor or supplier shall be notified by the contractor of the
contractor's obligations under this contract and the Regulations relative to
nondiscrimination on the grounds of race, color, sex, national original, or
handicap.
(4) Information and Reports: The contractor shall provide all informa-
tion and reports required by the Regulations, or directives issued pursuant
thereto, and shall permit access to its books, records, accounts, other
sources of information, and its facilities as may be determined by the State
Highway Department or the Federal Highway Administration to be pertinent to
ascertain compliance with such Regulations or directives. Where any informa-
tion required of a contractor is in the exclusive possession of another who
fails or refuses to furnish this information, the contractor shall so certify
to the State Highway Department, or the Federal Highway Administration as ap-
propriate, and shall set forth what efforts it has made to obtain the informa-
tion.
(5) Sanctions for Noncompliance: In the event of the contractor's non-
compliance with the nondiscrimination provisions of this contractor, the State
Highway Department shall impose such contract sanctions as it or the Federal
Highway Administration may determine to be appropriate, including, but no
limited to:
(a) withholding of payments to the contractor under the contract until
the contractor complies, and/or
(b) cancellation, termination or suspension of the contract, in whole
or in part.
•
(6) Incorporation of Provisions: The contractor shall include the
provisions of paragraphs (1) through (6) in every subcontract, including
procurements of materials and leases of equipment, unless exempt by the
Regulations, or directives issued pursuant thereto. The contractor shall take
such action with respect to any subcontract or procurement as the State High-
way Department or the Federal Highway Administration may direct as a means of
enforcing such provisions including sanctions for non-compliance: Provided,
however, that in the event a contractor becomes involved in, or is threatened
with, litigation with a subcontractor or supplier as a result of such direc-
tion, the contractor may request the State Highway Department to enter into
such litigation to protect the interests of the state, and, in addition, the
contractor may request the United States to enter into such litigation to
protect the interests of the United States.
•
•
CJ .F S
14411A -.y ISO Wicb,,I A5
c C(ri( ,J
AMENDMENT NO. 1
g -4) TO
AGREEMENT FOR ENGINEERING SERVICES
The AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES
dated October 1, 1991, between the City of Fayetteville, Arkansas
(OWNER) and McClelland Consulting Engineers, Inc., (ENGINEER) is
amended hereinafter for the purpose of changing the Scope of
Services for the 6th Street Utility Relocation Project.
Specifically, the revisions to the AGREEMENT are to be effected by
the following changes:
o Paragraph 1 of ARTICLE 2 is hereby modified to
revise the design fee to include the Owner
requested addition of a 24" sewer crossing of 6th
Street at Gregg Street to serve as a future relief
sewer. Increase the lump sum fee by $2,500 to a
lump sum fee of $29,300.00.
Except as specifically provided for herein, all other provisions of
the referenced AGREEMENT, dated October 1, 1991, shall remain in
full force.
IN WITNESS WHEREOF, the parties hereto have executed, or caused to
be executed by their duly authorized officials, this AMENDMENT in
duplicate on the date heretofore stated.
(SEAL)
ATTEST:
By
Date
(SEAL)
ATTEST:
By
Title
Date
,us (o, /4-43
OWNER:
CITY OF FAYETTEVILLE
By
ayor
Fred Hanna
Date 0 & 9)c
ENGINEER:
McCLELLAND CONSULTING
ENGINEERS, _NC.
By
Date
John C. Quinn, P.E.
Vice President
rtiktief-5
•
•
•
RESOLUTION NO. 177-91
A RESOLUTION AUTHORIZING AN ENGINEERING
CONTRACT WITH MCCLELLAND ENGINEERS AND
APPROVING A SUBSEQUENT PRELIMINARY ENGINEERING
AGREEMENT WITH THE ARKANSAS HIGHWAY AND
TRANSPORTATION DEPARTMENT FOR HIGHWAY 180
WIDENING PROJECT.
•
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 a contract with Jfs41iiilie
Engineers in the amount of $66, 740.00 plus a 10% shiageacy 4t
$6,674.00 for a total contract price of $73,414.00 and approving a
subsequent Preliminary Engineering Agreement with the Arkansas
Highway and Transportation Department for the Highway 180 widening
project. A copy of the contract and agreement authorized for
execution hereby is attached hereto marked Exhibit "A" and made a
part hereof.
PASSED AND APPROVED this 1st day of October , 1991.
ATTEST:
By
APPROVED:
By: