Loading...
HomeMy WebLinkAbout151-04 RESOLUTIONRESOLUTION NO. 151- 0 4 A RESOLUTION TO APPROVE AN ENGINEERING` CONTRACT WITH MCCLELLAND CONSULTING ENGINEERS, INC. FOR THE DESIGN AND BIDDING PHASE SERVICE FOR THE MOUNT SEQUOYAH PRESSURE PLANE IMPROVEMENTS PROJECT IN A NOT TO EXCEED AMOUNT OF $142,310.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves the contract with McClelland Consulting Engineers, Inc. attached as Exhibit A for preliminary study, public communications, surveys, design and bidding phase service to the Mount Sequoyah Pressure Plane Improvement Project on a per hour basis for a not to exceed the amount of $142,310.00. PASSED and APPROVED this 5th day of October, 2004. ATTEST: ................... :FR .S\'\S Y O;c •G.PG•j %;j. •0 E :FAYETTEVILLE: 15, By: t. •.....aP Jam, 1OS 16/14t TON ,.TON ,,a By: a[.elc-� t� Y/YNififi� SO DRA SMITH, City Clerk APPROVED: DAN COODY, Mayor • AGREEMENT • For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYE11'EVITJ F, ARKANSAS And MCCLELLAND CONSULTING ENGINEERS, INC. FAYEI EVII IF, ARKANSAS THIS AGREEMENT is made as ofa/4Of?tr 5 2004, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and McClelland Consulting Engineers, Inc. with offices located in Fayetteville, Arkansas (hereinafter called McClelland). CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection with the planning, design, permitting, construction, operation, maintenance, management, and financing of the Fayetteville Mount Sequoyah Pressure Plane Improvements Project and in particular, development and implementation of a public communications program, preparation of a preliminary engineering report, and engineering design of a water booster station and a 500,000 gallon elevated water tank, (The "Project"). Therefore, CITY OF FAYEI 1hVILLE and McClelland in consideration of their mutual covenants agree as follows: McClelland shall serve as CITY OF FAYETTEVILLE's professional engineering consultant in those assignments to which this Agreement applies, and shall give consultation and advice to CITY OF FAYETTEVILLE during the performance of McClelland's services. All services shall be performed under the direction of a professional engineer registered in the State of Arkansas and qualified in the particular field. If Construction Phase Services are to be provided by McClelland under this Agreement, the construction shall be executed under the observation of a professional engineer registered in the State of Arkansas in accordance with Arkansas Code Amended §22-9-101. SECTION 1 - AUTHORIZATION OF SERVICES 1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF FAYETTEVILLE and agreement of McClelland. 1.2 Assignments may include services described hereafter as Basic Services or as Additional Services of McClelland. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A — 1 052303 • 1.3 Changes, modifications or amendments in scope, pnce or fees to this contract shall not be allowed without a formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, costs, fees, or delivery schedule. SECTION 2 - BASIC SERVICES OF MCCLELLAND 2.1 General 2.1.1 Perform professional design services in connection with the Project as hereinafter stated, which shall include normal civil, structural, mechanical, and electrical engineering services and normal architectural design services incidental thereto. 2.1.1.1 The Scope of Services to be furnished by McClelland during the Public Communications and Relations Phase is included in Section 2.2 hereafter and in Attachment A attached hereto and made part of this Agreement. 2.1.1.2 The Scope of Services to be furnished by McClelland during the Preliminary Engineering Report Phase is included in Section 2.3 hereafter and in Attachment A attached hereto and made part of this Agreement. 2.1.1.3 The Scope of Services to be furnished by McClelland during the Preliminary Design Phase is included in Section 2.4 hereafter and in Attachment A attached hereto and made part of this Agreement. 2.1.1.4 The Scope of Services to be furnished by McClelland during the Final Design Phase is included in Section 2.5 hereafter and in Attachment A attached hereto and made part of this Agreement. 2.1.1.5 The Scope of Services to be furnished by McClelland during the Bidding Phase is included in Section 2.6 hereafter and in Attachment A attached hereto and made part of this Agreement. 2.1.1.6 The Scope of Services to be furnished by McClelland during the Construction Phase, if any, will be finalized and contained in an amendment to this Agreement after the Bidding Phase is completed. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A — 2 052303 • •l 2.1.1.7 The preliminary Scope of Services to be furnished by McClelland for Resident Services during Construction, if any, will be finalized and contained in an amendment to this Agreement after the Bidding Phase is completed. 2.2 Public Communications and Relations Phase 2.2.1 The Public Communications and Relations Phase will consist of the development and implementation of a public communications program to address the needs of the impacted neighborhoods and other concerned citizens. These efforts will include arranging meetings with the neighborhood association, public meeting attendance, presentation of schematics, evaluation of public comments/concerns and developing a consensus with the stakeholders. This effort will include preparation for and attendance at two neighborhood association meetings, two ward meetings and one city council meeting. The effort will also include the preparation of one public report complete with preliminary drawings, typical schematics and other relevant information. 2.3 Preliminary Engineering Report 2.3.1 The Preliminary Engineering Report Phase will consist of the preparation of a written report supporting the project's need, scope and outcomes. The report will include a description of system deficiencies, problem statements, evaluation of alternative layouts, economic justification of recommended improvements, project cost prediction and summation of benefits and outcomes. The report shall define the project in sound economic and engineering terms, citing the specific benefits that will be realized. 2.4 Preliminary Design Phase 2.4.1 The Preliminary Design Phase will consist of surveying and geotechnical services, the preparation of preliminary plans for the tank and booster pump station, and the acquisition of approvals from City of Fayetteville for the preliminary design. The surveying services will consist of performing topographic surveys for one booster station site and two alternate tank sites, the development of easement procurement needs (if required), the development of drawings and performing field work required for a Lot Split (if required) and a Property Survey (if required) The geotechnical services will consist of taking soil borings at one booster station site and two alternate tank sites, site clearing (if required), and providing boring logs, foundation recommendations and a geotechnical report. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A - 3 052303 • 2.5 Final Design Phase 2.5.1 Prepare for incorporation in the Contract Documents detailed drawings to show the character and scope of the Work to be performed by contractors on the Project (hereinafter called the "Contract Drawings"), and Invitation to Bid, Instructions to Bidders, Bid Form, Agreement and Bond forms, General Conditions, and Specifications (all of which, together with the Contract Drawings, are hereinafter called the "Bid Documents") for review and approval by CITY OF FAYETTEVILLE, its legal counsel, and other advisors as appropriate, and assist CITY OF FAYETTEVILLE in the preparation of other related documents. It is anticipated that two complete sets of Bid Documents will be prepared, one for the elevated tank and one for the booster station. 2.5.1.1 Bid documents shall be based on Construction Specifications Institute (CSI) Master Format and Section Format and shall incorporate CITY OF FAYETTEVILLE's standard general conditions and forms. Text documents shall be provided to CITY OF FAYETTEVILLE in Microsoft® Word version 2000 software. Contract drawings shall be prepared using standard borders, sheet sizes, title blocks and CADD standards provided by CITY OF FAYETTEVILLE. McClelland may use their normal software for the preparation of drawings but the final product shall be provided to CITY OF FAYETTEVILLE in Autodesk AutoCAD version 2002. 2.5.1.2 Develop and include in Appendix A of this Agreement for approval by CITY OF FAYETTEVILLE, a project preliminary design schedule in which McClelland shall include, in an acceptable level of detail, the steps and milestone dates to be undertaken by McClelland in the completion of this design. This Schedule shall include reasonable allowances for review and approval times required by CITY OF FAYETTEVILLE, and review and approval times required by public authorities having jurisdiction over the Project. This schedule shall be equitably adjusted as the Project progresses, allowing for changes in scope, character or size of the Project requested by CITY OF FAYETTEVILLE, or for delays or other causes beyond McClelland's reasonable control. Nonconformance with this schedule by McClelland and its subconsultants may result in the assessment of damages payable by McClelland to the CITY OF FAYETTEVILLE for costs and damages incurred. The maximum cost liability of McClelland shall be limited to the total gross amount payable to or through the Consultant authorized under this agreement, including amendments thereto. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A — 4 052303 • s� 2.5.1.3 When requested by the CITY OF FAYETTEVILLE's Water and Wastewater Director, prepare for and attend up to two City Council meetings to provide periodic updates on the progress of the preliminary design. 2.5.1.4 If the plans and specifications for the project require bids on alternates in addition to a base bid, there shall be no more than three (3) alternates, and the alternates shall be developed and described in accordance with Title 22, Article 9-203 of the Arkansas Code. 2.5.2 Prepare technical criteria, written descriptions, design data, and applications necessary for filing applications for permits from or approvals of the following applicable governmental authorities having jurisdiction to review or approve the final design of the Project and assist in securing approvals Approval letters shall be obtained from the Arkansas Department of Health and the Federal Aviation Administration. Actual Filing and Permit Fees will be paid by the CITY OF FAYETTEVILLE. Assist CITY OF FAYETTEVILLE in consultations with appropriate authorities. 2.5.3 Advise CITY OF FAYETTEVILLE of adjustments in excess of five percent of the cost opinion for the Project caused by changes in scope, design requirements, or construction costs and furnish a revised cost opinion for the Project based on the final Bid Documents. 2.5.4 Advise CITY OF FAYETTEVILLE of final Opinion of Probable Project Costs, including, but not limited to, construction, inspection, testing and close out. 2.5.5 Furnish CITY OF FAYETTEVILLE with 5 copies of the final Bid Documents. 2.5.6 Determine land and easement requirements and provide consultation and assistance on property procurement as related to professional engineering services being performed. 2.5.7 Provide appropriate professional interpretations of data, geotechnical investigations, core borings, probings and subsurface explorations, hydrographic surveys, laboratory tests, and inspections of samples, materials and equipment obtained through subcontract services for authorized Project services including property, boundary, easement, right-of-way, topographic, and utility surveys; noting zoning and deed restrictions. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A - 5 052303 2.5.8 Fully disclose all subcontract agreements including the name and address of the subconsultant, the scope of services to be provided and the value of the subcontract. 2.6 Bidding Phase 2.6.1 McClelland will follow City of Fayetteville's bidding protocol for capital improvement projects. 2.6.2 Arrange for bidding notices to be sent to contractors publishing services and direct mailing to contractors of record. Notices shall comply with requirements of CITY OF FAYEI IEVILLE. The legal notice to be placed in legal notices section of a local newspaper(s) of countywide and statewide circulation and shall be coordinated with CITY OF FAYETTEVILLE purchasing agent and an affidavit of publication secured 2.6.3 Prepare addenda for drawings and Bid Documents as required and submit to CITY OF FAYETTEVILLE in timely manner such that addenda can be issued by McClelland in accordance with Construction Contract General Conditions. All bidding protocols shall conform to statutory requirements with all addenda being approved by CITY OF FAYETTEVILLE prior to issuance. 2.6.4 Secure updated applicable wage rate decisions and incorporate into the Bid Documents. Update wage rate decision by addendum if necessary. 2.6.5 Assist CITY OF FAYETTEVILLE by issuing and tracking Bid Documents, addenda and communications during bidding and maintain list of plan holders. Print and distribute copies of plans and specifications for all prospective bidders and plan rooms. Collect from prospective bidders an appropriate non-refundable fee to offset cost of reproducing and distributing Bidding Documents. 2.6.6 Assist CITY OF FAYETTEVILLE in obtaining and evaluating bids and preparing construction contracts. McClelland shall prepare and submit bid certification documents to CITY OF FAYETTEVILLE for review. 2.6.7 Consult with and advise CITY OF FAYETTEVILLE as to the acceptability of subcontractors and other persons and organizations proposed by the prime construction contractor(s), hereinafter called "Contractor(s)," for those portions of the work as to which such acceptability is required by the Bid Documents. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A — 6 052303 2.6.8 Make recommendations regarding award of construction contracts. 2.6.9 Attend Water and Sewer Committee meeting and the ensuing City Council meeting to recommend action by the respective bodies. Prepare and present a recommendation complete with such supporting information as necessary for the bodies to make an informed decision on the action recommended. 2.6.10 See Attachment A for additional services or clarification of services to be provided by McClelland. 2.7 Construction Phase 2.7.1 The scope of Construction Phase Services, if any, will be negotiated following completion of Bidding Phase Services. 2.8 Post -Construction Phase 2.8.1 The scope of Post -Construction Phase Services, if any, will be negotiated following completion of Bidding Phase Services. 2.9 Resident Services During Construction 2.9.1 The scope of Resident Services During Construction, if any, will be negotiated following completion of Bidding Phase Services. SECTION 3 - ADDITIONAL SERVICES OF MCCLELLAND 3.1 General If authorized in writing by the CITY OF FAYETTEVILLE Mayor and the City Council and agreed to in writing by McClelland, McClelland shall furnish or obtain from others Additional Services of the following types that are not considered normal or customary Basic Services. The scope of Additional Services may include: 3.1.1 Grant and Loan Assistance Prepare applications and supporting documents for governmental grants, loans, or advances. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A — 7 052303 3.1.2 Financial Consultation Consult with CITY OF FAYETTEVILLE's fiscal agents and bond attorneys and provide such engineering data as required for any bond prospectus or other financing requirements. 3.1.3 Administrative Assistance Provide Contract and Project administration to the degree authorized by CITY OF FAYETTEVILLE. 3.1.4 Furnishing renderings or models of the Project for CITY OF FAYETTEVILLE's use. 3.1.5 Miscellaneous Studies Investigations involving detailed consideration of operations, maintenance, and overhead expenses, and the preparation of rate schedules, eamings, and expense statements; feasibility studies; appraisals and valuations; detailed quantity surveys of material, equipment, and labor; and audits or inventories required in connection with construction performed by CITY OF FAYETTEVILLE. 3.1.6 Preparing to serve or serving as a witness for CITY OF FAYETTEVILLE in any litigation or other proceeding involving the Project. 3.1.7 Extra Services 3.1.7.1 Services not specifically defined heretofore that may be authorized by CITY OF FAYETTEVILLE. 3.2 Contingent Additional Services 3.2.1 If services described under Contingent Additional Services in Paragraph 3.2 are required due to circumstances beyond McClelland's control, McClelland shall notify CITY OF FAYETTEVILLE and request a formal contract amendment approved by the Mayor and the City Council prior to commencing such services. If CITY OF FAYETTEVILLE deems that such services described in 3.2 are not required, CITY OF FAYETTEVILLE shall give prompt written notice to McClelland. If CITY OF FAYETTEVILLE indicates in writing that all or parts of such Contingent Additional Services are not required, McClelland shall have no obligation to provide those services. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A - 8 052303 • • 3.2.2 Making revisions in Drawings, Specifications, or other documents when such revisions are: 3.2.2.1 Required because of inconsistent approvals or instructions previously given by CITY OF FAYETTEVILLE, including revisions made necessary by adjustments in CITY OF FAYETTEVILLE's program or Project Budget. 3.2.2.2 Required by the enactment or revision of codes, laws, or regulations subsequent to the preparation of such documents. SECTION 4 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE CITY OF FAYETTEVILLE shall, within a reasonable time, so as riot to delay the services of McClelland. 4.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project. 4.2 Assist McClelland by placing at McClelland's disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. 4.3 Guarantee access to and make all provisions for McClelland to enter upon public and private property as required for McClelland to perform his services under this Agreement. 4.4 Examine all studies, reports, sketches, cost opinions, Bid Documents, Drawings, proposals, and other documents presented by McClelland and render in writing decisions pertaining thereto. 4.5 Provide such professional legal, accounting, financial, and insurance counseling services as may be required for the Project. 4.6 Designate in writing a person to act as CITY OF FAYETTEVILLE's representative with respect to the services to be performed under this Agreement. Such person shall have complete authority to transmit instructions, receive information, interpret and define CITY OF FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 4.7 Give prompt written notice to McClelland whenever CITY OF FAYETTEVILLE observes or otherwise becomes aware of any defect in the Project. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A — 9 052303 • • 4.8 Furnish approvals and permits from all governmental authorities having jurisdiction over the Project and such approvals and consents from others as may be necessary for completion of the Project. Pay directly to the governmental authorities the actual filing and permit fees. 4.9 Pay for placement of legal notices and advertisements in newspapers or other publications required by program requirements of the Mount Sequoyah Pressure Plane Improvements Project. 4.10 Furnish, or direct McClelland to provide, necessary Additional Services as stipulated in Section 3 of this Agreement or other services as required 4.11 If CITY OF FAYETTEVILLE's standard bidding requirements, Agreement forms and General Conditions are to be used, CITY OF FAYETTEVILLE shall provide copies of such documents for McClelland's use in coordinating the Contract Drawings and Specifications. 4.12 CITY OF FAYETTEVILLE and/or its representative will review all documents and provide written comments to McClelland in a timely manner. SECTION 5 - PERIOD OF SERVICE 5.1 This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE authorizing services hereunder. 5.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the Project through completion of the services stated in the Agreement. McClelland will proceed with providing the authorized services immediately upon receipt of written authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the time in which the services are to be completed. SECTION 6 - PAYMENTS TO MCCLELLAND 6.1 Compensation The total payment for the Scope of Services described in Appendix A is estimated to be One Hundred Forty-two Thousand Three Hundred Ten Dollars ($142,310.00). Compensation is based upon the current schedule of hourly rates, a copy being attached as Attachment B. This amount is a not to exceed amount without the advance approval of a written contract amendment by the Mayor and City Council. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A — 10 052303 • • 6.1.1 Public Communications and Relations Phase Services For the Scope of Services during the Public Communications and Relations Phase described herein, CITY OF FAYETTEVILLE authorizes thirty-six thousand four hundred dollars ($36,400.00) as compensation for the scope of work set forth in Attachment A. Engineer will be compensated based upon the current hourly rates for cost reimbursement being attached to and made a part of this agreement (Attachment B). The costs and basis for compensation include all public communications costs, including labor, overhead, direct expenses, subcontracts and fees. The total contract amount authorized for the public communications and relations phase services is thirty-six thousand four hundred dollars ($36,400.00). 6.1.2 Preliminary Engineering Report Phase Services For the Scope of Services during the Preliminary Engineering Report Phase described herein, CITY OF FAYETTEVILLE authorizes five thousand two hundred dollars ($5,200.00) as compensation for the scope of work set forth in Attachment A. Engineer will be compensated based upon the current hourly rates for cost reimbursement being attached to and made a part of this agreement (Attachment B). The costs and basis for compensation include all preliminary engineering report costs, including labor, overhead, direct expenses, subcontracts and fees. The total contract amount authorized for the preliminary engineering report phase services is five thousand two hundred dollars ($5,200.00). 6.1.3 Preliminary Design Phase Services For the Scope of Surveying Services during the Preliminary Design Phase described herein, CITY OF FAYETTEVILLE authorizes fifteen thousand two hundred fifty dollars ($15,250.00) as compensation for the scope of work set forth in Attachment A. Engineer will be compensated based upon the current hourly rates for cost reimbursement being attached to and made a part of this agreement (Attachment B). The costs and basis for compensation include all surveying costs, including labor, overhead, direct expenses, subcontracts and fees. The total contract amount authorized for the surveying services is fifteen thousand two hundred fifty dollars ($15,250.00). For the Scope of Geotechnical Services during the Preliminary Design Phase described herein, CITY OF FAYETTEVILLE authorizes seven thousand eight hundred sixty dollars ($7,860.00) as compensation for the scope of work set forth in Attachment A. Engineer will Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A — I I 052303 • • be compensated based upon the current hourly rates and unit prices for cost reimbursement being attached to and made a part of this agreement (Attachment B). The costs and basis for compensation include all geotechnical costs, including labor, overhead, direct expenses, subcontracts and fees. The total contract amount authorized for the geotechnical services is seven thousand eight hundred sixty dollars ($7,860.00). For the Scope of Engineering Design Services during the Preliminary Design Phase described herein, CITY OF FAYETTEVILLE authorizes thirty-two thousand dollars ($32,000.00) as compensation for the scope of work set forth in Attachment A. Engineer will be compensated based upon the current hourly rates for cost reimbursement being attached to and made a part of this agreement (Attachment B). The costs and basis for compensation include all preliminary design costs, including labor, overhead, direct expenses, subcontracts and fees. The total contract amount authorized for the preliminary design phase services is thirty-two thousand dollars ($32,000.00). 6.1.4 Final Design Phase Services For the Scope of Services during the Final Design Phase described herein, CITY OF FAYETTEVILLE authorizes forty-one thousand eight hundred dollars ($41,800.00) as compensation for the scope of work set forth in Attachment A. Engineer will be compensated based upon the current hourly rates for cost reimbursement being attached to and made a part of this agreement (Attachment B). The costs and basis for compensation include all final design costs, including labor, overhead, direct expenses, subcontracts and fees. The total contract amount authorized for the final design phase services is forty-one thousand eight hundred dollars ($41,800.00). 6.1.5 Bidding Phase Services For the Scope of Services during the Bidding Phase described herein, CITY OF FAYETTEVILLE authorizes three thousand eight hundred dollars ($3,800.00) as compensation for the scope of work set forth in Attachment A. Engineer will be compensated based upon the current hourly rates for cost reimbursement being attached to and made a part of this agreement (Attachment B). The costs and basis for compensation include all bidding phase costs, including labor, overhead, direct expenses, subcontracts and fees. The total contract amount authorized for the bidding phase services is three thousand eight hundred dollars ($3,800.00). Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A — 12 052303 • • 6.1.5.1 Subject to the City Council approval, adjustment of the contract amount may be made should McClelland establish and CITY OF FAYETTEVILLE agree that there has been or is to be a significant change in scope, complexity or character of the services to be performed; or if CITY OF FAYETTEVILLE decides to shorten the duration of work from the time period specified in the Agreement for completion of work and such modification warrants such adjustment. Changes, modifications or amendments in scope, price or fees to this Contract shall not be allowed without formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost, fees, or delivery schedule. 6.1.5.2 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for Design services consistent with McClelland's normal billing schedule. Once established, the billing schedule shall be maintained throughout the duration of the Project. Applications for payment shall be made in accordance with a format to be developed by McClelland and approved by CITY OF FAYETTEVILLE. Applications for payment shall be accompanied each month by the updated project design schedule as the basis for determining the value earned as the work is accomplished. Final payment for Design services shall be made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory completion of the Design phase for the Project. 6.1.6 Construction Phase Services This section is reserved for future details concerning this phase, if any. This Agreement shall be amended to include payment conditions following the completion of Bidding Phase Services. 6.1.7 Post -Construction Phase Services This section is reserved for future details concerning this phase, if any. This Agreement shall be amended to include payment conditions following the completion of Bidding Phase Services. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A — 13 052303 • • 6.1.8 Resident Services During Construction This section is reserved for future details concerning this phase, if any. This Agreement shall be amended to include payment conditions following the completion of Bidding Phase Services. 6.1.9 Additional Services For authorized Additional engineering services under Section 3, "Additional Services", compensation to McClelland shall be negotiated at the time Additional services are authorized. 6.2 Statements Statements and updated progress schedule for each calendar month will be submitted to CITY OF FAYETTEVILLE by signed original document. Statements will be based on McClelland's actual costs incurred and justified by hours expended, hourly rates and other applicable costs in accordance with Attachment B. 6.3 Payments All statements are payable upon receipt and due within thirty (30) days. If a portion of McClelland's statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE shall advise McClelland in writing of the basis for any disputed portion of any statement. CITY OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of date the invoice is approved, however, payment within 30 days is not guaranteed. 6.4 Final Payment Upon satisfactory completion of the work performed under this Agreement, as a condition before final payment under this Agreement, or as a termination settlement under this Agreement, McClelland shall execute and deliver to CITY OF FAYETTEVILLE a release of all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement, except claims which are specifically exempted by McClelland to be set forth therein. Unless otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the parties to this Agreement, final payment under this Agreement or settlement upon termination Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A — 14 052303 • • of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims against McClelland or his sureties under this Agreement or applicable performance and payment bonds, if any. SECTION 7 - GENERAL CONSIDERATIONS 7.1 Insurance 7.1.1 During the course of performance of these services, McClelland will maintain (in United States Dollars) the following minimum insurance coverages: Type of Coverage Limits of Liability Workers' Compensation Statutory Employers' Liability $500,000 Each Accident Commercial General Liability Bodily Injury and Property Damage Automobile Liability: Bodily Injury and Property Damage $1,000,000 Combined Single Limit $1,000,000 Combined Single Limit Professional Liability Insurance $1,000,000 Each Claim McClelland will provide to CITY OF FAYETTEVILLE certificates as evidence of the specified insurance within ten days of the date of this Agreement and upon each renewal of coverage. 7.1.2 Construction Contractors shall be required to provide (or CITY OF FAYETTEVILLE may provide) Owner's Protective Liability Insurance naming CITY OF FAYETTEVILLE as a Named Insured and McClelland as additional insureds, or, to endorse CITY OF FAYETTEVILLE, and McClelland as additional insureds on construction Contractor's liability insurance policies covering claims for personal injuries and property damage. Construction Contractors shall be required to provide certificates evidencing such insurance to CITY OF FAYETTEVILLE, and McClelland. All contract insurance carriers shall be required to list CITY OF FAYETTEVILLE as certificate holder, furnishing copies of the contractor's insurance certificate to each party Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A — 15 052303 • • 7.1.3 CITY OF FAYETTEVILLE and McClelland waive all rights against each other and their officers, directors, agents, or employees for damage covered by property insurance during and after the completion of McClelland's services. If the services result in a Construction Phase, a provision similar to this shall be incorporated into all Construction Contracts entered into by CITY OF FAYETTEVILLE, and all construction Contractors shall be required to provide waivers of subrogation in favor of CITY OF FAYETTEVILLE and McClelland for damage or liability covered by any construction Contractor's policy of insurance. 7.2 Professional Responsibility 7.2.1 McClelland will exercise reasonable skill, care, and diligence in the performance of McClelland's services and will carry out its responsibilities in accordance with customarily accepted professional engineering practices. CITY OF FAYETTEVILLE will promptly report to McClelland any defects or suspected defects in McClelland's services of which CITY OF FAYETTEVILLE becomes aware, so that McClelland can take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE and McClelland further agree to impose a similar notification requirement on all construction contractors in the Bid Documents and shall require all subcontracts at any level to contain a like requirement. CITY OF FAYEI 1'EVILLE retains all remedies to recover for its damages caused by any negligence of McClelland. 7.2.2 In addition McClelland will be responsible to CITY OF FAYETTEVILLE for damages caused by its negligent conduct during its activities at the Project Site to the extent covered by McClelland's Commercial General Liability and Automobile Liability Insurance policies as specified in Paragraph 7.1.1. 7.3 Cost Opinions and Projections Cost opinions and projections prepared by McClelland relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, and operating results are based on McClelland's experience, qualifications, and judgment as a design professional. Since McClelland has no control over weather, cost and availability of labor, material and equipment, labor productivity, construction Contractors' procedures and methods, unavoidable delays, construction Contractors' methods of determining prices, economic conditions, competitive bidding or market conditions, and other factors affecting such cost opinions or projections, McClelland does not guarantee that actual rates, costs, Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A — 16 052303 • • performance, schedules, and related items will not vary from cost opinions and projections prepared by McClelland. 7.4 Changes CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of McClelland's services, with an appropriate change in compensation and schedule only after Fayetteville City Council approval of such proposed changes and, upon execution of a mutually acceptable amendment or change order signed by the Mayor of the CITY OF FAYETTEVILLE and the President of McClelland. 7.5 Termination 7.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given: 7.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 7.5.1.2 An opportunity for consultation with the terminating party prior to termination. 7.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that McClelland is given: 7.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 7.5.2.2 An opportunity for consultation with the terminating party prior to termination. 7.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment in the price provided for in this Agreement shall be made, but 7.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work, 7.5.3.2 Any payment due to McClelland at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of McClelland's default. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A — 17 052303 • • 7.5.4 If termination for default is effected by McClelland, or if termination for convenience is effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to McClelland for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by McClelland relating to commitments which had become firm prior to the termination. 7.5.5 Upon receipt of a termination action under Paragraphs 7.5.1 or 7.5.2 above, McClelland shall: 7.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise), 7.5.5.2 Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by McClelland in performing this Agreement, whether completed or in process. 7.5.6 Upon termination under Paragraphs 7.5.1 or 7.5.2 above CITY OF FAYETTEVILLE may take over the work and may award another party an agreement to complete the work under this Agreement. 7.5.7 If, after termination for failure of McClelland to fulfill contractual obligations, it is determined that McClelland had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such event, adjustments of the agreement price shall be made as provided in Paragraph 7.5.4 of this clause. 7.6 Delays In the event the services of McClelland are suspended or delayed by CITY OF FAYETTEVILLE or by other events beyond McClelland's reasonable control, McClelland shall be entitled to additional compensation and time for reasonable costs incurred by McClelland in temporarily closing down or delaying the Project. 7.7 Rights and Benefits McClelland's services will be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A - 18 052303 • • 7.8 Dispute Resolution 7.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and McClelland which arise from, or in any way are related to, this Agreement, including, but not limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or McClelland in the performance of this Agreement, and disputes concerning payment. 7.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice is given under Paragraph 7.8.3, but an action is initiated prior to exhaustion of these procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the procedures in Paragraphs 7.8.3 and 7.8.4 have been complied with. 7.8.3 Notice of Dispute 7.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of any incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve the other party with a written Notice; 7.8.3.2 For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE shall give McClelland written Notice at the address listed in Paragraph 7.14 within thirty (30) days after occurrence of any incident, accident, or first observance of defect or damage. In both instances, the Notice shall specify the nature and amount of relief sought, the reason relief should be granted, and the appropriate portions of this Agreement that authorize the relief requested. 7.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF FAYETTEVILLE and McClelland shall confer in an effort to resolve the dispute. If the dispute cannot be resolved at that level, then, upon written request of either side, the matter shall be referred to the President of McClelland and the Mayor of CITY OF FAYETTEVILLE or his designee These officers shall meet at the Project Site or such other location as is agreed upon within 30 days of the written request to resolve the dispute. 7.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining funds to remit payment to McClelland for services rendered by McClelland. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A — 19 052303 GI 7.10 Publications Recognizing the importance of professional development on the part of McClelland's employees and the importance of McClelland's public relations, McClelland may prepare publications, such as technical papers, articles for periodicals, and press releases, pertaining to McClelland's services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to McClelland. CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of McClelland's activities pertaining to any such publication shall be for McClelland's account. 7.11 Indemnification 7.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to indemnify, defend, and hold harmless CITY OF FAYETTEVILLE, and McClelland from and against any and all loss where loss is caused or incurred or alleged to be caused or incurred in whole or in part as a result of the negligence or other actionable fault of the Contractors, or their employees, agents, Subcontractors, and Suppliers. 7.12 Computer Models McClelland may use or modify McClelland's proprietary computer models in service of CITY OF FAYETTEVILLE under this Agreement, or McClelland may develop computer models during McClelland's service to CITY OF FAYETTEVILLE under this Agreement. Such use, modification, or development by McClelland does not constitute a license to CITY OF FAYETTEVILLE to use or modify McClelland's computer models. Said proprietary computer models shall remain the sole property of the McClelland. CITY OF FAYETTEVILLE and McClelland will enter into a separate license agreement if CITY OF FAYETTEVILLE wishes to use McClelland's computer models. 7.13 Ownership of Documents All documents provided by CITY OF FAYETTEVILLE including original drawings, disks of CADD drawings and cross sections, estimates, specification field notes, and data are and Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-20 052303 remain the property of CITY OF FAYETTEVILLE. McClelland may retain reproduced copies of drawings and copies of other documents. Engineering documents, drawings, and specifications prepared by McClelland as part of the Services shall become the property of CITY OF FAYETTEVILLE when McClelland has been compensated for all Services rendered, provided, however, that McClelland shall have the unrestricted right to their use. McClelland shall, however, retain its rights in its standard drawings details, specifications, databases, computer software, and other proprietary property. Rights to intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of McClelland. Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. McClelland makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. 7.14 Notices Any Notice required under this Agreement will be in writing, addressed to the appropriate party at the following addresses: CITY OF FAYETTEVILLE's address: City of Fayetteville 113 W. Mountain Fayetteville, AR 72701 McClelland's address: McClelland Consulting Engineers, Inc. P.O. Box 1229/1810 N. College Fayetteville, AR 72702 Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-21 052303 7.15 Successor and Assigns CITY OF FAYETTEVILLE and McClelland each binds himself and his successors, executors, administrators, and assigns to the other party of this Agreement and to the successors, executors, administrators, and assigns of such other party, in respect to all covenants of this Agreement; except as above, neither CITY OF FAYETTEVILLE nor McClelland shall assign, sublet, or transfer his interest in the Agreement without the written consent of the other. 7.16 Controlling Law This Agreement shall be subject to, interpreted and enforced according to the laws of the State of Arkansas without regard to any conflicts of law provisions. 7.17 Entire Agreement This Agreement represents the entire Agreement between McClelland and CITY OF FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in purchase orders do not generally apply to professional services, in the event CITY OF FAYETTEVILLE issues to McClelland a purchase order, no preprinted terms thereon shall become a part of this Agreement. Said purchase order document, whether or not signed by McClelland, shall be considered as a document for CITY OF FAYETTEVILLE's internal management of its operations. SECTION 8- SPECIAL CONDITIONS 8.1 Additional Responsibilities of McClelland: 8.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder shall not in any way relieve McClelland of responsibility for the technical adequacy of the work. CITY OF FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the services shall be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-22 052303 8.1.2 McClelland shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by McClelland's negligent performance of any of the services furnished under this Agreement except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data. 8.1.3 McClelland's obligations under this clause are in addition to McClelland's other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against McClelland for faulty materials, equipment, or work. 8.2 Remedies Except as may be otherwise provided in this Agreement, all claims, counter -claims, disputes and other matters in question between CITY OF FAYETTEVILLE and McClelland arising out of or relating to this Agreement or the breach thereof will be decided in a court of competent jurisdiction within Arkansas. 8.3 Audit: Access to Records 8.3.1 McClelland shall maintain books, records, documents and other evidence directly pertinent to performance on work under this Agreement in accordance with generally accepted accounting principles and practices consistently applied in effect on the date of execution of this Agreement. McClelland shall also maintain the financial information and data used by McClelland in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. The United States Department of Labor, CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. McClelland will provide proper facilities for such access and inspection. 8.3.2 Records under Paragraph 8.3.1 above, shall be maintained and made available during performance on assisted work under this Agreement and until three years from the date of final payment for the project. In addition, those records which relate to any controversy arising out of such performance, or to costs or items to which an audit exception has been Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-23 052303 El I taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. 8.3.3 This right of access clause (with respect to financial records) applies to: 8.3.3.1 Negotiated prime agreements: 8.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the price of any formally advertised, competitively awarded, fixed price agreement: 8.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised, competitively awarded, fixed price agreement. However, this right of access does not apply to a prime agreement, lower tier subagreement or purchase order awarded after effective price competition, except: 8.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding any financial records of McClelland; 8.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved; 8.3.3.3.3 If the subagreement is terminated for default or for convenience. 8.4 Covenant Against Contingent Fees McClelland warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement of understanding for a commission, percentage, brokerage or continent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by McClelland for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 8.5 Gratuities 8.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that McClelland or any of McClelland's agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-24 052303 FAYETTEVILLE, or the State in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to McClelland terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. 8.5.2 In the event this Agreement is terminated as provided in Paragraph 8.5.1, CITY OF FAYETTEVILLE may pursue the same remedies against McClelland as it could pursue in the event of a breach of the Agreement by McClelland. As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which shall be not less than three nor more than ten times the costs McClelland incurs in providing any such gratuities to any such officer or employee. 8.6 Arkansas Freedom of Information Act City contracts and documents, including internal documents and documents of subcontractors and sub -consultants, prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is presented to the CITY OF FAYETTEVILLE, McClelland will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.7 Debarment And Suspension I certify that to the best of my knowledge and belief that the company that I represent and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-25 052303 (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification regarding debarment and suspension may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. I further certify that I will obtain a similar certification for each subcontract awarded in excess of $25,000. DEBARMENT CERTIFICATION AUTHORIZED REPRESENTATIVE COMPANY NAME: Mc&11au4 Csflhilting Engineers, Inc. SIGNATURE: DATE: _13-04-' PRINTED NAME: John C. Quinn, P.E. TITLE: President Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-26 052303 IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and McClelland, by its authorized officer have made and executed this Agreement as of the day and year first above written. ,�,prnnrnrrr CITY C ,.���RWTRfy''•,, By: .p_ ;FAYLIIEVILLE; •' ATTES ;; 9;'KANSPyJ�.�• By: /4U ruWurr` McClelland o suit' rg E ' ers Inc. By: l Title: President Changes, modifications or amendments in scope, price or fees to this Contract shall not be allowed without formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost, fees, or delivery schedule. END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-27 052303 Attachment A Scope of Services Mount Sequoyah Pressure Plane Improvements Project Project Background On November 10, 2003, the Fayetteville Planning Commission approved the concept plat for the Stone Mountain Subdivision, the conditions of approval requiring the development to resolve water supply concerns as part of its infrastructure improvements. The developer has completed detailed hydraulic studies of the water supply system that serves the development, has submitted preliminary plans for private participation in the needed improvements and has participated in numerous negotiations with the City Administration to establish the respective infrastructure responsibilities. Under this private infrastructure participation offer, the developer will upgrade selected water lines from 8 -inch to 12 -inch to correspond to master plan needs, will provide a site for the future municipal water booster station, will construct off -site interconnecting 12 -inch water mains and will pay $90,000.00 as a contribution -in -aid at the time of final plat approval. The value of the private contributions towards the long-range needs of the Mount Sequoyah Water System needs is approximated at $500,000.00. The acceptance of this negotiated infrastructure improvement proposal from the developer of Stone Mountain Subdivision requires a reciprocal commitment by the City of Fayetteville. Fayetteville's acceptance of the private participation will necessitate completion of other public improvements to fully satisfy the needs of the Mount Sequoyah Water System. Such improvements are anticipated to include the construction of additional elevated water storage capacity and a new water booster station, subject to validation by the city's engineering consultant. Construction of capital improvements to correct the Mount Sequoyah Pressure Plane deficiencies has been a long-standing need and continuing priority of the Fayetteville water system. This public -private partnership reduces public expense for a necessary capital improvement project. This arrangement leverages the effectiveness of public funds using private development assistance, creating mutual benefits. Scope of Work The services listed below will be performed on an hourly rate and unit price basis. The activities being authorized under the contact amount include: Public Communications and Relations - The development and implementation of a public communications program to address the needs of the impacted neighborhoods and other concerned citizens. These efforts will include arranging meetings with the neighborhood association, public meeting attendance, presentation of schematics, evaluation of public comments/concerns and developing a consensus with the stakeholders. This effort will include preparation for and attendance at two neighborhood association meetings, two ward meetings and one city council meeting. The effort will also include the preparation of one public report complete with preliminary drawings, typical schematics and other relevant information. Preliminary Engineering Report - A written report supporting the project's need, scope and outcomes. The report will include a description of system deficiencies, problem statements, evaluation of alternative layouts, economic justification of recommended improvements, updated project cost prediction and summation of benefits and outcomes. The report shall define the project in sound economic and engineering terms, citing the specific benefits that will be realized. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-28 052303 Preliminary Design — Preliminary plans illustrating the recommended improvements, updated project cost prediction and summation of benefits and outcomes. The Preliminary Design submittal shall include a Basis of Design report, summarizing design criteria. Engineering Field Surveys - Upon approval of the preliminary engineer's report on the project, detailed engineering surveys shall be commenced under this scope of services. These surveys shall include topographic surveys for one booster station site and two alternate tank sites, the development of easement procurement needs (if required), the development of drawings and performing field work required for a Lot Split (if required) and a Property Survey (if required) and schematic development of the construction drawings. Geotechnical Investigations - Upon approval of the preliminary engineer's report, geotechnical investigations shall be commenced under this scope of services. The geotechnical services shall include taking soil borings at one booster station site and two alternate tank sites, site clearing (if required), and providing boring logs, foundation recommendations and a geotechnical report. Final Design Phase — Upon approval of the preliminary engineering design, the final design shall be commenced under this scope of services. The final design services shall include Plans and Specifications (Bid Documents) for two separate contracts (one for the tank; one for the booster station), Owner approvals, permits, State agency approvals, updated cost estimates and FAA compliance. Bidding Phase - Upon approval of the final engineering design, the bidding phase shall be commenced under this scope of services. The bidding phase services shall include the issuance of the Bid Documents, Prebid conferences, attendance at the Bid Openings, preparation of the Bid Tabulations and recommendation of Award of Contracts for the two separate contracts. Construction Phase/Inspection Services - Once the project is bid, a detailed breakdown of additional engineering services needed to complete the project shall be developed for review, approval and inclusion in a contract amendment. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-29 052303 • • MCEMcCLELLAND P.O. Box 1229 co NSULTING Fayetteville, Arkansas 72 702-122 9 FAX 479-443-2377 DESIGNED TO SERVE ENGINEERS, INC. 479-443-9241 Updated 7/14/2004 2004 BILLING RATES CATEGORY Principal Engineer/Project Manager *HOURLY RATE $ 120.00 Project Engineer II $ 85.00 Project Engineer! $ 75.00 Electrical Engineer $ 95.00 Mechanical Engineer $ 95.00 Structural Engineer $ 95.00 Engineering Technician II $ 65.00 Engineering Technician I $ 35.00 Construction Observer II $ 65.00 Construction Observer I $ 38.00 Chief Draftsman Draftsman $ 60.00 $ 50.00 Computer Technician $ 55.00 Registered Land Surveyor $ 75.00 Survey Crew (2 -Man or 1-Man/Robotic) $ 100.00 Party Chief $ 45.00 Soils Lab Supervisor Soils Lab Technician Water Lab Supervisor Water Lab Technician Clerk/Typist $ 52.00 $ 35.00 $ 50.00 $ 35.00 $ 40.00 Mileage $ 0.36 (New Contracts Effective July 13, 2004) $ 0.34 (Contracts Prior to July 13, 2004) * Subject to adjustment annually, on/about January Ist. r McCLELLAND Po. Box 1229 MCECONSULTING Fayetteville, Arkansas 72702-1229 479-587-1303 DESIGNED TO SERVE ENGINEERS, INC. MATERIALS LABORATORY FAX 479-443-9241 CONSTRUCTION MATERIALS LABORATORY FEE SCHEDULE February, 2004 GENERAL: Laboratory Field Technician' $ 35.00 per hour AHTD-Qualified Technician 40.00 per hour Engineering Technician' 48.00 per hour Senior Engineering Technician 62.00 per hour Lab Supervisor 45.00 per hour Consultation: Lab Supervisor 45.00 per hour Field Engineer 75.00 per hour Project Engineer 85.00 per hour Project Manager 105.00 per hour Principal Engineer 120.00 per hour Lab Report Preparation 35.00 per hour SOILS AHTD-Qualified Field Technician 40.00 per hour Soils Field Technician (1 -hour minimum) 35.00 per hour In -Place Compaction Test -Nuclear Gauge ASTM D 2922 Sample Pickup Nuclear Density Gauge Fee (per project, per day) 20.00 each Liquid Limit, Plastic Limit, Plasticity Index (3 point) ASTM D 4318 50.00 each Sieve Analysis -Washed No. 200 (Wet) ASTM D 1140 35.00 per sieve Sieve Analysis -Dry ASTM D 422 8.00 per sieve Hydrometer Analysis ASTM D 422 90.00 each Specific Gravity ASTM D 854 50.00 each Soils Classification, Unified or AASHTO ASTM D 2487 or AASHTO M 145 110.00 each Laboratory Maximum Compaction Test ASTM D 698 or AASHTO T 99 120.00 each Laboratory Maximum Compaction Test ASTM D 1557 or AASHTO T 180 135.00 each Potential Volume Change -Swell Pressure 100.00 each California Bearing Ratio-CBR ASTM D 1883 (3 point) (Proctor curve additional) 150.00 each Shrinkage ASTM D 427 50.00 each Soil Bearing Capacity (Engineering Tech., 2 -hour minimum) 45.00 per hour Non-ASTM Procedures Available On Request CONCRETE Concrete Mix Design Price on Request Review Concrete Mix Design (Lab Supervisor) 45.00 per hour Confirm Concrete Mix Design Price on Request Concrete Field Technician * (1 -hour minimum): [For any of the following 6 items:) 35.00 per hour • Unit Weight and Yield of Freshly Mixed Concrete ASTM C 138 • Concrete Cylinder or Beam Molding ASTM C 31 • Concrete Cylinder or Beam Pickup • Concrete Slump Test ASTM C 143 • Concrete Air Content Test ASTM C 231 or C 173 • Cement Mortar or Group Sampling AHTD-Qualified Concrete Technician: [For any of the foregoing 6 items:] 40.00 per hour Compressive Strength of Concrete Test Cylinders ASTM C 39 (pad cap) 15.00 each Compressive Strength of Concrete Test Cylinders ASTM C 39 (sulfur capped) 20.00 each Spare Cylinders Specimens Processed but not Tested 10.00 each Schmidt Hammer Testing (Engineering Tech, 2 -hour minimum) 45.00 per hour a ACI Grade I Concrete Field Testing Technician QNATAGEOTECMbes 4AT-UBFQb04. E'jm Page 1 of 2 McCLELLAND P.O. Box 1229 M CONSULTING Fayetteville, Arkansas 72 702-122 9 ENGINEERS, INC. 479-443-124 3 DESIGNED TO SERVE MATERIALS LABORATORY FAX 479-443-9241 CONSTRUCTION MATERIALS LABORATORY FEE SCHEDULE February, 2004 CONCRETE (Continued) Flexural Strength of Concrete Beams ASTM C 78 or C 293 30.00 each Spare Beam Specimens Processed but not Tested 25.00 each Compressive Strength of Grout Cubes 25.00 each Compressive Strength of Cement Mortar Cubes 20.00 each Concrete Coring (3" or 4"): Core Machine & Lab Technician 65.00 per hour Additional Lab Technician, as required 35.00 per hour Compressive Strength of Concrete Cores (3" or 4") 30.00 each Other Core Sizes Price on Request Aggregate Sieve Analysis: Dry Sieve ASTM C 136 8.00 each Wet Sieve ASTM C 117 35.00 each Fineness Modules 25.00 each Decantation 35.00 each Deleterious Materials 60.00 each Specific Gravity and Absorption of Aggregate ASTM C 127 & C 128 85.00 each Dry Rodded Unit Weight of Aggregate ASTM C 29 60.00 each Sodium or Magnesium Sulfate Soundness (5 cycles) ASTM C 88 300.00 each Additional Cycles 50.00 each ASPHALT: Asphalt Mix Design Price on Request Review Asphalt Mix Design (Sr. Engr. Technican) 65.00 per hour Asphalt Field Technician In -Place Compaction Test -Nuclear Gauge (Lab Technician) 35.00 per hour Sample Pickup 35.00 per hour Marshall Test including Stability, Flow, Laboratory Density, Percent Air Voids, Percent Voids in Mineral Aggregate (3 specimens per test) 300.00 each Extraction including percent Bitumen and Aggregate Gradation 200.00 each Laboratory Density of Cored Plugs including Depth Measurement 25.00 each Asphalt Coring (3" or 4"): Core Machine & Lab Technician 65.00 per hour Additional Lab Technician, if required 35.00 per hour Sample Pickup 35.00 per hour FIREPROOFING: Unit Weight, Bonding Strength, Thickness and Sampling (actual time required for Lab Technicians) 35.00 per hour/Tech. Report Preparation (Lab Supervisor) 45.00 per hour STRUCTURAL STEEL: Bolt Torque Testing: Lab Technician(s) 35.00 per hour Field Engineer 75.00 per hour Pneumatic Torque Wrench Calibration (twice per day) 50.00 each Visual Weld Inspection Field Engineer 85.00 per hour Services not Listed are Available on Request All prices are subject to revision each year C �0ATA%GE0TECHJ..sV T- A F.RW.%pd jn Page 2 of 2 C r J W Cl) z CC, w ac X Z 0 N Z Z a0_ a~ z 2 0 0 c O a O ZO W a Sin 0< a Z Z COQ W U R Q oa J W aaJJ Co Co ¶2a w Z W =0 LL OH mN wO !AU z Z 2 W G x N (U) z a a W C~) W a W LO O Q V O N o N Z 0 O NLdONO(co0 O W M N NO O 0) C (O a)E�nNELo a N O p N J O U _ o c _ O0 (022 (n NO 0 NO K dNON N(o -OO" Q �o CO 0) r N N a (+) cD R r D E r O N � j CO N 0 F J 'CU Y U) Y c c Y c c Co Z t�tl cco N. o O o ct a J J J J V) c c?? c c c w w cc oornto C O a C o J E E c O c r O o 2 U O C � O a C .c p LL -O a v U? 0 U E c O m o W > N N O d) o c c p a` UI o c S c o 00Q_ U x ESE )r-2o°y U) 1) — J c0 m N d 0) O O z O W N O U Z U I- I- N N w O N w M W Co N LO ^C•' 6 m O 0 CU C C J E o U 0 ¢ v O Cl) C N q N O) O m m O N o U Z c m p C E J c d U>W�ToO c (Ny C U L a O C c Q L c 0) •N E c p ._ E o S aJ�cd�='M h a a W — — — 0 NAME OF FILE: Resolution No. 151-04 wlAgreement CROSS REFERENCE: Item # Date Document 1 09/15/04 memo to mayor & City Council 2 draft resolution 3 copy of Mt Sequoyah Pressure Plane 4 draft agreement 5 Staff Review Form 6 09/30/04 memo to City Council 7 memo to Greeg Boettcher from Burns & McDonnell 8 copy of Forecasted Cash Flow g copy of Expected Construction Period copy of Design Progression on Wastewater Design 10 Contracts - September 2004 11 memo to Greg Boettcher 12 13 14 15 16 NOTES: • xe5s 1a/s/dy City Council Meeting of October 5, 2004 151 yep.y.le CITY COUNCIL AGENDA MEMO 4guoyoh To: Mayor and City Council Thru: Hugh Earnest From: Greg Boettcher 4 Chief Administrative Officer Water/Wastewater Director Date: September 15, 2004 Subject: Resolution approving a contract with McClelland Consulting Engineers, Inc. for design/bidding phase services for Mount Sequoyah Plane Improvements Project. RECOMMENDATION Fayetteville City Administration recommends approval of an authorization totalling $142,310.00, said amount being the face value of a proposed contract with McClelland Consulting Engineers of Fayetteville, Arkansas. On August 9, 2004 the City Council approved a new capital improvement project titled the Sequoyah Pressure Plane Improvement Project (location map attached). The Stone Mountain Subdivision provided an opportunity to solve long-standing water supply deficiencies at substantially reduced public cost. This enabling resolution authorized the convening of a selection committee, funded the intial project costs and enabled the negotiation of an agreement with the selelcted engineering consultant. The selection committee meeting of August 10, 2004 determined McClelland Consulting Engineers to be the firm of choice. DISCUSSION Due to the variable nature of the scope of work, an hourly rate method of compensation is most appropriate. A cost ceiling of $142,310.00 has been established for the preliminary study, public communications, surveys, design and bidding phase services. Deducting the costs of additional services from this not -to -exceed fee results finds the basic design/bidding services to be 8.1% of the $1,140,000 construction cost. This is a reasonable compensation for the proposed basic services. The professional services contract includes cost breakdowns and task schedules. BUDGET IMPACT The preliminary budget for the project includes $271,427.00, said amount being adequate to cover the proposed engineering services contract of $142,310.00. • A RESOLUTION NO. A RESOLUTION TO APPROVE AN ENGINEERING CONTRACT WITH MCCLELLAND CONSULTING ENGINEERS, INC. FOR THE DESIGN AND BIDDING PHASE SERVICE FOR THE MOUNT SEQUOYAH PRESSURE PLANE IMPROVEMENTS PROJECT IN A NOT TO EXCEED AMOUNT OF $142,310.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves the contract with McClelland Consulting Engineers, Inc. attached as Exhibit A for preliminary study, public communications, surveys, design and bidding phase service to the Mount Sequoyah Pressure Plane Improvement Project on a per hour basis for a not to exceed the amount of $142,310.00. PASSED and APPROVED this 5`s day of October, 2004. APPROVED: By: DAN COODY, Mayor ATTEST: By: SONDRA SMITH, City Clerk II ?I W w x ,� p �_/ Z w x z /°BS- 3 a o ' 0M NN0 I 3 w w w a o z z z 3 .Osz W rc H Di }0 MMvls t1 U J w •� .005 Q Q Qf- L m W.. 0 3 3 3 4 siou>< cl cn p o _ , a M u N � O ) N O b OJ m m N 7 ].J ^,N CPECH CS Oi 5 tVli �t i o No J �J g5? �� NThw II CI (i�. FeV O �C tCpOP� (nN o m _ / 11 �4/i I I I O JAY AGREEMENT • For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And MCCLELLAND CONSULTING ENGINEERS, INC. FAYETTEVILLE, ARKANSAS THIS AGREEMENT is made as of , 2004, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and McClelland Consulting Engineers, Inc. with offices located in Fayetteville, Arkansas (hereinafter called McClelland). CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection with the planning, design, permitting, construction, operation, maintenance, management, and financing of the Fayetteville Mount Sequoyah Pressure Plane Improvements Project and in particular, development and implementation of a public communications program, preparation of a preliminary engineering report, and engineering design of a water booster station and a 500,000 gallon elevated water tank, (The "Project"). Therefore, CITY OF FAYETTEVILLE and McClelland in consideration of their mutual covenants agree as follows: McClelland shall serve as CITY OF FAYETTEVILLE's professional engineering consultant in those assignments to which this Agreement applies, and shall give consultation and advice to CITY OF FAYETTEVILLE during the performance of McClelland's services. All services shall be performed under the direction of a professional engineer registered in the State of Arkansas and qualified in the particular field. If Construction Phase Services are to be provided by McClelland under this Agreement, the construction shall be executed under the observation of a professional engineer registered in the State of Arkansas in accordance with Arkansas Code Amended §22-9-101. SECTION 1- AUTHORIZATION OF SERVICES 1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF FAYETTEVILLE and agreement of McClelland. 1.2 Assignments may include services described hereafter as Basic Services or as Additional Services of McClelland. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A — I 052303 11 1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, costs, fees, or delivery schedule. SECTION 2- BASIC SERVICES OF MCCLELLAND 2.1 General 2.1.1 Perform professional design services in connection with the Project as hereinafter stated, which shall include normal civil, structural, mechanical, and electrical engineering services and normal architectural design services incidental thereto. 2.1.1.1 The Scope of Services to be furnished by McClelland during the Public Communications and Relations Phase is included in Section 2.2 hereafter and in Attachment A attached hereto and made part of this Agreement. 2.1.1.2 The Scope of Services to be furnished by McClelland during the Preliminary Engineering Report Phase is included in Section 2.3 hereafter and in Attachment A attached hereto and made part of this Agreement. 2.1.1.3 The Scope of Services to be furnished by McClelland during the Preliminary Design Phase is included in Section 2.4 hereafter and in Attachment A attached hereto and made part of this Agreement. 2.1.1.4 The Scope of Services to be furnished by McClelland during the Final Design Phase is included in Section 2.5 hereafter and in Attachment A attached hereto and made part of this Agreement. 2.1.1.5 The Scope of Services to be furnished by McClelland during the Bidding Phase is included in Section 2.6 hereafter and in Attachment A attached hereto and made part of this Agreement. 2.1.1.6 The Scope of Services to be furnished by McClelland during the Construction Phase, if any, will be finalized and contained in an amendment to this Agreement after the Bidding Phase is completed. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-2 052303 C: 2.1.1.7 The preliminary Scope of Services to be furnished by McClelland for Resident Services during Construction, if any, will be finalized and contained in an amendment to this Agreement after the Bidding Phase is completed. 2.2 . Public Communications and Relations Phase 2.2.1 The Public Communications and Relations Phase will consist of the development and implementation of a public communications program to address the needs of the impacted neighborhoods and other concerned citizens. These efforts will include arranging meetings with the neighborhood association, public meeting attendance, presentation of schematics, evaluation of public comments/concerns and developing a consensus with the stakeholders. This effort will include preparation for and attendance at two neighborhood association meetings, two ward meetings and one city council meeting. The effort will also include the preparation of one public report complete with preliminary drawings, typical schematics and other relevant information. 2.3 Preliminary Engineering Report 2.3.1 The Preliminary Engineering Report Phase will consist of the preparation of a written report supporting the project's need, scope and outcomes. The report will include a description of system deficiencies, problem statements, evaluation of alternative layouts, economic justification of recommended improvements, project cost prediction and summation of benefits and outcomes. The report shall define the project in sound economic and engineering terms, citing the specific benefits that will be realized. 2.4 Preliminary Design Phase 2.4.1 The Preliminary Design Phase will consist of surveying and geotechnical services, the preparation of preliminary plans for the tank and booster pump station, and the acquisition of approvals from City of Fayetteville for the preliminary design. The surveying services will consist of performing topographic surveys for one booster station site and two alternate tank sites, the development of easement procurement needs (if required), the development of drawings and performing field work required for a Lot Split (if required) and a Property Survey (if required). The geotechnical services will consist of taking soil borings at one booster station site and two alternate tank sites, site clearing (if required), and providing boring logs, foundation recommendations and a geotechnical report. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-3 052303 2.5 Final Design Phase 2.5.1 Prepare for incorporation in the Contract Documents detailed drawings to show the character and scope of the Work to be performed by contractors on the Project (hereinafter called the "Contract Drawings"), and Invitation to Bid, Instructions to Bidders, Bid Form, Agreement and Bond forms, General Conditions, and Specifications (all of which, together with the Contract Drawings, are hereinafter called the "Bid Documents") for review and approval by CITY OF FAYETTEVILLE, its legal counsel, and other advisors as appropriate, and assist CITY OF FAYETTEVILLE in the preparation of other related documents. It is anticipated that two complete sets of Bid Documents will be prepared, one for the elevated tank and one for the booster station. 2.5.1.1 Bid documents shall be based on Construction Specifications Institute (CSI) Master Format and Section Format and shall incorporate CITY OF FAYETTEVILLE's standard general conditions and forms. Text documents shall be provided to CITY OF FAYETTEVILLE in Microsoft® Word version 2000 software. Contract drawings shall be prepared using standard borders, sheet sizes, title blocks and CADD standards provided by CITY OF FAYETTEVILLE. McClelland may use their normal software for the preparation of drawings but the final product shall be provided to CITY OF FAYETTEVILLE in Autodesk AutoCAD version 2002. 2.5.1.2 Develop and include in Appendix A of this Agreement for approval by CITY OF FAYETTEVILLE, a project preliminary design schedule in which McClelland shall include, in an acceptable level of detail, the steps and milestone dates to be undertaken by McClelland in the completion of this design. This Schedule shall include reasonable allowances for review and approval times required by CITY OF FAYETTEVILLE, and review and approval times required by public authorities having jurisdiction over the Project. This schedule shall be equitably adjusted as the Project progresses, allowing for changes in scope, character or size of the Project requested by CITY OF FAYETTEVILLE, or for delays or other causes beyond McClelland's reasonable control. Nonconformance with this schedule by McClelland and its subconsultants may result in the assessment of damages payable by McClelland to the CITY OF FAYETTEVILLE for costs and damages incurred. The maximum cost liability of McClelland shall be limited to the total gross amount payable to or through the Consultant authorized under this agreement, including amendments thereto. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-4 052303 r • 2.5.1.3 When requested by the CITY OF FAYETTEVILLE's Water and Wastewater Director, prepare for and attend up to two City Council meetings to provide periodic updates on the progress of the preliminary design. 2.5.1.4 If the plans and specifications for the project require bids on alternates in addition to a base bid, there shall be no more than three (3) alternates, and the alternates shall be developed and described in accordance with Title 22, Article 9-203 of the Arkansas Code. 2.5.2 Prepare technical criteria, written descriptions, design data, and applications necessary for filing applications for permits from or approvals of the following applicable governmental authorities having jurisdiction to review or approve the final design of the Project and assist in securing approvals. Approval letters shall be obtained from the Arkansas Department of Health and the Federal Aviation Administration. Actual Filing and Permit Fees will be paid by the CITY OF FAYETTEVILLE. Assist CITY OF FAYETTEVILLE in consultations with appropriate authorities. 2.5.3 Advise CITY OF FAYETTEVILLE of adjustments in excess of five percent of the cost opinion for the Project caused by changes in scope, design requirements, or construction costs and furnish a revised cost opinion for the Project based on the final Bid Documents. 2.5.4 Advise CITY OF FAYETTEVILLE of final Opinion of Probable Project Costs, including, but not limited to, construction, inspection, testing and close out. •2.5.5 Furnish CITY OF FAYETTEVILLE with 5 copies of the final Bid Documents. 2.5.6 Determine land and easement requirements and provide consultation and assistance on property procurement as related to professional engineering services being performed. 2.5.7 Provide appropriate professional interpretations of data, geotechnical investigations, core borings, probings and subsurface explorations, hydrographic surveys, laboratory tests, and inspections of samples, materials and equipment obtained through subcontract services for authorized Project services including property, boundary, easement, right-of-way, topographic, and utility surveys; noting zoning and deed restrictions. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-5 052303 • 2.5.8 Fully disclose all subcontract agreements including the name and address of the subconsultant, the scope of services to be provided and the value of the subcontract. 2.6 Bidding Phase 2.6.1 McClelland will follow City of Fayetteville's bidding protocol for capital improvement projects. 2.6.2 Arrange for bidding notices to be sent to contractors publishing services and direct mailing to contractors of record. Notices shall comply with requirements of CITY OF FAYETTEVILLE. The legal notice to be placed in legal notices section of a local newspaper(s) of countywide and statewide circulation and shall be coordinated with CITY OF FAYETTEVILLE purchasing agent and an affidavit of publication secured. 2.6.3 Prepare addenda for drawings and Bid Documents as required and submit to CITY OF FAYETTEVILLE in timely manner such that addenda can be issued by McClelland in accordance with Construction Contract General Conditions. All bidding protocols shall conform to statutory requirements with all addenda being approved by CITY OF FAYETTEVILLE prior to issuance. 2.6.4 Secure updated applicable wage rate decisions and incorporate into the Bid Documents. Update wage rate decision by addendum if necessary. 2.6.5 Assist CITY OF FAYETTEVILLE by issuing and tracking Bid Documents, addenda and communications during bidding and maintain list of plan holders. Print and distribute copies of plans and specifications for all prospective bidders and plan rooms. Collect from prospective bidders an appropriate non-refundable fee to offset cost of reproducing and distributing Bidding Documents. 2.6.6 Assist CITY OF FAYETTEVILLE in obtaining and evaluating bids and preparing construction contracts. McClelland shall prepare and submit bid certification documents to CITY OF FAYETTEVILLE for review. 2.6.7 Consult with and advise CITY OF FAYETTEVILLE as to the acceptability of subcontractors and other persons and organizations proposed by the prime construction contractor(s), hereinafter called "Contractor(s)," for those portions of the work as to which such acceptability is required by the Bid Documents. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-6 052303 2.6.8 Make recommendations regarding award of construction contracts. 2.6.9 Attend Water and Sewer Committee meeting and the ensuing City Council meeting to recommend action by the respective bodies. Prepare and present a recommendation complete with such supporting information as necessary for the bodies to make an informed decision on the action recommended. 2.6.10 See Attachment A for additional services or clarification of services to be provided by McClelland. 2.7 Construction Phase 2.7.1 The scope of Construction Phase Services, if any, will be negotiated following completion of Bidding Phase Services. 2.8 Post -Construction Phase 2.8.1 The scope of Post -Construction Phase Services, if any, will be negotiated following completion of Bidding Phase Services. 2.9 Resident Services During Construction 2.9.1 The scope of Resident Services During Construction, if any, will be negotiated following completion of Bidding Phase Services. SECTION 3- ADDITIONAL SERVICES OF MCCLELLAND 3.1 General If authorized in writing by the CITY OF FAYETTEVILLE Mayor and the City Council and agreed to in writing by McClelland, McClelland shall furnish or obtain from others Additional Services of the following types that are not considered normal or customary Basic Services. The scope of Additional Services may include: 3.1.1 Grant and Loan Assistance Prepare applications and supporting documents for governmental grants, loans, or advances. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-7 052303 3.1.2 Financial Consultation Consult with CITY OF FAYETTEVILLE's fiscal agents and bond attorneys and provide such engineering data as required for any bond prospectus or other financing requirements. 3.1.3 Administrative Assistance Provide Contract and Project administration to the degree authorized by CITY OF FAYETTEVILLE. 3.1.4 Furnishing renderings or models of the Project for CITY OF FAYETTEVILLE's use. 3.1.5 Miscellaneous Studies Investigations involving detailed consideration of operations, maintenance, and overhead expenses, and the preparation of rate schedules, earnings, and expense statements; feasibility studies; appraisals and valuations; detailed quantity surveys of material, equipment, and labor; and audits or inventories required in connection with construction performed by CITY OF FAYETTEVILLE. 3.1.6 Preparing to serve or serving as a witness for CITY OF FAYETTEVILLE in any litigation or other proceeding involving the Project. 3.1.7 Extra Services 3.1.7.1 Services not specifically defined heretofore that may be authorized by CITY OF FAYETTEVILLE. 3.2 Contingent Additional Services 3.2.1 If services described under Contingent Additional Services in Paragraph 3.2 are required due to circumstances beyond McClelland's control, McClelland shall notify CITY OF FAYETTEVILLE and request a formal contract amendment approved by the Mayor and the City Council prior to commencing such services. If CITY OF FAYETTEVILLE deems that such services described in 3.2 are not required, CITY OF FAYETTEVILLE shall give prompt written notice to McClelland. If CITY OF FAYETTEVILLE indicates in writing that all or parts of such Contingent Additional Services are not required, McClelland shall have no obligation to provide those services. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-8 052303 3.2.2 Making revisions in Drawings, Specifications, or other documents when such revisions are: 3.2.2.1 Required because of inconsistent approvals or instructions previously given by CITY OF FAYETTEVILLE, including revisions made necessary by adjustments in CITY OF FAYETTEVILLE's program or Project Budget. 3.2.2.2 Required by the enactment or revision of codes, laws, or regulations subsequent to the preparation of such documents. SECTION 4- RESPONSIBILITIES OF CITY OF FAYETTEVILLE CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of McClelland. 4.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project. 4.2 Assist McClelland by placing at McClelland's disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. 4.3 Guarantee access to and make all provisions for McClelland to enter upon public and private property as required for McClelland to perform his services under this Agreement. 4.4 Examine all studies, reports, sketches, cost opinions, Bid Documents, Drawings, proposals, and other documents presented by McClelland and render in writing decisions pertaining thereto. 4.5 Provide such professional legal, accounting, financial, and insurance counseling services as may be required for the Project. 4.6 Designate in writing a person to act as CITY OF FAYETTEVILLE's representative with respect to the services to be performed under this Agreement. Such person shall have complete authority to transmit instructions, receive information, interpret and define CITY OF FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 4.7 Give prompt written notice to McClelland whenever CITY OF FAYETTEVILLE observes or otherwise becomes aware of any defect in the Project. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement Gag 052303 4.8 Furnish approvals and permits from all governmental authorities having jurisdiction over the Project and such approvals and consents from others as may be necessary for completion of the Project. Pay directly to the governmental authorities the actual filing and permit fees. 4.9 Pay for placement of legal notices and advertisements in newspapers or other publications required by program requirements of the Mount Sequoyah Pressure Plane Improvements Project. 4.10 Furnish, or direct McClelland to provide, necessary Additional Services as stipulated in Section 3 of this Agreement or other services as required. 4.11 If CITY OF FAYETTEVILLE's standard bidding requirements, Agreement forms and General Conditions are to be used, CITY OF FAYETTEVILLE shall provide copies of such documents for McClelland's use in coordinating the Contract Drawings and Specifications. 4.12 CITY OF FAYETTEVILLE and/or its representative will review all documents and provide written comments to McClelland in a. timely manner. SECTION 5- PERIOD OF SERVICE 5.1 This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE authorizing services hereunder. 5.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the Project through completion of the services stated in the Agreement. McClelland will proceed with providing the authorized services immediately upon receipt of written authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the time in which the services are to be completed. SECTION 6- PAYMENTS TO MCCLELLAND 6.1 Compensation The total payment for the Scope of Services described in Appendix A is estimated to be One Hundred Forty-two Thousand Three Hundred Ten Dollars ($142,310.00). Compensation is based upon the current schedule of hourly rates, a copy being attached as Attachment B. This amount is a not to exceed amount without the advance approval of a written contract amendment by the Mayor and City Council. Fayetteville Mt. Sequoyah Pressure Plane Improvements- Project Engineering Agreement A-10 052303 6.1.1 Public Communications and Relations Phase Services For the Scope of Services during the Public Communications and Relations Phase described herein, CITY OF FAYETTEVILLE authorizes thirty-six thousand four hundred dollars ($36,400.00) as compensation for the scope of work set forth in Attachment A. Engineer will be compensated based upon the current hourly rates for cost reimbursement being attached to and made a part of this agreement (Attachment B). The costs and basis for compensation include all public communications costs, including labor, overhead, direct expenses, subcontracts and fees. The total contract amount authorized for the public communications and relations phase services is thirty-six thousand four hundred dollars ($36,400.00). 6.1.2 Preliminary Engineering Report Phase Services For the Scope of Services during the Preliminary Engineering Report Phase described herein, CITY OF FAYETTEVILLE authorizes five thousand two hundred dollars ($5,200.00) as compensation for the scope of work set forth in Attachment A. Engineer will be compensated based upon the current hourly rates for cost reimbursement being attached to and made a part of this agreement (Attachment B). The costs and basis for compensation include all preliminary engineering report costs, including labor, overhead, direct expenses, subcontracts and fees. The total contract amount authorized for the preliminary engineering report phase services is five thousand two hundred dollars ($5,200.00). 6.1.3 Preliminary Design Phase Services For the Scope of Surveying Services during the Preliminary Design Phase described herein, CITY OF FAYETTEVILLE authorizes fifteen thousand two hundred fifty dollars ($15,250.00) as compensation for the scope of work set forth in Attachment A. Engineer will be compensated based upon the current hourly rates for cost reimbursement being attached to and made a part of this agreement (Attachment B). The costs and basis for compensation include all surveying costs, including labor, overhead, direct expenses, subcontracts and fees. The total contract amount authorized for the surveying services is fifteen thousand two hundred fifty dollars ($15,250.00). For the Scope of Geotechnical Services during the Preliminary Design Phase described herein, CITY OF FAYETTEVILLE authorizes seven thousand eight hundred sixty dollars ($7,860.00) as compensation for the scope of work set forth in Attachment A. Engineer will Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A — 11 052303 be compensated based upon the current hourly rates and unit prices for cost reimbursement being attached to and made a part of this agreement (Attachment B). The costs and basis for compensation include all geotechnical costs, including labor, overhead, direct expenses, subcontracts and fees. The total contract amount authorized for the geotechnical services is seven thousand eight hundred sixty dollars ($7,860.00). For the Scope of Engineering Design Services during the Preliminary Design Phase described herein, CITY OF FAYETTEVILLE authorizes thirty-two thousand dollars ($32,000.00) as compensation for the scope of work set forth in Attachment A. Engineer will be compensated based upon the current hourly rates for cost reimbursement being attached to and made a part of this agreement (Attachment B). The costs and basis for compensation include all preliminary design costs, including labor, overhead, direct expenses, subcontracts and fees. The total contract amount authorized for the preliminary design phase services is thirty-two thousand dollars ($32,000.00). 6.1.4 Final Design Phase Services For the Scope of Services during the Final Design Phase described herein, CITY OF FAYETTEVILLE authorizes forty-one thousand eight hundred dollars ($41,800.00) as compensation for the scope of work set forth in Attachment A. Engineer will be compensated based upon the current hourly rates for cost reimbursement being attached to and made a part of this agreement (Attachment B). The costs and basis for compensation include all final design costs, including labor, overhead, direct expenses, subcontracts and fees. The total contract amount authorized for the final design phase services is forty-one thousand eight hundred dollars ($41,800.00). 6.1.5 Bidding Phase Services For the Scope of Services during the Bidding Phase described herein, CITY OF FAYETTEVILLE authorizes three thousand eight hundred dollars ($3,800.00) as compensation for the scope of work set forth in Attachment A. Engineer will be compensated based upon the current hourly rates for cost reimbursement being attached to and made a part of this agreement (Attachment B). The costs and basis for compensation include all bidding phase costs, including labor, overhead, direct expenses, subcontracts and fees. The total contract amount authorized for the bidding phase services is three thousand eight hundred dollars ($3,800.00). Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-12 052303 E Ll 6.1.5.1 Subject to the City Council approval, adjustment of the contract amount may be made should McClelland establish and CITY OF FAYETTEVILLE agree that there has been or is to be a significant change in scope, complexity or character of the services to be performed; or if CITY OF FAYETTEVILLE decides to shorten the duration of work from the time period specified in the Agreement for completion of work and such modification warrants such adjustment. Changes, modifications or amendments in scope, price or fees to this Contract shall not be allowed without formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost, fees, or delivery schedule. 6.1.5.2 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for Design services consistent with McClelland's normal billing schedule. Once established, the billing schedule shall be maintained throughout the duration of the Project. Applications for payment shall be made in accordance with a format to be developed by McClelland and approved by CITY OF FAYETTEVILLE. Applications for payment shall be accompanied each month by the updated project design schedule as the basis for determining the value earned as the work is accomplished. Final payment for Design services shall be made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory completion of the Design phase for the Project. 6.1.6 Construction Phase Services This section is reserved for future details concerning this phase, if any. This Agreement shall be amended to include payment conditions following the completion of Bidding Phase Services. 6.1.7 Post -Construction Phase Services This section is reserved for future details concerning this phase, if any. This Agreement shall be amended to include payment conditions following the completion of Bidding Phase Services. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-13 052303 6.1.8 Resident Services During Construction This section is reserved for future details concerning this phase, if any. This Agreement shall be amended to include payment conditions following the completion of Bidding Phase Services. 6.1.9 Additional Services For authorized Additional engineering services under Section 3, "Additional Services", compensation to McClelland shall be negotiated at the time Additional services are authorized. 6.2 Statements Statements and updated progress schedule for each calendar month will be submitted to CITY OF FAYETTEVILLE by signed original document. Statements will be based on McClelland's actual costs incurred and justified by hours expended, hourly rates and other applicable costs in accordance with Attachment B. 6.3 Payments All statements are payable upon receipt and due within thirty (30) days. If a portion of McClelland's statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE shall advise McClelland in writing of the basis for any disputed portion of any statement. CITY OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of date the invoice is approved, however, payment within 30 days is not guaranteed. 6.4 Final Payment Upon satisfactory completion of the work performed under this Agreement, as a condition before final payment under this Agreement, or as a termination settlement under this Agreement. McClelland shall execute and deliver to CITY OF FAYETTEVILLE a release of all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement, except claims which are specifically exempted by McClelland to be set forth therein. Unless otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the parties to this Agreement, final payment under this Agreement or settlement upon termination Fayetteville ML Sequoyah Pressure Plane Improvements Project Engineering Agreement A-14 052303 of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims against McClelland or his sureties under this Agreement or applicable performance and payment bonds, if any. SECTION 7- GENERAL CONSIDERATIONS 7.1 Insurance 7.1.1 During the course of performance of these services, McClelland will maintain (in United States Dollars) the following minimum insurance coverages: Tvoe of Coverage Workers' Compensation Employers' Liability Commercial General Liability Bodily Injury and Property Damage Automobile Liability: Bodily Injury and Property Damage Professional Liability Insurance Limits of Liability Statutory $500,000 Each Accident $1,000,000 Combined Single Limit $1,000,000 Combined Single Limit $1,000,000 Each Claim McClelland will provide to CITY OF FAYETTEVILLE certificates as evidence of the specified insurance within ten days of the date of this Agreement and upon each renewal of coverage. 7.1.2 Construction Contractors shall be required to provide (or CITY OF FAYETTEVILLE may provide) Owner's Protective Liability Insurance naming CITY OF FAYETTEVILLE as a Named Insured and McClelland as additional insureds, or, to endorse CITY OF FAYETTEVILLE, and McClelland as additional insureds on construction Contractor's liability insurance policies covering claims for personal injuries and property damage. Construction Contractors shall be required to provide certificates evidencing such insurance to CITY OF FAYETTEVILLE, and McClelland. All contract insurance carriers shall be required to list CITY OF FAYETTEVILLE as certificate holder, furnishing copies of the contractor's insurance certificate to each party Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-15 052303 7.1.3 CITY OF FAYETTEVILLE and McClelland waive all rights against each other and their officers, directors, agents, or employees for damage covered by property insurance during and after the completion of McClelland's services. If the services result in a Construction Phase, a provision. similar to this shall be incorporated into all Construction Contracts entered into by CITY OF FAYETTEVILLE, and all construction Contractors shall be required to provide waivers of subrogation in favor of CITY OF FAYETTEVILLE and McClelland for damage or liability covered by any construction Contractor's policy of insurance. 7.2 Professional Responsibility 7.2.1 McClelland will exercise reasonable skill, care, and diligence in the performance of McClelland's services and will carry out its responsibilities in accordance with customarily accepted professional engineering practices. CITY OF FAYETTEVILLE will promptly report to McClelland any defects or suspected defects in McClelland's services of which CITY OF FAYETTEVILLE becomes aware, so that McClelland can take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE and McClelland further agree to impose a similar notification requirement on all construction contractors in the Bid Documents and shall require all subcontracts at any level to contain a like requirement. CITY OF FAYETTEVILLE retains all remedies to recover for its damages caused by any negligence of McClelland. 7.2.2 In addition McClelland will be responsible to CITY OF FAYETTEVILLE for damages caused by its negligent conduct during its activities at the Project Site to the extent covered by McClelland's Commercial General Liability and Automobile Liability Insurance policies as specified in Paragraph 7.1.1. 7.3 Cost Opinions and Projections Cost opinions and projections prepared by McClelland relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, and operating results are based on McClelland's experience, qualifications, and judgment as a design professional. Since McClelland has no control over weather, cost and availability of labor, material and equipment, labor productivity, construction Contractors' procedures and methods, unavoidable delays, construction Contractors' methods of determining prices, economic conditions, competitive bidding or market conditions, and other factors affecting such cost opinions or projections. McClelland does not guarantee that actual rates, costs, Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-16 052303 performance, schedules, and related items will not vary from cost opinions and projections prepared by McClelland. 7.4 Changes CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of McClelland's services, with an appropriate change in compensation and schedule only after Fayetteville City Council approval of such proposed changes and, upon execution of a mutually acceptable amendment or change order signed by the Mayor of the CITY OF FAYETTEVILLE and the President of McClelland. 7.5 Termination 7.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given: 7.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 7.5.1.2 An opportunity for consultation with the terminating party prior to termination. 7.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that McClelland is given: 7.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 7.5.2.2 An opportunity for consultation with the terminating party prior to termination. 7.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment in the price provided for in this Agreement shall be made, but 7.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work, 7.5.3.2 Any payment due to McClelland at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of McClelland's default. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-17 052303 7.5.4 If termination for default is effected by McClelland, or if termination for convenience is effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to McClelland for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by McClelland relating to commitments which had become firm prior to the termination. 7.5.5 Upon receipt of a termination action under Paragraphs 7.5.1 or 7.5.2 above, McClelland shall: 7.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise), 7.5.5.2 Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by McClelland in performing this Agreement, whether completed or in process. 7.5.6 Upon termination under Paragraphs 7.5.1 or 7.5.2 above CITY OF FAYETTEVILLE may take over the work and may award another party an agreement to complete the work under this Agreement. 7.5.7 If, after termination for failure of McClelland to fulfill contractual obligations, it is determined that McClelland had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such event, adjustments of the agreement price shall be made as provided in Paragraph 7.5.4 of this clause. 7.6 Delays In the event the services of McClelland are suspended or delayed by CITY OF FAYETTEVILLE or by other events beyond McClelland's reasonable control, McClelland shall be entitled to additional compensation and time for reasonable costs incurred by McClelland in temporarily closing down or delaying the Project. 7.7 Rights and Benefits McClelland's services will be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-18 052303 7.8 Dispute Resolution 7.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and McClelland which arise from, or in any way are related to, this Agreement, including, but not limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or McClelland in the performance of this Agreement, and disputes concerning payment. 7.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice is given under Paragraph 7.8.3, but an action is initiated prior to exhaustion of these procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the procedures in Paragraphs 7.8.3 and 7.8.4 have been complied with. 7.8.3 Notice of Dispute 7.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of any incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve the other party with a written Notice; 7.8.3.2 For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE shall give McClelland written Notice at the address listed in Paragraph 7.14 within thirty (30) days after occurrence of any incident, accident, or first observance of defect or damage. In both instances, the Notice shall specify the nature and amount of relief sought, the reason relief should be granted, and the appropriate portions of this Agreement that authorize the relief requested. 7.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF FAYETTEVILLE and McClelland shall confer in an effort to resolve the dispute. If the dispute cannot be resolved at that level, then, upon written request of either side, the matter shall be referred to the President of McClelland and the Mayor of CITY OF FAYETTEVILLE or his designee. These officers shall meet at the Project Site or such other location as is agreed upon within 30 days of the written request to resolve the dispute. 7.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining funds to remit payment to McClelland for services rendered by McClelland. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-19 052303 7.10 Publications Recognizing the importance of professional development on the part of McClelland's employees and the importance of McClelland's public relations, McClelland may prepare publications, such as technical papers, articles for periodicals, and press releases, pertaining to McClelland's services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to McClelland. CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of McClelland's activities pertaining to any such publication shall be for McClelland's account. 7.11 Indemnification 7.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to indemnify, defend, and hold harmless CITY OF FAYETTEVILLE, and McClelland from and against any and all loss where loss is caused or incurred or alleged to be caused or incurred in whole or in part as a result of the negligence or other actionable fault of the Contractors, or their employees, agents, Subcontractors, and Suppliers. 7.12 Computer Models McClelland may use or modify McClelland's proprietary computer models in service of CITY OF FAYETTEVILLE under this Agreement, or McClelland may develop computer models during McClelland's service to CITY OF FAYETTEVILLE under this Agreement. Such use, modification, or development by McClelland does not constitute a license to CITY OF FAYETTEVILLE to use or modify McClelland's computer models. Said proprietary computer models shall remain the sole property of the McClelland. CITY OF FAYETTEVILLE and McClelland will enter into a separate license agreement if CITY OF FAYETTEVILLE wishes to use McClelland's computer models. 7.13 Ownership of Documents All documents provided by CITY OF FAYETTEVILLE including original drawings, disks of CADD drawings and cross sections, estimates, specification field notes, and data are and Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-20 052303 L remain the property of CITY OF FAYETTEVILLE. McClelland may retain reproduced copies of drawings and copies of other documents. Engineering documents, drawings, and specifications prepared by McClelland as part of the Services shall become the property of CITY OF FAYETTEVILLE when McClelland has been compensated for all Services rendered, provided, however, that McClelland shall have the unrestricted right to their use. McClelland shall, however, retain its rights in its standard drawings details, specifications, databases, computer software, and other proprietary property. Rights to intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of McClelland. Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. McClelland makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. 7.14 Notices Any Notice required under this Agreement will be in writing, addressed to the appropriate party at the following addresses: CITY OF FAYETTEVILLE's address: City of Fayetteville 113 W. Mountain Fayetteville, AR 72701 McClelland's address: McClelland Consulting Engineers, Inc. P.O. Box 1229/1810 N. College Fayetteville, AR 72702 Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-21 052303 7.15 Successor and Assigns CITY OF FAYETTEVILLE and McClelland each binds himself and his successors, executors, administrators, and assigns to the other party of this Agreement and to the successors, executors, administrators, and assigns of such other party, in respect to all covenants of this Agreement; except as above, neither CITY OF FAYETTEVILLE nor McClelland shall assign, sublet, or transfer his interest in the Agreement without the written consent of the other. 7.16 Controlling Law This Agreement shall be subject to, interpreted and enforced according to the laws of the State of Arkansas without regard to any conflicts of law provisions. 7.17 Entire Agreement This Agreement represents the entire Agreement between McClelland and CITY OF FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in purchase orders do not generally apply to professional services, in the event CITY OF FAYETTEVILLE issues to McClelland a purchase order, no preprinted terms thereon shall become a part of this Agreement. Said purchase order document, whether or not signed by McClelland, shall be considered as a document for CITY OF FAYETTEVILLE's internal management of its operations. SECTION 8- SPECIAL CONDITIONS 8.1 Additional Responsibilities of McClelland: 8.1.1 CITY OF FAYETIEVILLE's review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder shall not in any way relieve McClelland of responsibility for the technical adequacy of the work. CITY OF FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the services shall be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-22 052303 8.1.2 McClelland shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by McClelland's negligent performance of any of the services furnished under this Agreement except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data. 8.1.3 McClelland's obligations under this clause are in addition to McClelland's other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against McClelland for faulty materials, equipment, or work. 8.2 Remedies Except as may be otherwise provided in this Agreement, all claims, counter -claims, disputes and other matters in question between CITY OF FAYETTEVILLE and McClelland arising out of or relating to this Agreement or the breach thereof will be decided in a court of competent jurisdiction within Arkansas. 8.3 Audit: Access to Records 8.3.1 McClelland shall maintain books, records, documents and other evidence directly pertinent to performance on work under this Agreement in accordance with generally accepted accounting principles and practices consistently applied in effect on the date of execution of this Agreement. McClelland shall also maintain the financial information and data used by McClelland in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. The United States Department of Labor, CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. McClelland will provide proper facilities for such access and inspection. 8.3.2 Records under Paragraph 8.3.1 above, shall be maintained and made available during performance on assisted work under this Agreement and until three years from the date of final payment for the project. In addition, those records which relate to any controversy arising out of such performance, or to costs or items to which an audit exception has been Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-23 052303 taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. 8.3.3 This right of access clause (with respect to financial records) applies to: 8.3.3.1 Negotiated prime agreements: 8.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the price of any formally advertised, competitively awarded, fixed price agreement: 8.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised, competitively awarded, fixed price agreement. However, this right of access does not apply to a prime agreement, lower tier subagreement or purchase order awarded after effective price competition, except: 8.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding any financial records of McClelland; 8.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved; 8.3.3.3.3 If the subagreement is terminated for default or for convenience. 8.4 Covenant Against Contingent Fees McClelland warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement of understanding for a commission, percentage, brokerage or continent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by McClelland for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 8.5 Gratuities 8.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that McClelland or any of McClelland's agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-24 052303 FAYETTEVILLE, or the State in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to McClelland terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. 8.5.2 In the event this Agreement is terminated as provided in Paragraph 8.5.1, CITY OF FAYETTEVILLE may pursue the same remedies against McClelland as it could pursue in the event of a breach of the Agreement by McClelland. As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which shall be not less than three nor more than ten times the costs McClelland incurs in providing any such gratuities to any such officer or employee. 8.6 Arkansas Freedom of Information Act City contracts and documents, including internal documents and documents of subcontractors and sub -consultants, prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is presented to the CITY OF FAYETTEVILLE, McClelland will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.7 Debarment And Suspension I certify that to the best of my knowledge and belief that the company that I represent and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-25 052303 (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification regarding debarment and suspension may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. I further certify that I will obtain a similar certification for each subcontract awarded in excess of $25,000. DEBARMENT CERTIFICATION AUTHORIZED REPRESENTATIVE COMPANY NAME: M Ila Con4Iing Engineers, Inc. SIGNATURE: DATE: 9 ` F!) c4 - PRINTED NAME: John C. Ouinn, P.E. TITLE: President Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-26 052303 IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and McClelland, by its authorized officer have made and executed this Agreement as of the day and year first above written. CITY OF FAYETTEVILLE, ARKANSAS By: Mayor ATTEST: By: City Clerk McClelland nsultin EcL n 'n ers Inc. By: Title: President Changes, modifications or amendments in scope, price or fees to this Contract shall not be allowed without formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost, fees, or delivery schedule. END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-27 052303 Attachment A Scope of Services Mount Sequoyah Pressure Plane Improvements Project Project Background On November 10, 2003, the Fayetteville Planning Commission approved the concept plat for the Stone Mountain Subdivision, the conditions of approval requiring the development to resolve water supply concerns as part of its infrastructure improvements. The developer has completed detailed hydraulic studies of the water supply system that serves the development, has submitted preliminary plans for private participation in the needed improvements and has participated in numerous negotiations with the City Administration to establish the respective infrastructure responsibilities. Under this private infrastructure participation offer, the developer will upgrade selected water lines from 8 -inch to 12 -inch to correspond to master plan needs, will provide a site for the future municipal water booster station, will construct off -site interconnecting 12 -inch water mains and will pay $90,000.00 as a contribution -in -aid at the time of final plat approval. The value of the private contributions towards the long-range needs of the Mount Sequoyah Water System needs is approximated at $500,000.00. The acceptance of this negotiated infrastructure improvement proposal from the developer of Stone Mountain Subdivision requires a reciprocal commitment by the City of Fayetteville. Fayetteville's acceptance of the private participation will necessitate completion of other public improvements to fully satisfy the needs of the Mount Sequoyah Water System. Such improvements are anticipated to include the construction of additional elevated water storage capacity and a new water booster station, subject to validation by the city's engineering consultant. Construction of capital improvements to correct the Mount Sequoyah Pressure Plane deficiencies has been a long-standing need and continuing priority of the Fayetteville water system. This public -private partnership reduces public expense for a necessary capital improvement project. This arrangement leverages the effectiveness of public funds using private development assistance, creating mutual benefits. Scope of Work The services listed below will be performed on an hourly rate and unit price basis. The activities being authorized under the contact amount include: Public Communications and Relations - The development and implementation of a public communications program to address the needs of the impacted neighborhoods and other concerned citizens. These efforts will include arranging meetings with the neighborhood association, public meeting attendance, presentation of schematics; evaluation of public comments/concerns and developing a consensus with the stakeholders. This effort will include preparation for and attendance at two neighborhood association meetings, two ward meetings and one city council meeting. The effort will also include the preparation of one public report complete with preliminary drawings, typical schematics and other relevant information. Preliminary Engineering Report - A written report supporting the project's need, scope and outcomes. The report will include a description of system deficiencies, problem statements, evaluation of alternative layouts, economic justification of recommended improvements, updated project cost prediction and summation of benefits and outcomes. The report shall define the project in sound economic and engineering terms, citing the specific benefits that will be realized. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-28 052303 Preliminary Design — Preliminary plans illustrating the recommended improvements, updated project cost prediction and summation of benefits and outcomes. The Preliminary Design submittal shall include a Basis of Design report, summarizing design criteria. Engineering Field Surveys - Upon approval of the preliminary engineer's report on the project, detailed engineering surveys shall be commenced under this scope of services. These surveys shall include topographic surveys for one booster station site and two alternate tank sites, the development of easement procurement needs (if required), the development of drawings and performing field work required for a Lot Split (if required) and a Property Survey (if required) and schematic development of the construction drawings. Geotechnical Investigations - Upon approval of the preliminary engineer's report, geotechnical investigations shall be commenced under this scope of services. The geotechnical services shall include taking soil borings at one booster station site and two alternate tank sites, site clearing (if required), and providing boring logs, foundation recommendations and a geotechnical report. Final Design Phase — Upon approval of the preliminary engineering design, the final design shall be commenced under this scope of services. The final design services shall include Plans and Specifications (Bid Documents) for two separate contracts (one for the tank; one for the booster station), Owner approvals, permits, State agency approvals, updated cost estimates and FAA compliance. Bidding Phase - Upon approval of the final engineering design, the bidding phase shall be commenced under this scope of services. The bidding phase services shall include the issuance of the Bid Documents, Prebid conferences, attendance at the Bid Openings, preparation of the Bid Tabulations and recommendation of Award of Contracts for the two separate contracts. Construction Phase/Inspection Services - Once the project is bid, a detailed breakdown of additional engineering services needed to complete the project shall be developed for review, approval and inclusion in a contract amendment. Fayetteville Mt. Sequoyah Pressure Plane Improvements Project Engineering Agreement A-29 052303 MCEcONSUL TING DESIGNED TO SERVE ENGINEERS, INC. Updated 7/14/2004 2004 BILLING RATES CATEGORY Principal Engineer/Project Manager *HOURLY T 1Tt $ 120.00 Project Engineer II $ 85.00 Project Engineer! $ 75.00 Electrical Engineer $ 95.00 Mechanical Engineer $ 95.00 Structural Engineer $ 95.00 Engineering Technician II $ 65.00 Engineering Technician I $ 35.00 Construction Observer II $ 65.00 Construction Observer I $ 38.00 Chief Draftsman Draftsman $ 60.00 $ 50.00 Computer Technician $ 55.00 Registered Land Surveyor $ 75.00 Survey Crew (2 -Man or 1-Man/Robotic) $ 100.00 Party Chief $ 45.00 Soils Lab Supervisor Soils Lab Technician Water Lab Supervisor Water Lab Technician Clerk/Typist $ 52.00 $ 35.00 $ 50.00 $ 35.00 $ 40.00 P.O. Box 1229 Fayetteville, Arkansas 72702-1229 479-443-2377 FAX 479-443-9241 Mileage $ 0.36 (New Contracts Effective July 13, 2004) $ 0.34 (Contracts Prior to July 13, 2004) * Subject to adjustment annually, on/about January 1st. C McCLELLAND P.O. Box 1229 CONSULTING Fayetteville, Arkansas 72702-1229 INC479-587-1303 DESIGNED TO SERVE ENGINEERS, MATERIALS LABORATORY FAX 479-443-9241 CONSTRUCTION MATERIALS LABORATORY FEE SCHEDULE February, 2004 GENERAL: Laboratory Field Technician' $ 35.00 per hour AHTD-Qualified Technician* 40.00 per hour Engineering Technician * 48.00 per hour Senior Engineering Technician 62.00 per hour Lab Supervisor 45.00 per hour Consultation: Lab Supervisor 45.00 per hour Field Engineer 75.00 per hour Project Engineer 85.00 per hour Project Manager 105.00 per hour Principal Engineer 120.00 per hour Lab Report Preparation 35.00 per hour SOILS AHTD-Qualified Field Technician 40.00 per hour Soils Field Technician (1 -hour minimum) 35.00 per hour In -Place Compaction Test -Nuclear Gauge ASTM D 2922 Sample Pickup Nuclear Density Gauge Fee (per project, per day) 20.00 each Liquid Limit, Plastic Limit, Plasticity Index (3 point) ASTM D 4318 50.00 each Sieve Analysis -Washed No. 2.00 (Wet) ASTM D 1140 35.00 per sieve Sieve Analysis -Dry ASTM D 422 8.00 per sieve Hydrometer Analysis ASTM D 422 90.00 each Specific Gravity ASTM D 854 50.00 each Soils Classification, Unified or AASHTO ASTM D 2487 or AASHTO M 145 110.00 each Laboratory Maximum Compaction Test ASTM D 698 or AASHTO T 99 120.00 each Laboratory Maximum Compaction Test ASTM D 1557 or AASHTO T 180 135.00 each Potential Volume Change -Swell Pressure 100.00 each California Bearing Ratio-CBR ASTM D 1883 (3 point) (Proctor curve additional) 150.00 each Shrinkage ASTM D 427 50.00 each Soil Bearing Capacity (Engineering Tech., 2 -hour minimum) 45.00 per hour Non-ASTM Procedures Available On Request CONCRETE: Concrete Mix Design Price on Request Review Concrete Mix Design (Lab Supervisor) 45.00 per hour Confirm Concrete Mix Design Price on Request Concrete Field Technicians (1 -hour minimum): [For any of the following 6 items:] 35.00 per hour • Unit Weight and Yield of Freshly Mixed Concrete ASTM C 138 • Concrete Cylinder or Beam Molding ASTM C 31 • Concrete Cylinder or Beam Pickup • Concrete Slump Test ASTM C 143 • Concrete Air Content Test ASTMC231 231 or C 173 • Cement Mortar or Group Sampling AHTD-Qualified Concrete Technician: [For any of the foregoing 6 items:] 40.00 per hour Compressive Strength of Concrete Test Cylinders ASTM C 39 (pad cap) 15.00 each Compressive Strength of Concrete Test Cylinders ASTM C 39 (sulfur capped) 20.00 each Spare Cylinders Specimens Processed but not Tested 10.00 each Schmidt Hammer Testing (Engineering Tech, 2 -hour minimum) 45.00 per hour ' ACI Grade I Concrete Field Testing Technician CMTMGEOTEcW4.n*NT-IM FW M Yyd j. P.qa 1 of 2 McCLELLAND MCECONSUL eo. Box 1229 TING Fayetteville, Arkansas 72702-1229 ENGINEERS, INC. 479-443-1243 DESIGNED TO SERVE .MATERIALS LABORATORY FAX 479-443-9241 CONSTRUCTION MATERIALS LABORATORY FEE SCHEDULE February, 2004 CONCRETE (Continued) Flexural Strength of Concrete Beams ASTM C 78 or C 293 30.00 each Spare Beam Specimens Processed but not Tested 25.00 each Compressive Strength of Grout Cubes 25.00 each Compressive Strength of Cement Mortar Cubes 20.00 each Concrete Coring (3" or 4"): Core Machine & Lab Technician 65.00 per hour Additional Lab Technician, as required 35.00 per hour Compressive Strength of Concrete Cores (3" or 4") 30.00 each Other Core Sizes Price on Request Aggregate Sieve Analysis: Dry Sieve ASTM C 136 8.00 each Wet Sieve ASTM C 117 35.00 each Fineness Modules 25.00 each Decantation 35.00 each Deleterious Materials 60.00 each Specific Gravity and Absorption of Aggregate ASTM C 127 & C 128 85.00 each Dry Rodded Unit Weight of Aggregate ASTM C 29 60.00 each Sodium or Magnesium Sulfate Soundness (5 cycles) ASTM C 88 300.00 each Additional Cycles 50.00 each ASPHALT: Asphalt Mix Design Price on Request Review Asphalt Mix Design (Sr. Engr. Technican) 65.00 per hour Asphalt Field Technician In -Place Compaction Test -Nuclear Gauge (Lab Technician) 35.00 per hour Sample Pickup 35.00 per hour Marshall Test including Stability, Flow, Laboratory Density, Percent Air Voids, Percent Voids in Mineral Aggregate (3 specimens per test) 300.00 each Extraction including percent Bitumen and Aggregate Gradation 200.00 each Laboratory Density of Cored Plugs including Depth Measurement 25.00 each Asphalt Coring (3" or 4"): Core Machine & Lab Technician 65.00 per hour Additional Lab Technician, if required 35.00 per hour Sample Pickup 35.00 per hour FIREPROOFING: Unit Weight, Bonding Strength, Thickness and Sampling (actual time required for Lab Technicians) 35.00 per hour/Tech. Report Preparation (Lab Supervisor) 45.00 per hour STRUCTURAL STEEL: Bolt Torque Testing: Lab Technician(s) 35.00 per hour Field Engineer 75.00 per hour Pneumatic Torque Wrench Calibration (twice per day) 50.00 each Visual Weld Inspection Field Engineer 85.00 per hour Services not Listed are Available on Request All prices are subject to revision each year CMTAIGEOTEtl htsa4 T4 AsjbM,.yEn Pape 2 of 2 0 a U) � § X \4 \ 0 a IL § 0a0.a (no Zo 2° Kf2 -I- 4W amp§ k�§ Gwzw SA 0.; IRS kk kk 0 j r Ui Q 3 5 � 0. Ui 0 a Ui I.- Lb § a § 0 •.-2)k� � § Ld-�0 S § )�/§§�/ )k\\\k\( § Mk (n 2 0 o U) E rn 3 3 Z \ k# �\ k ) 4)_ U 3\\3383) Ct a 2 �0 # .92 § f DLL ) E tea ECo o _ 27e § @/e000).. U /a/472x§ U) z 0 \ § § 0 C.) k z 0 0 I-So8e88o@ �§R§6aaRo § 3k 7/§§k } 069 t9 69 _ 2 Ec 00 ] Co Zrc 232 -X2§�)$ kLU 5 k//*\/aCL 'a % U):a t e I-2/332±3 STAFF RIEW FORM - FINANCIAL OBLIGATIO X AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council Meeting of: October5,2004 FROM: Boettcher Water/Wastewater Water/Wastewater Name Division Department ACTION REQUIRED: Passage of resolution approving a contract with McClelland Consulting Engineers, Inc. , for design and bidding phase services for Mount Sequoyah Pressure Plane Improvements Project. COST TO CITY: $142,310.00 Cost of this request 5400.5700.5314.00 Account Number $ 271,427.00 Category/Project Budget Funds Used to Date 04036 $ 27/ y2.7. 00 Project Number Remaining Balance BUDGET REVIEW: Budgeted Item 7Ze ,s r Aeudget Manager Date Water/Wastewater Program Category / Project Name Water/Wastewater Program / Project Category Name Water and Sewer Fund Name Budget Adjustment Attached CONT CT/GRANT/LEASE REVIEW: ____? o Acco in ,Manag9tt Date Internal Auditor Date %/IG aH I C1 /100_ City orney Date Purchasing Manager Date STAFF RECOMMENDATION: Finance & jnternal Services Dir. ve Officer Mayor Received in Mayor's Office 9� O� Date Date( /,s Q Cross Reference: Date Previous Ord/Res#: Date Orig. Contract Date: 9 172 Orig. Contract Number: Date New Item: Yes No Z Date ye ek NSAS Water and Wastewater Department TO: Fayetteville City Council NIORANDUM September 30, 2004 COPY TO: Hugh Earnest, David Jurgens FROM: Greg Boettcher, Water and Wastewater SUBJECT: October Agenda Items -Summary Information Being unable to attend the City Council Agenda Session on September 28, 2004 (Farmington Mediation Meeting in Bentonville), the Sewer Committee suggested that the attached information be shared with all of the City Council. In an abbreviated form, I offer the following for your further awareness and information: McClelland Engineering Contract -The contract covers planning, design and bidding . phases of the Mount Sequoyah Pressure Plane Improvements Project. These services were included in the project's 2004 budget. Multi -Craft Contract Awards -These bids relate to the rebuilding of the Wiese -Flow Screens and the replacement of a secondary clarifier mechanism at the Noland Wastewater Plant. These activities are funded by the 2004 capital improvements budget for the treatment plant. Wiese -Flow Screen at Noland Wastewater Plant -To be rebuilt Water and Wastewater Department Clarifier No. 1 Mechanism -To be replaced RORANDUM September 30, 2004 Sales and Use Bond for Wastewater System Improvements Project -Sale of the additional private market sales tax bonds has been coordinated with the Arkansas Soil and Water Conservation Commission and is to be accomplished with equivalent financing costs. Favorable tax receipts have retired the initial issue more rapidly than predicted necessitating issuance of the second issue to protect the city's right to continue collection of the approved'/. -cent sales tax for debt retirement purposes. The wastewater improvements project continues to advance on schedule and will be expedited by the expanded use of the private placement bonds. It is planned to construct all of the east side pipelines and plant work using only city funds, removing the approvals by ASWCC from the east projects' requirements and streamlining these portions of the project. An updated project split, a predicted project schedule and the anticipated cash flows from the various sources are included for reference. It is expected that the Department of Health approval of Contract EL -1 will be forthcoming in the next few weeks allowing this work to be released for bids. The design of the west side treatment plant has been completed and is not under review by the various state agencies. If there are questions on any of the current agenda items, please do not hesitate to contact me at 575-8302. FAYETTEVILLE ARKANSAS WASTEWATER SYSTEM IMPROVEMENT PROGRAM BURNS a: MCDONNELL PROGRAM MANAGEMENT TEAM To: GREG BOETTCHER FROM: JERRY SONDEREGGER DATE: SEPTEMBER 28, 2004 SUBJECT. PROJECT SPLIT/FUNDING STRATEGY BMcD FILE No.: ILM EXECUTIVE SUMMARY In response to your request of September 24, 2004, Burns & McDonnell is providing our recommendation on the allocation of funding sources for the Fayetteville Wastewater System Improvement Project. Burns & McDonnell proposes that the following project elements be funded from City funds: • All Design and Bidding Phase Professional Services • All Construction Phase Professional Services • Construction of Projects EL -1, EL -2, EL -3, EP -1, and EP -2 • All funds allocated to project contingencies • All land acquisition Under this distribution, the City -funded portion of the Project would total approximately $55.8 million and the RLF-funded projects would total approximately $69.2 million. Five Tables and Figures are attached to illustrate our recommendation: • Table 1. Proposed Project Split • Figure 1. Expected Construction Periods • Table 2. Cash Flow Chart - City Funded Projects • Table 3. Cash Flow Chart - RLF Funded Projects • Table 4. Cash Flow Chart - Combined City and RLF Funded Projects. The goal of the project distribution was to be able to identify a group of projects that could be advertised quickly, generally not be dependent on initiation of other projects, and be less than or equal to the City's bond issues of $55 million to $60 million. The project split should not require reimbursement from the RLF for land acquisition or professional services. Using these criteria, the recommended FAYETTEVILLE ARKANSAS WASTEWATER SYSTEM IMPROVEMENT PROJECT PAGE2 allocation of projects between the two funding sources is shown in Table 1. Although using private funds will allow the City to act more quickly in advertising these projects for bid, the East collection system projects and the Noland Solids Handling project selected for funding by the City will still be required to be reviewed and approved by the Arkansas Department of Health. Additionally, the Solids Handling project must also go to ADEQ for approval before construction. Even though the selected projects are not required to be reviewed by ASWCC, it is recommended that all projects be sent to ASWCC for information and to demonstrate how the City is proceeding with the overall program. STATUS OF INITIALLY SELECTED PROJECTS EL EL=i. The Pump Station 13, 14, 16, and 19 project has reached the 99 percent level of completion and is now at Burns & McDonnell, ASWCC, and the Arkansas Department of Health for final review and approval to advertise. All right-of-way and land procurement has been completed for this project. The Corps of Engineers Nationwide 12 Permit has not been received, but the City may proceed with advertisement when appropriate notice of your intent is given to the Corps. The FONSI has not been received from ADEQ, but is not a requirement for privately funded projects. The Work formerly known as Project EL -4 has been incorporated into EL -1 by addendum. Work remaining for Garver Engineers to accomplish before advertisement includes final edits to the Project Manual such as entering the date Bids will be received; the Pre -bid Conference date; addressing the final editorial comments of ADH, the City, and BMcD; and preparing an additional addendum addressing the changes effected by the modified funding strategy. This will include deleting certain ASWCC contract conditions and requirements. EL EL=2. The Line 7 Project has also undergone the initial review of the final design by BMcD, ASWCC, and the ADH. It is expected that it will be ready for the second and final submittal within two weeks. The status comments provided for EL -1 above also apply to Line 7. EL EL=3. The Line 4 project lags the other two Garver projects by about four months and is not scheduled to be submitted for the initial review of the final design until November 15, 2004. FAYETTEVILLE ARKANSAS WASTEWATER SYSTEM IMPROVEMENT PROJECT PAGES EP EP1. The Wet Weather Improvements project probably has the lowest overall priority and is not recommended for advertisement until the City has received sufficient bids for other work to judge whether enough funds will remain for construction of this project. For this reason, among the other criteria cited, it is suggested that EP -1 be funded by the City portion of the funds and held until the first or second quarter of 2005 before making a decision on whether to proceed with this work EP EP2. The Solids Handling and Headworks Improvements project is scheduled for the first review of the final design on October 19, 2004. Under this plan for separating the East and West Projects, it is possible that EP -2 may be available to advertise before the West Side plant, and as such, will establish the brand of perforated screens to be specified at the West plant as well as the Noland plant. The belt filter press negotiation will be completed shortly and the price for the one new press at Noland can be entered in the Bid Form. CASH FLOW PROJECTIONS Three cash flow charts are provided. Table 2 indicates the projected costs for that portion of the program paid for using City funds. Table 3 shows only the portion of the program paid for using RLF-provided funds, and Table 4 combines the two into one cash flow projection. In order to correctly sum project expenditures to date and extend the cash flow projections into the future, the attached graphs begin in the month of July 2003, the initiation of the project, and end in the first quarter of 2007. The monthly amount of funds expended from July 2003 through August 2004 date are comprised of the actual payments made to the four design consultants, ECO, CH2M Hill, and Bums & McDonnell for Design and Bidding Phase Professional Services. Beginning in September 2004, the amount remaining in each Professional Service Agreement is prorated over the next four to seven months, depending on when the construction phase of each firm is initiated. Estimated construction periods are shown on Figure 1. Using the latest opinions of probable construction costs received from the Consultants, the projected construction expenditures are distributed across the construction period. Added to FAYETTEVILLE ARKANSAS WASTEWATER SYSTEM IMPROVEMENT PROJECT PAGE 4 this value each month are Construction Phase Professional Services, estimated to be four percent of the respective construction contracts for that month. Lacking any better method of allocating the land acquisition costs, the original estimate of $1,676,000 has been distributed uniformly over 16 months beginning in September 2004 and ending in December 2005. TABLE 1 PROPOSED PROJECT SPLIT PROJECT OR SERVICE CITY FUNDED, $ RLF FUNDED,$ All Design and Bid Phase Professional Services 13,581,211 0 All Land Acquisition 1,676,000 0 Construction of EL -1 1,242,397 0 Construction of EL -2 10,105,590 0 Construction of EL -3 4,160,125 0 Construction of EP -1 982,288 0 Construction of EP -2 13,726,596 0 Construction Contingencies 4,606,630 0 All Construction Phase Professional Services 5,716,624 0 Construction of WP -2 0 250,000 Construction of WP -3 0 41,217,962 Construction of WL-1 0 2,719,807 Construction of WL-2 0 3,157,891 Construction of WL-3 0 2,008,879 Construction of WL-4 0 9,776,779 Construction of WL-5 0 5,435,870 Construction of WL-6 0 3,722,027 Construction of WL-7 0 913,333 TOTAL $55,797,461 $69,202,548 The referenced Tables 2, 3, and 4 are appended on the following pages. We hope this report accomplishes what you needed and if we may further explain our assumptions or if you desire the information to be in a different format, please call me. • C1 S. S. S. S. I S. S. 4. S. S. t ti n Ll C O G O S hi EIX S I 3 m O H mm cii O O m 5 9 y N D In !re b — m as w u � V N N O n o Q C G r __ __ __ _ _ _ n p o o e O H. 6 0 DESIGN PROGRESSION ON WASTEWATER DESIGN CONTRACTS SEPTEMBER X04 70 4 50 is 40 rc 30 sir 10 INDIVIDUAL CONTRACTS Rmtment Plan (WP - I Wet WaNlw tnpmemmna (EP -1) I Solids Herding lnproremerb (EP3) I Hmdworks Irnpovemenb (EP -2) b Oki Wle (NL-1) b Pcplarto Van Asc e(WL-2) ertlg b PaM (VL-3) Crhg to Gregg (WL4) 9rhg ram Moll to Hem (W1 -S SeBaa 13 ad 19 (EL -1) Smton (WL-7) 3egme 13 end 19 (EL -1) HOOwv to Noland Plant (EL -2) it Happy Hollow (EL -3) fro Statbro 14, 18 and 18 (ELI) FAYETTEeILLE � THE CITY OF FAYETTEVILLE, ARKANSAS City Clerk Division 113 West Mountain Fayetteville, AR 72701 Telephone: (479) 575-8323 Fax: (479) 718-7695 city_clerk@ci.fayetteviIle.ar.us DEPARTMENTAL CORRESPONDENCE To: Greg Boettcher WaterNVastewater Director From: Clarice Buffalohead-Pearman City Clerk Division Date: October 11. 2004 Re: Resolution No. 151-04 The City Council passed the above resolution October 5, 2004, approving a contract with McClelland Consulting Engineers, Inc. for Mt. Sequoyah Pressure Plane Improvements Project. I have attached a copy of the resolution with two of three originals. This resolution will be recorded in the city clerk's office and microfilmed. If anything else is needed please let the clerk's office know. Attachment(s) cc: Nancy Smith, Internal Auditor