HomeMy WebLinkAbout77-04 RESOLUTION•
RESOLUTION NO. 77-04
A RESOLUTION TO APPROVE AN AGREEMENT FOR
ENGINEERING SERVICES WITH MCCLELLAND
CONSULTING ENGINEERS, INC. IN THE AMOUNT OF
$60,000.00 FOR PLANNING, FIELD SURVEYS AND
RIGHT-OF-WAY SERVICES RELATED TO THE HIGHWAY
62 WATER MAIN RELOCATION IN FARMINGTON AND
TO APPROVE A BUDGET ADJUSTMENT OF $60,000.00
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 as Agreement For Engineering Services with McClelland Consulting Engineers,
Inc. (attached as Exhibit "A") in the amount of $60,000.00 for planning, field surveys and
right-of-way services related to the Highway 62 water main relocation in Farmington and
approves a budget adjustment of $60,000.00 (attached as Exhibit "B") to pay for this
contract.
PASSED and APPROVED this the 18th day of May, 2004.
ATTEST:
! fffffff
...........
K/ .•.
ti •••01 Y 0,•. 9�
FAYETTEVILLE
C3sN
�9QKgSPCJ 41
Op,'GTot4 C �•
BY: , a
SONDRA SMITH, City Clerk
By:
APPROVED:
Attachment A
Scope of Service for Preliminary Design Phase
Water Line Relocation Project -Farmington, Arkansas
Arkansas Highway and Transportation Department Highway 62 Improvements
Project Background
The City of Fayetteville owns the water distribution network serving the City of Farmington and is
responsible for its operation, maintenance and improvement. The Arkansas Highway and Transportation
Department programmed Highway 62 for widening, beginning at the intersection of Highway
170/Highway 62 (in Farmington) proceeding westerly along Highway 62 beyond the Farmington city
limits. The proposed AHTD project area contains water distribution mains owned by the City of
Fayetteville, such lines forming the backbone of the piping network servicing Farmington and areas west.
Due to the interconnections of other distribution lines and the critical nature of the current pipeline; a new
parallel line (out of the highway construction areas) must be planned. It has been recently learned from
the AHTD that the highway construction contract is to be awarded in January 2005, therefore,
Fayetteville must proceed immediately with the planning, design and construction of the water line
relocation project. Due to the unforseen project urgency, the short timeline for completion of this project
and the workload of the city's engineering department; the City of Fayetteville will contract the
engineering services to a private consultant. The immediate needs relate to completion of a preliminary
design for the project and the commencement of final design surveys.
Scope of Work for Preliminary Design Services
The preliminary design services shall define the scope, nature, extent, costs and schedule for the project;
therefore, this initial phase will be performed on an hourly rate basis. Due to the schedule challenges for
this project, the preliminary design includes allowances for the commencement of certain final design
elements; avoiding delays while negotiation of the final design phase services are being completed. The
activities being authorized under the contact amount include:
Preliminary Engineering Report -A written report will detail the project's need, scope and
outcomes. This report will include a description of existing facilities, evaluation of feasible
alternatives, economic justification of recommended improvements, project cost prediction,
project schedule, project right-of-way needs and summation of recommendations. The report
shall define the project in sound economic and engineering terms, citing the specific benefits that
will be realized.
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 and level surveys, utility location verification, correlation of surveys
with planned Highway 62 improvements by the Arkansas Highway and Transportation
Department and schematic development of the construction drawings.
Project Right -of -Way Requirements -Upon approval of the preliminary engineer's report and
confirmation of new utility easement needs (permanent and temporary), the preliminary design
services will advise Fayetteville of needed procurements and assist in the creation of the
necessary documents to enable such procurements. This will be a priority activity as the
construction work cannot proceed until all rights-of-way are obtained.
Final Design Phase/Bidding Phase/Construction Phase/Inspection Services -Once the scope of
the project is defined, a detailed breakdown of additional engineering services needed to complete
the project shall be developed for review, approval and inclusion in a contract amendment.
Farmington Water Relocation Engineering Contract.docA — 25 052303
•
•
ATTACHMENT B
•
FEE PROPOSAL
PLANNING AND PRELIMINARY DESIGN SERVICES
AS DEFINED IN ATTACHMENT A FOR WATER SYSTEM
RELOCATIONS IN CONJUNCTION WITH ARKANSAS
HIGHWAY 62 WIDENING
AHTD JOB NO R40082
CITY OF FAYETTEVILLE WATER MAINS IN FARMINGTON, ARKANSAS
LABOR CLASSIFICATION
Principal Engineer
Project Manager
Project Engineer
Senior Engineering Tech
Engineering Tech
Chief Draftsman
Junior Draftsman
Survey Supervisor
Survey Crew (2 man)
Computer Tech
Clerical Support
ACTUAL
TIME LABOR RATE
26 hrs $41.11/hr
200 hrs $35.34/hr
48 hrs $21.63/hr
32 hrs $20.70/hr
60 hrs $14.25/hr
40 hrs $16.90/hr
160 hrs $12.25/hr
48 hrs $18.00/hr
120 hrs $17.60/hr
60 hrs $17.45/hr
60 hrs $12.00/hr
Direct Labor
Payroll Expenses (34.23%)
Subtotal, Direct Payroll
Travel 375 miles @ $0.34/mi
Reproduction
Materials and Supplies
Subtotal, Direct Cost
Indirect Costs (112.79%)
Subtotal, Direct and Indirect
Profit
Total Planning and Preliminary
Design Cost
Note: Actual labor rates for billing purposes will match the rates
paid to the employee performing the services and shall be
subject to annual labor rate increases.
FY042125 Attachment B
26
EXTENDED
$1 068.86
$7 068.00
$1 038.24
$662.40
$855.00
$676.00
$1,960.00
$864.00
$2,112.00
$11047.00
$720.00
$18,071.50
$6,185.87
$24,257.37
$127.50
$600.00
$194.88
$25,179.75
$28,400.25
$53,580.00
$6.420.00
$60,000.00
•
ATTACHMENT C
•
During the performance of this contract, McClelland Consulting Engineers, Inc., for
itself, its assignees and successors in interest hereinafter referred to as "McClelland"
agrees as follows:
1. Compliance with Regulations: McClelland shall comply with the Regulations
relative to nondiscrimination in Federally -assisted programs of the Department of
Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be
amended from time to time, (hereinafter referred to as the Regulations), which
are herein incorporated by reference and made a part of this contract.
2 Nondiscrimination: McClelland, with regard to the work performed by it during
the contract, shall not discriminate on the grounds of race, color, sex, national
origin, or handicap, in the selection and retention of subcontractors, including
procurements of materials and leases of equipment. McClelland shall not
participate either directly or indirectly in the discrimination prohibited by Section
21.5 of the Regulations, including employment practices when the contract
covers a program set forth in Appendix B of the Regulations.
3. Solicitations for Subcontracts, Including Procurements of Materials and
Equipment: In all solicitations either by competitive bidding or negotiation made
by McClelland for work to be performed under a subcontract, including
procurements of materials or leases of equipment, each potential subcontractor
or supplier shall be notified by McClelland of McClelland's obligations under this
contract and the Regulations relative to nondiscrimination on the grounds of
race, color, sex, national onginal or handicap.
4. Information and Reports. McClelland shall provide all information and reports
required by the Regulations, or directives issued pursuant thereto, and shall
permit access to its books, records, accounts, other sources of information, and
its facilities as may be determined by the State Highway Department or the
Federal Highway Administration to be pertinent to ascertain compliance with
such Regulations or directives. Where any information required of McClelland is
in the exclusive possession of another who fails or refuses to furnish this
information, McClelland shall so certify to the State Highway Department, or the
Federal Highway Administration as appropriate, and shall set forth what efforts it
has made to obtain the information.
FY042125 Attachment C 27
5. Sanctions for Noncompliance: In the event of McClelland's noncompliance with
the nondiscrimination provisions of this contract, the State Highway Department
shall impose such contract sanctions as it or the Federal Highway Administration
may determine to be appropriate, including, but no limited to:
a) withholding of payments to McClelland under the contract until the
contractor complies, and/or
b) cancellation, termination or suspension of the contract, in whole or in part.
6. Incorporation of Provisions: McClelland shall include the provisions of
paragraphs (1) through (6) in every subcontract, including procurements of
materials and leases of equipment, unless exempt by the Regulations, or
directives issued pursuant thereto. McClelland shall take such action with
respect to any subcontract or procurement as the State Highway Department or
the Federal Highway Administration may direct as a means of enforcing such
provisions including sanctions for non-compliance: Provided, however, that in
the event McClelland becomes involved in, or is threatened with, litigation with a
subcontractor or supplier as a result of such direction, McClelland may request
the State Highway Department to enter into such litigation to protect the interests
of the State, and, in addition, McClelland may request the United States to enter
into such litigation to protect the interest of the United States.
FY042125 Attachment C 28
V XION3ddV SZLZtOAJ
•
d z
,moo
co
CD
T T Z) e. d
N N N fO
g
•
o 8 m -u
0 a.
0
m
co
• CD
0 `OG c
.o
N c 23
0
d N 0
3 o
CD
N
ip
Upon authorization by The City of Fayetteville
0
w
a -o c
w m
c — �
0' 30'
0 5 F
c
0
w
c
0
N
w
O
T
- cm
T T T ()1
0 0 0
b C
f 0 N N
x0N= rn Dn
* 1 co 1
3 3 c grill
w m i a 3 3
m�az
St
o xl D Z a
N 3'a RI ".-k.
m ECOr0m
cn 00 ° 0
o
S Z. a5X
v T A 1 Z a
A
O A o z o
Oo 2
a ZNmm
1 Q 0
0 mm
z -4
CD i m
N
M 3
N c
3 0 co c c C Lm
m 03 m 0
> ▪ ^jO'co 0°3
08 NNOO...
P 10 cr O w A A
P. 0. 0
c
(D
CD
O.
z
z
D
N
•
•
•
APPENDIX B
BIDDING SERVICES SCHEDULE
WATER MAIN RELOCATION PROJECT
AHTD JOB NO. R40082
FAYETTEVILLE'S WATER MAINS IN FARMINGTON, ARKANSAS
This schedule will be developed, if required, as part of the Final Design Phase
Services, if they are so authorized.
FY042125 APPENDIX B
AGREEMENT
For
PROFESSIONAL ENGINEERING SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
MCCLELLAND CONSULTING ENGINEERS, INC.
FAYETTEVILLE, ARKANSAS
THIS AGREEMENT is made as of Pt tot 1 0 , 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 Highway 62 Water Main Relocation Project and in particular, relocation of water
mains in Farmington, Arkansas, beginning at the intersection of Highway 170 and 62, proceeding
westerly along Highway 62 to the western city limits, said work to correspond to the scope of highway
improvements being planned by the Arkansas Highway and Transportation Department, (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.
FY042125 Farmington Water Relocation Engineering Contract.docA — 1 052303
•
•
•
1.2 Assignments may include services described hereafter as Basic Services or as Additional
Services of McClelland.
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 Preliminary Design
Phase is included in Section 2.2 hereafter and in Appendix A attached hereto and made
part of this Agreement.
2.1.1.2 The Scope of Services to be furnished by McClelland during the Final Design Phase, if
any, will be finalized and contained in an amendment to this Agreement after Preliminary
Design is completed.
2.1.1.3 The Scope of Services to be furnished by McClelland during the Bidding Phase, if any,
will be finalized and contained in an amendment to this Agreement after Preliminary
Design is completed.
2.1.1.4 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 Preliminary
Design is completed.
2.1.1.5 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 Preliminary Design is completed.
Farmington Water Relocation Engineering Contract.docA — 2 052303
•
2.2 Preliminary Design Phase
2.2.1 The Preliminary Design Phase will consist of an engineering feasibility study on the water
line relocation strategy for the Project, the evaluation of alternatives, the development of a
comprehensive project cost estimate, the creation of a project schedule, the acquisition of
approvals from City of Fayetteville for the preliminary design, the completion of detailed
surveys for engineering design, the development of right-of-way procurement needs, and the
commencement of final design for the Project.
2.3 Final Design Phase
2.3.1 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.
2.3.1.1 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. Bid documents shall include required forms for the
Arkansas Highway and Transportation Department. 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.
2.3.1.2 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 preliminary 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
Farmington Water Relocation Engineering Contract.docA — 3 052303
1
•
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.
2.3.1.3 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.
2.3.1.4 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.
2.3.2 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 and permits shall be furnished to the Arkansas
Highway and Transportation Department, including the written approval from the Arkansas
Department of Health. Actual Filing and Permit Fees will be paid by the CITY OF
FAYETTEVILLE. Assist CITY OF FAYETTEVILLE in consultations with appropriate
authorities.
2 3 2 1 Arkansas Highway and Transportation Department (AHTD)
2.3.2.2 Arkansas Department of Health (AHD)
2.3.2.3 City of Farmington
2.3.3 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.
Farmington Water Relocation Engineering Contract.docA — 4 052303
•
2.3.4 Advise CITY OF FAYETTEVILLE of final Opinion of Probable Project Costs, including,
but not limited to, construction, inspection, testing and close out.
2.3.5 Furnish CITY OF FAYETTEVILLE with 5 copies of the final Bid Documents.
2.3.6 Determine land and easement requirements and provide consultation and assistance on
property procurement as related to professional engineering services being performed.
2.3.7 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.
2.3.8 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
2.4 Bidding Phase
2.4.1 McClelland will follow City of Fayetteville's bidding protocol for capital improvement
projects and be coordinated with the Arkansas Highway and Transportation Department.
2.4.2 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.
2.4.3 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
FAYE I I EVILLE prior to issuance.
2.4.4 Secure updated applicable wage rate decisions and incorporate into the Bid Documents.
Update wage rate decision by addendum if necessary.
Farmington Water Relocation Engineering Contract.docA — 5 052303
•
•
•
2.4.4.1 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.
2.4.5 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.
2.4.6 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.
2.4.7 Make recommendations regarding award of construction contracts.
2.4.8 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.
2.4.9 Develop and include in Appendix B of this Agreement, a bidding services 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 the bidding services. The bidding services
schedule shall consist of a bar chart schedule depicting the duration of the bidding period of
each sub -project and the discrete milestone activities which make up the sub -projects.
Separate line items and durations may be shown for costs that apply to the Project as a whole,
including, but not limited to, Project Management and Administration, and Insurance.
McClelland shall assign to each schedule activity of the bidding services schedule a
corresponding cost value which shall include a monthly allocation for labor, expenses,
overhead, and profit. The sum of all cost values assigned shall equal the Lump Sum Amount
shown in Section 6.1.2. of this Agreement.
2.4.10 See Attachment A for additional services or clarification of services to be provided by
McClelland.
Farmington Water Relocation Engineering Contract.docA — 6 052303
2.5 Construction Phase
2.5.1 The scope of Construction Phase Services, if any, will be negotiated following completion of
Design Phase Services.
2.6 Post -Construction Phase
2.6.1 The scope of Post -Construction Phase Services, if any, will be negotiated following
completion of Design Phase Services.
2.7 Resident Services During Construction
2.7.1 The scope of Resident Services During Construction, if any, will be negotiated following
completion of Design 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.
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 Pr4lect for CITY OF FAYETTEVILLE's use.
Farmington Water Relocation Engineering Contract.docA — 7 052303
•
•
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.
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.
Farmington Water Relocation Engineering Contract.docA — 8 052303
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.
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.
Farmington Water Relocation Engineering Contract.docA — 9 052303
•
•
4.9 Pay for placement of legal notices and advertisements in newspapers or other publications
required by program requirements of the Highway 62 Water Main Relocation 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
6.1.1 Preliminary Design Phase Services
For the Scope of Services during the Preliminary Design Phase described herein, CITY OF
FAYETTEVILLE authorizes sixty thousand dollars ($60,000.00) as compensation for the scope of work
set forth in Attachment A. Engineer will be compensated based upon cost reimbursement, plus profit, the
current 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 sixty thousand dollars ($60,000.00).
Farmington Water Relocation Engineering Contract.docA — 10 052303
•
•
6.1.1.1 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.
6.1.1.2 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.
6.1.2 Final Design 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 Preliminary Phase Services.
6.1.3 Bidding 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 Preliminary Phase Services.
6.1.4 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 Preliminary Phase Services.
Farmington Water Relocation Engineering Contract.docA — I I 052303
•
6.1.5 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 Preliminary Phase Services.
6.1.6 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 Preliminary Phase Services.
6.1.7 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
Farmington Water Relocation Engineering Contract.docA — 12 052303
•
•
law or otherwise expressly agreed to by the parties to this Agreement, final payment under this
Agreement or settlement upon termination 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 lnsurance $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
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
Farmington Water Relocation Engineering Contract.docA — 13 052303
•
•
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, performance, schedules, and related items will not vary from cost opinions and
projections prepared by McClelland.
Farmington Water Relocation Engineering Contract.docA — 14 052303
•
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.
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
Farmington Water Relocation Engineering Contract.docA — 15 052303
•
•
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.
Farmington Water Relocation Engineering Contract.docA — 16 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.
Farmington Water Relocation Engineering Contract.docA — 17 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.
7.1 I Indemnification
7.1 1.1 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 remain the property of
CITY OF FAYETTEVILLE. McClelland may retain reproduced copies of drawings and copies of other
documents.
Farmington Water Relocation Engineering Contract.docA — 18 052303
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
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.
Farmington Water Relocation Engineering Contract.docA — 19 052303
•
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 or the Arkansas Highway and Transportation Department's
(AHTD'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. Neither CITY OF FAYETTEVILLE's nor AHTD'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.
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.
Farmington Water Relocation Engineering Contract.docA — 20 052303
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 Arkansas Highway and Transportation Department, 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
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
Farmington Water Relocation Engineering Contract.docA — 21 052303
• •
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, 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
Farmington Water Relocation Engineering Contract.docA —22 052303
•
•
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
1 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;
(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
Farmington Water Relocation Engineering Contract.docA — 23 052303
I
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 a land Co g Engineers.
SIGNATURE: oy DATE: 5-iG
PRINTED NAME: John C. Ouinn, P.E. TITLE: President
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 O
G,•G\SY O?. -p% By:
:FAYETTEVILLE; '- AirES'
•
By:
McClelland 6_lsultin En 't rs 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
Farmington Water Relocation Engineering Contract.docA — 24
052303
•
of Fayetteville, Arkansas
udget Adjustment Form
Budget Year Department: Water & Wastewater Date Requested
2004 Division: Water & Sewer Maintenance 5/18/2004
Program: Capital Water Mains
Adjustment Number
Project or Item Requested: Project or Item Deleted:
$60,000 in the Highway 62 Waterline Relocation None.. To recognize $60,000 in additional Interest
Farmington capital project. revenue.
Justification of this Increase:
The funding is for the planning, field surveys, and right-of-
way services connected with water main relocation for
Highway 62 improvements in Farmington, Arkansas.
Justification of this Decrease:
Currently, projections of interest revenue are over what
was budgeted and will be in excess of the $60,000
requested.
LUcrCa5C DUUgCL jJCcreaJC RCVCUUC)
Account Name Account Number Amount Project Number
Water line improvements 5400 5600 5808 00 60,000 04034 1
Decrease Budget (Increase Revenue)
Account Name Account Number Amount
Interest -revenue
Approval Signatures
Requested
Budget Manager
IDepartment Director
I Mayor
5400 0940 6708 07
Date
Date
Date
Date
.1 11 P
Budget Office Use Only
Project Number
Type: A B C V E
Date of Approval
Initial Date
Posted to General Ledger
Initial Date
Posted to Project Accounting
Initial Date
Entered in Category Log'
Initial Date
NAME OF FILE: Resolution No. 77-04
w/agreement & budget adjustment
CROSS REFERENCE:
Item # Date Document
1
05/04/04
City Council Agenda Memo
2
05/04/04
City Council Agenda Memo
3
draft resolution
draft agreement
4
05/11/04
Staff Review Form
5
05/24/04
memo to Greg Boettcher
NOTES:
City Council feting of May 18, 2004 7-7�r
, e/t/kI 0* /dXt X
AGENDA MEMO cog /idwy 6i -
To: MAYOR AND CITY COUNCIL
From: Greg Boettcher A lug Thru: Hugh Earnest
Water/Wastewater Director Chief Administrative Officer
Date: May 4, 2004
Subject: Resolution approving contract with McClelland Consulting Engineers, Inc., for
planning, field surveys and right -of way services connected with water main
relocation for Highway 62 improvments in Farmington, Arkansas; including
corresponding budget adjustment.
Fayetteville City Administration recommends approval of a contract with McClelland
Consulting Engineers in the amount of $60,000.00, including approval of a budget
adjustment transferring funds from the water enterprise's other income.
BACKGROUND
The City of Fayetteville learned in late June of the Arkansas Highway and Transportation
Department's aggressive schedule for the improvement of Highway 62 in Farmington;
construction contracts being planned for December 2004. Highway improvments will
begin at the Highway 170 intersection and proceed west along Highway 62. Fayetteville
owns the water distribution network in Farmington and is responsible for the relocation of
water mains in conflict with the planned highway construction. A preliminary
assessment of water system impacts finds the construction to conflict a 12 -inch pipeline
that serves as a primary transmission line. Accordingly, to maintain satisfactory water
supply operations, the water main must be relocated as abandonment is not feasible.
DISCUSSION
This project is not in the 2004 work plan and cannot be managed by existing engineering
staff without compromising progress on other capital improvement projects. With the
short timeline for completion and the need to continue progress on programmed capital
projects, this relocation project must be outsourced to private consultants. An
engineering selection committee meeting was held on May 6, 2004 where McClelland
Consulting Engineers was selected as the engineering consultant for this project. A
contract has been proposed with McClelland Consulting Engineers for $60,000.00, on an
cost plus multiplier basis, to address the following immediate needs:
➢ preliminary engineering plan for the water line relocation work
> project cost estimate
> project right-of-way needs
> project schedule
> engineering surveys of proposed water line construction routes
> schematic engineering design
• City Council Meting of May 18, 2004
As the project scope and costs become defined, the proposed contract will need to be
modified to address the detailed engineering design (engineering drawings, contract
documents, specifications, bidding phase services, construction phase services, project
inspection services and as -built record drawings). These continuation services cannot
be defined at this early stage of the project, necessitating this later contract
amendement. The current scope of services will allow the design work to proceed
seamlessly from the preliminary design into the final design without administrative
delays.
BUDGET IMPACT
The $60,000.00 in initial engineering costs; as well as remining engineering and
construction costs were not anticipated at the time of the 2004 budget development.
These costs will require budget adjustments to fund the project needs. It is anticipated
that the other income line item of the water enterprise operations will exceed predictions
and enable funding of this project. Any shortfall of the other income to address the
project's financial needs will be taken from the water enterprise's fund balance. A budget
adjustment to cover the intial engineering costs is included with the contract approval
agenda item.
• City Counci11V1'eeting of May 18, 2004
CITY COUNCIL AGENDA MEMO
To: MAYOR AND CITYpCOQUNQ
From: Greg Boettcher 41� Thru: Hugh Earnest
Water/Wastewater Director Chief Administrative Officer
Date: May 4, 2004
Subject: Resolution approving contract with McClelland Consulting Engineers, Inc., for
planning, field surveys and right -of way services connected with water main
relocation for Highway 62 improvments in Farmington, Arkansas; including
corresponding budget adjustment.
Fayetteville City Administration recommends approval of a contract with McClelland
Consulting Engineers in the amount of $60,000.00, including approval of a budget
adjustment transferring funds from the water enterprise's other income.
BACKGROUND
The City of Fayetteville learned in later June of the Arkansas Highway and
Transportation Department's aggressive schedule for the improvement of Highway 62 in
Farmington; construction contracts being planned for December 2004. Highway
improvments will begin at the Highway 170 intersection and proceed west along
Highway 62. Fayetteville owns the water distribution network in Farmington and is
responsible for the relocation of water mains in conflict with the planned highway
construction. A preliminary assessment of water system impacts finds the construction
to impact a 12 -inch pipeline that serves as a primary transmission line. Accordingly, to
maintain satisfactory water supply operations, the water main must be relocated as
abandonment is not feasible.
This project is not in the 2004 work plan and cannot be managed by existing engineering
staff without compromising progress on other capital improvement projects. With the
short timeline for completion and the need to continue progress on programmed capial
projects, this relocation project must be outsourced to private consultants. An
engineering selection committee meeting was held on May 6, 2004 where McClelland
Consulting Engineers was selected as the engineering consultant for this project. A
contract has been proposed with McClelland Consulting Engineersfor $60,000.00, on an
hourly rate basis, to address the following immediate needs:
> preliminary engineering plan for the water line relocation work
> project cost estimate
> project right-of-way needs
> project schedule
> engineering surveys of proposed water line construction routes
> schematic engineering design
• City Council i eting of May 18, 2004
As the project scope and costs become defined, the proposed contract will need to be
modified to address the detailed engineering design (engineering drawings, contract
documents, specifications, bidding phase services, construction phase services, project
inspection services and as -built record drawings). These continuation services cannot
be defined at this early stage of the project, necessitating this later contract
amendement. The current scope.of services will allow the design work to proceed
seamlessly from the preliminary design into the final design without administrative
delays.
BUDGET IMPACT
The $60,000.00 in initial engineering costs; as well as remining engineering and
construction costs were not anticipated at the time of the 2004 budget development.
These costs will require budget adjustments to fund the project needs. It is anticipated
that the other income line item of the water enterprise operations will exceed predictions
and enable funding of this project. Any shortfall of the other income to address the
project's financial needs will be taken from the water enterprise's fund balance. A budget
adjustment to cover the intial engineering costs on an hourly rate basis is included with
the agenda item for contract approval.
RESOLUTION NO.
A RESOLUTION TO APPROVE AN AGREEMENT FOR
ENGINEERING SERVICES WITH MCCLELLAND
CONSULTING ENGINEERS, INC. IN THE AMOUNT OF
$60,000.00 FOR PLANNING, FIELD SURVEYS AND
RIGHT-OF-WAY SERVICES RELATED TO THE HIGHWAY
62 WATER MAIN RELOCATION IN FARMINGTON AND
TO APROVE A BUDGET ADJUSTMENT OF $60,000.00
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 as Agreement For Engineering Services with McClelland Consulting Engineers,
Inc. (attached as Exhibit "A") in the amount of $60,000.00 for planning, field surveys and
right-of-way services related to the Highway 62 water main relocation in Farmington and
approves a budget adjustment of $60,000.00 (attached as Exhibit "B") to pay for this
contract.
PASSED and APPROVED this the 18`s day of May, 2004.
ATTEST:
By:
SONDRA SMITH, City Clerk
APPROVED:
By: VgN
DAN COODY, Mayor
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 Highway 62 Water Main Relocation Project and in particular, relocation of water
mains in Farmington, Arkansas, beginning at the intersection of Highway 170 and 62, proceeding
westerly along Highway 62 to the western city limits, said work to correspond to the scope of highway
improvements being planned by the Arkansas Highway and Transportation Department, (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.
FY042125 Farmington Water Relocation Engineering Contract.docA - I
052303
1.2 Assignments may include services described hereafter as Basic Services or as Additional
Services of McClelland.
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 Preliminary Design
Phase is included in Section 2.2 hereafter and in Appendix A attached hereto and made
part of this Agreement.
2.1.1.2 The Scope of Services to be furnished by McClelland during the Final Design Phase, if
any, will be finalized and contained in an amendment to this Agreement after Preliminary
Design is completed.
2.1.1.3 The Scope of Services to be furnished by McClelland during the Bidding Phase, if any,
will be finalized and contained in an amendment to this Agreement after Preliminary
Design is completed.
2.1.1.4 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 Preliminary
Design is completed.
2.1.1.5 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 Preliminary Design is completed.
Farmington Water Relocation Engineering Contract.docA -.2 052303
2.2 Preliminary Design Phase
2.2.1 The Preliminary Design Phase will consist of an engineering feasibility study on the water
line relocation strategy for the Project, the evaluation of alternatives, the development of a
comprehensive project cost estimate, the creation of a project schedule, the acquisition of
approvals from City of Fayetteville for the preliminary design, the completion of detailed
surveys for engineering design, the development of right-of-way procurement needs, and the
commencement of final design for the Project.
2.3 Final Design Phase
2.3.1 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.
2.3.1.1 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. Bid documents shall include required forms for the
Arkansas Highway and Transportation Department. 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.
2.3.1.2 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 preliminary 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
Farmington Water Relocation Engineering Contract.docA — 3 052303
I
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.
2.3.1.3 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.
2.3.1.4 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.
2.3.2 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 and permits shall be furnished to the Arkansas
Highway and Transportation Department, including the written approval from the Arkansas
Department of Health. Actual Filing and Permit Fees will be paid by the CITY OF
FAYETTEVILLE. Assist CITY OF FAYETTEVILLE in consultations with appropriate
authorities.
2.3.2.1 Arkansas Highway and Transportation Department (AHTD)
2.3.2.2 Arkansas Department of Health (AHD)
2.3.2.3 City of Farmington
2.3.3 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.
Farmington Water Relocation Engineering Contract.docA —4 052303
2.3.4 Advise CITY OF FAYETTEVILLE of final Opinion of Probable Project Costs, including,
but not limited to, construction, inspection, testing and close out.
2.3.5 Furnish CITY OF FAYETTEVILLE with 5 copies of the final Bid Documents.
2.3.6 Determine land and easement requirements and provide consultation and assistance on
property procurement as related to professional engineering services being performed.
2.3.7 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.
2.3.8 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
2.4 Bidding Phase
2.4.1 McClelland will follow City of Fayetteville's bidding protocol for capital improvement
projects and be coordinated with the Arkansas Highway and Transportation Department.
2.4.2 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.
2.4.3 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.
2.4.4 Secure updated applicable wage rate decisions and incorporate into the Bid Documents.
Update wage rate decision by addendum if necessary.
Farmington Water Relocation Engineering Contract.docA — 5
052303
2.4.4.1 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.
2.4.5 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.
2.4.6 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.
2.4.7 Make recommendations regarding award of construction contracts.
2.4.8 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.
2.4.9 Develop and include in Appendix B of this Agreement, a bidding services 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 the bidding services. The bidding services
schedule shall consist of a bar chart schedule depicting the duration of the bidding period of
each sub -project and the discrete milestone activities which make up the sub -projects.
Separate line items and durations may be shown for costs that apply to the Project as a whole,
including, but not limited to, Project Management and Administration, and Insurance.
McClelland shall assign to each schedule activity of the bidding services schedule a
corresponding cost value which shall include a monthly allocation for labor, expenses,
overhead, and profit. The sum of all cost values assigned shall equal the Lump Sum Amount
shown in Section 6.1.2. of this Agreement.
2.4.10 See Attachment A for additional services or clarification of services to be provided by
McClelland.
Farmington Water Relocation Engineering Contract.docA — 6 052303
2.5 Construction Phase
2.5.1 The scope of Construction Phase Services, if any, will be negotiated following completion of
Design Phase Services.
2.6 Post -Construction Phase
2.6.1 The scope of Post -Construction Phase Services, if any, will be negotiated following
completion of Design Phase Services.
2.7 Resident Services During Construction
2.7.1 The scope of Resident Services During Construction, if any, will be negotiated following
completion of Design 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.
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.
Farmington Water Relocation Engineering Contract.docA —7
052303
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.
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.
Farmington Water Relocation Engineering Contract.docA — 8 052303
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.
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.
Farmington Water Relocation Engineering Contract.docA — 9 052303
4.9 Pay for placement of legal notices and advertisements in newspapers or other publications
required by program requirements of the Highway 62 Water Main Relocation 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
6.1.1 Preliminary Design Phase Services
For the Scope of Services during the Preliminary Design Phase described herein, CITY OF
FAYETTEVILLE authorizes sixty thousand dollars ($60,000.00) as compensation for the scope of work
set forth in Attachment A. Engineer will be compensated based upon cost reimbursement, plus profit, the
current 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 sixty thousand dollars ($60,000.00).
Farmington Water Relocation Engineering Contract.docA — 10 052303
6.1.1.1 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.
6.1.1.2 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.
6.1.2 Final Design 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 Preliminary Phase Services.
6.1.3 Bidding 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 Preliminary
Phase Services.
6.1.4 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 Preliminary Phase Services.
Farmington Water Relocation Engineering Contract.docA — II
052303
6.1.5 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 Preliminary Phase Services.
6.1.6 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 Preliminary Phase Services.
6.1.7 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
Farmington Water Relocation Engineering Contract.docA — 12 052303
law or otherwise expressly agreed to by the parties to this Agreement, final payment under this
Agreement or settlement upon termination 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
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
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
Farmington Water Relocation Engineering Contract.docA — 13
052303
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.
Professional Responsibility
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
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
CITY OF FAYETTEVILLE retains all remedies to recover for its damages
caused by any negligence of McClelland
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.
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, 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.
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
Farmington Water Relocation Engineering Contract.docA — 15
052303
I
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.
Farmington Water Relocation Engineering Contract.docA — 16
052303
Dispute Resolution
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.
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
Notice of Dispute
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;
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.
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.
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.
Farmington Water Relocation Engineering Contract.docA — 17
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
7.1 1.1 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 remain the property of
CITY OF FAYETTEVILLE. McClelland may retain reproduced copies of drawings and copies of other
documents.
Farmington Water Relocation Engineering Contract.docA - 18 052303
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
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.
Farmington Water Relocation Engineering Contract.docA — 19
052303
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 or the Arkansas Highway and Transportation Department's
(AHTD'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. Neither CITY OF FAYETTEVILLE's nor AHTD'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.
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.
Farmington Water Relocation Engineering Contract.docA — 20 052303
0
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 Arkansas Highway and Transportation Department, 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
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
Farmington Water Relocation Engineering Contract.docA —21 052303
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, 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
Farmington Water Relocation Engineering Contract.docA — 22 052303
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;
(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
Farmington Water Relocation Engineering Contract.docA — 23 052303
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 e Ian Co Engineers. Inc.
SIGNATURE: TDATE: 5 -IQ 4
PRINTED NAME: John C. Quinn. P.E. TITLE: President
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 6hsultin E rs Inc.
By:`/M1�W��
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
Farmington Water Relocation Engineering Contract.docA — 24 052303
Attachment A
Scope of Service for Preliminary Design Phase
Water Line Relocation Project -Farmington, Arkansas
Arkansas Highway and Transportation Department Highway 62 Improvements
Project Background
The City of Fayetteville owns the water distribution network serving the City of Farmington and is
responsible for its operation, maintenance and improvement. The Arkansas Highway and Transportation
Department programmed Highway 62 for widening, beginning at the intersection of Highway
170/Highway 62 (in Farmington) proceeding westerly along Highway 62 beyond the Farmington city
limits. The proposed AHTD project area contains water distribution mains owned by the City of
Fayetteville, such lines forming the backbone of the piping network servicing Farmington and areas west.
Due to the interconnections of other distribution lines and the critical nature of the current pipeline; a new
parallel line (out of the highway construction areas) must be planned. It has been recently learned from
the AHTD that the highway construction contract is to be awarded in January 2005, therefore,
Fayetteville must proceed immediately with the planning, design and construction of the water line
relocation project. Due to the unforseen project urgency, the short timeline for completion of this project
and the workload of the city's engineering department; the City of Fayetteville will contract the
engineering services to a private consultant. The immediate needs relate to completion of a preliminary
design for the project and the commencement of final design surveys.
Scope of Work for Preliminary Design Services
The preliminary design services shall define the scope, nature, extent, costs and schedule for the project;
therefore, this initial phase will be performed on an hourly rate basis. Due to the schedule challenges for
this project, the preliminary design includes allowances for the commencement of certain final design
elements; avoiding delays while negotiation of the final design phase services are being completed. The
activities being authorized under the contact amount include:
Preliminary Engineering Report -A written report will detail the project's need, scope and
outcomes. This report will include a description of existing facilities, evaluation of feasible
alternatives, economic justification of recommended improvements, project cost prediction,
project schedule, project right-of-way needs and summation of recommendations. The report
shall define the project in sound economic and engineering terms, citing the specific benefits that
will be realized.
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 and level surveys, utility, location verification, correlation of surveys
with planned Highway 62 improvements by the Arkansas Highway and Transportation
Department and schematic development of the construction drawings.
Project Right -of -Way Requirements -Upon approval of the preliminary engineer's report and
confirmation of new utility easement needs (permanent and temporary), the preliminary design
services will advise Fayetteville of needed procurements and assist in the creation of the
necessary documents to enable such procurements. This will be a priority activity as the
construction work cannot proceed until all rights -of -way are obtained.
Final Design Phase/Bidding Phase/Construction Phase/Inspection Services -Once the scope of
the project is defined, a detailed breakdown of additional engineering services needed to complete
the project shall be developed for review, approval and inclusion in a contract amendment.
Farmington Water Relocation Engineering Contract.docA — 25 052303
U
I
ATTACHMENT B
FEE PROPOSAL
PLANNING AND PRELIMINARY DESIGN SERVICES
AS DEFINED IN ATTACHMENT A FOR WATER SYSTEM
RELOCATIONS IN CONJUNCTION WITH ARKANSAS
HIGHWAY 62 WIDENING
AHTD JOB NO R40082
CITY OF FAYETTEVILLE WATER MAINS IN FARMINGTON, ARKANSAS
ACTUAL
LABOR CLASSIFICATION
TIME LABOR RATE
EXTENDED
Principal Engineer
26 hrs $41.11/hr
$1,068.86
Project Manager
200 hrs $35.34/hr
$7,068.00
Project Engineer
48 hrs $21.63/hr
$1,038.24
Senior Engineering Tech
32 hrs $20.70/hr
$662.40
Engineering Tech
60 hrs $14.25/hr
$855.00
Chief Draftsman
40 hrs $16.90/hr
$676.00
Junior Draftsman
160 hrs $12.25/hr
$1,960.00
Survey Supervisor
48 hrs $18.00/hr
$864.00
Survey Crew (2 man)
120 hrs $17.60/hr
$2,112.00
Computer Tech
60 hrs $17.45/hr
$1,047.00
Clerical Support
60 hrs $12.00/hr
720.00
Direct Labor
$18,071.50
Payroll Expenses (34.23%)
$6185.87
Subtotal, Direct Payroll
$24,257.37
Travel 375 miles @ $0.34/mi
$127.50
Reproduction
$600.00
Materials and Supplies
$194.88
Subtotal, Direct Cost
$25,179.75
Indirect Costs (112.79%)
$28,400.25
Subtotal, Direct and Indirect
$53,580.00
Profit
$6420.00
Total Planning and Preliminary
Design Cost
$60,000.00
Note: Actual labor rates for billing purposes will match the rates
paid to the employee performing the services and shall be
subject to annual labor rate increases.
FY042125 Attachment B 26
ATTACHMENT C
During the performance of this contract, McClelland Consulting Engineers, Inc., for
itself, its assignees and successors in interest hereinafter referred to as "McClelland"
agrees as follows:
Compliance with Regulations: McClelland shall comply with the Regulations
relative to nondiscrimination in Federally -assisted programs of the Department of
Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be
amended from time to time, (hereinafter referred to as the Regulations), which
are herein incorporated by reference and made a part of this contract.
2. Nondiscrimination: McClelland, with regard to the work performed by it during
the contract, shall not discriminate on the grounds of race, color, sex, national
origin, or handicap, in the selection and retention of subcontractors, including
procurements of materials and leases of equipment. McClelland shall not
participate either directly or indirectly in the discrimination prohibited by Section
21.5 of the Regulations, including employment practices when the contract
covers a program set forth in Appendix B of the Regulations.
3. Solicitations for Subcontracts, Including Procurements of Materials and
Equipment: In all solicitations either by competitive bidding or negotiation made
by McClelland for work to be performed under a subcontract, including
• procurements of materials or leases of equipment, each potential subcontractor
or supplier shall be notified by McClelland of McClelland's obligations under this
contract and the Regulations relative to nondiscrimination on the grounds of
race, color, sex, national original, or handicap.
4. Information and Reports: McClelland shall provide all information and reports
required by the Regulations, or directives issued pursuant thereto, and shall
permit access to its books, records, accounts, other sources of information, and
its facilities as may be determined by the State Highway Department or the
Federal Highway Administration to be pertinent to ascertain compliance with
such Regulations or directives. Where any information required of McClelland is
in the exclusive possession of another who fails or refuses to furnish this
information, McClelland shall so certify to the State Highway Department, or the
Federal Highway Administration as appropriate, and shall set forth what efforts it
has made to obtain the information.
FY042125 Attachment C. 27
5. Sanctions for Noncompliance: In the event of McClelland's noncompliance with
the nondiscrimination provisions of this contract, the State Highway Department
shall impose such contract sanctions as it or the Federal Highway Administration
may determine to be appropriate, including, but no limited to:
a) withholding of payments to McClelland under the contract until the
contractor complies, and/or
b) cancellation, termination or suspension of the contract, in whole or in part.
6. Incorporation of Provisions: McClelland shall include the provisions of
paragraphs (1) through (6) in every subcontract, including procurements of
materials and leases of equipment, unless exempt by the Regulations, or
directives issued pursuant thereto. McClelland shall take such action with
respect to any subcontract or procurement as the State Highway Department or
the Federal Highway Administration may direct as a means of enforcing such
provisions including sanctions for non-compliance: Provided, however, that in
the event McClelland becomes involved in, or is threatened with, litigation with a
subcontractor or supplier as a result of such direction, McClelland may request
the State Highway Department to enter into such litigation to protect the interests
of the State, and, in addition, McClelland may request the United States to enter
into such litigation to protect the interest of the United States.
FY042125 Attachment C 28
. o
!
D 15.
- ) %}\
_D 0 �IJ
/
o
C a)m/
W
} . k -
m
-. o 2022 I
O ))|l 2
§ } %E m t-0
�Sj 6i .1X
o _ $2 ■ mE
$ ( �«■
} M�z>
J \ 2wrOm
/ 3ZRm§
o
j
aao�»
IC o Z2Z9
CD CD
§0
Co ® zO
§E
\ >
a.
JE z
>
a)CD / Cl)
J§> 2
0
§E {G0
=0 O
°0 a
CD
CD \
Cu S.
APPENDIX B
BIDDING SERVICES SCHEDULE
WATER MAIN RELOCATION PROJECT
AHTD JOB NO. R40082
FAYETTEVILLE'S WATER MAINS IN FARMINGTON, ARKANSAS
This schedule will be developed, if required, as part of the Final Design Phase
Services, if they are so authorized.
FY042125 APPENDIX B
Q -
dCtd a
sTAI REVIEW FORM - FINANCIAL OBLIGAnuN
X AGENDA REQUEST Cti 0�4.�01�
X CONTRACT REVIEW
GRANT REVIEW ft q
For the Fayetteville City Council Meeting of: May 18, 2004 M & r
FROM:
Greg Boettcher
Name
Administration
Division
VhJ`„tUrJ `
Water and Wastewate .
Department �w� nt1�
ACTION REQUIRED: Resolution approving a contract with for planning, field surveys
and right-of-way services connected with water main relocation for Highway 62 improvments
in Farmington, Arkansas, including corresponding budget adjustment. Budget adjustment
transfers funds from other income category (interest on investements).
COST TO CITY:
$60,000.00
Cost of this request
5400-5600-5808-00
Account Number
Project Number
BUDGET. REVIEW:
Budget Mana
STAFF
Category/Project Budget
Funds Used to Date
$
Remaining Balance
Budgeted Item X
9 -
Date
Water Line Relocation
Program Category / Project Name
Water $ Sewer Improvements
Program / Project Category Name
Water/Sewer
Fund Name
Budget Adjustment Attached
uate Internal ditor.
Date Purchasing Manager
Division Head Date
.ent s - 9-o q
Depar nt Director Date
Jr(a� (A5 rz>FoaK)
Finance & Internal Services Dir. Date
0
D
5�I o
Date
Received in Mayor's Office
Cross Reference:
Previous Ord/Res#:
Orig. Contract Date:
Orig. Contract Number:
,550
Date
Date
s///o9
Date
New Item: Yes No
• Staff Review Form - Page 2 •
Description
Comments:
Budget Manager
Accounting Manager
City Attorney
IL -
N /fin hl tcQ. 4 /c. n�47 J
fa t,p'i Ck ,eat- 4— w��ne.+'
ag
i L 4 S
ADA Coordinator
Internal Auditor
Grants Coordinator
Meeting Date May 18, 2004
Reference Comments:
FAYETTE.ILLE �
THE CITY OF FAYETTEVILLE, ARKANSAS
City Clerk Division
113 West Mountain
Fayetteville, AR 72701
Telephone: (479) 575-8323
DEPARTMENTAL CORRESPONDENCE
To: Gregg Boettcher
Water/Wastewater Director
From: Clarice Buffalohead-Peannan CT"
City Clerk Division
Date: May 24, 2004
Re: Resolution No. 77-04
The City Council passed a resolution, May 18, 2004, approved an agreement with McClelland Engineers
the Highway 62 water main relocation. Attached is a copy of the resolution, two original signed contracts
and budget adjustment for this item.
The resolution with attachments will
be recorded
in the city clerk's office and microfilmed.
If anything else
is needed please let the clerk's office
know.
/cbp
attachments
cc: Nancy Smith, Internal Auditor
Barbara Fell, Budget & Research
City of Fayetteville
Staff Review Form
City Council Agenda Items
Contracts
Only Mayor's Approval Needed
City Council Meeting Date
r%!X/1 /lpyid [15
Sid Norbash, Staff
Engineer „✓
Engineering
Operations
Submitted
By
Division
Department
Action Required:
Dval of a Resolution authorizing amendment #3 to the existing contract withMcClelland Consulting
in the amount of $4,477.90 for Hwy 62 -Farmington -Waterline Replacement Project
*This cost charged to contractor
• $4,477.90
Cost of this request
5400-5600-5808-00
Account Number
04034-10
Project Number
Budgeted Item �X
Department Dir ctor
City Attorney
$700,577
Category/Project Budget
$341,539
Funds Used to Date
$359,038
Remaining Balance
Budget Adjustment Attached
Hwy 62 -Farmington Waterline
Replacement Project
Program Category / Project Name
Water System Improvements
Program / Project Category Name
Water & Sewer
Fund Name
Previous Ordinance or Resolution # 77-04
Date Original Contract Date: 2004
Original Contract Number: 956
/1/17/61
Tayvere;li
Date: November 7, 2006
To: Dan Coody, Mayor
Thru: Gary Dumas, Director of Operations
��,V�
Ron Petrie, City Engineer
From: Sid Norbash, Staff Engineer
Subject: Contract Amendment #3 with McClelland Consulting Engineers
Farmington Waterline Relocation Project
City of Fayetteville
Engineering Division
113 West Mountain
Fayetteville, AR 72701
ph: 479-575-8206
fax: 479-575-8202
RECOMMENDATION:
Staff recommends approval of the Amendment #3 in the amount of $4,477.90 to the
Engineering Contract with McClelland Consulting Engineers
BACKGROUND
This project involved relocating the existing waterline to accommodate the widening of
Highway 62 in Farmington.
DISCUSSION / STATUS
The construction of this project took longer than expected. The contractor had some
claims, and the City of Fayetteville assessed Liquidated Damages. For details please see
Budget Impact.
BUDGET IMPACT:
Total Liquidated Damages $500/day $62,500.00
Total negotiated claims by contractor $56.508.00
Balance as subtracted from contract $ 5,992.00
Eng. Over Time Subtracted from contractor's pay $ 692.25
Total subtracted pay from contractor $ 6,684.25
Contract Amendment #3 ($4,477.90) is being paid for by the assessed Liquidated
Damages and also subtracted Over Time fees from Contractor's payments.
SN/sn
Attachments: Amendment #3 & Final Construction Payments.
AMENDMENT NO. 3
TO
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
FAYETTEVILLE HIGHWAY 62 WATER MAIN RELOCATION
RELOCATION OF WATER MAINS IN FARMINGTON, ARKANSAS
CONSTRUCTION PHASE SERVICES
The Agreement for Professional Engineering Services executed on May 18, 2004
for Relocation of Water Mains in Farmington, Arkansas is hereby amended. This
Amendment entered into and executed on the date indicated beneath the signature blocks,
by and between the City of Fayetteville (hereinafter "City of Fayetteville") and
McClelland Consulting Engineers, Inc. (hereinafter "McClelland") changes the
authorized Scope of the Project, and the Fees and Payments due to the requested increase
in scope of services on the Farmington water main project.
The purpose of this Amendment No. 3 is to authorize payment to McClelland for
Construction Phase Services related to overtime inspection hours as well as inspection
services completed after the Construction Contractor's Contract completion date.
SECTION 6- PAYMENTS TO MCCLELLAND
Compensation for Construction, Post -Construction and Resident Services During
Construction shall be based upon cost reimbursement, plus profit, as established under
Subsection 6.1.1 for Preliminary Design Phase Services. This payment procedure is to be
acceptable to the Arkansas Highway and Transportation Department for reimbursement
iflFI1IIMi3
Construction Observer Over -Time: $ 692.25
(As deducted from the Contractor's payments)
Construction Observer and Construction:
Phase Services beyond the Contract Completion Date: $3,785.65
(As included in the Contractor's Liquidated Damages)
Total $4,477.90
FY042125 Amendment No. 3
1
The Total Contract Amount for Preliminary Design, Final Design, Bidding,
Construction, Post — Construction and Resident Services is one hundred forty six
thousand four hundred fourty four and 90/100 dollars ($146,444.90).
All other provisions and conditions of the original Agreement remain in full force
and effect.
IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT �."`iY TRys,,,
AMENDMENT to be duly executed as of the date and year first herein written. - •' G "1 O,c . G
U•
;FAYETTEVILLE;
FOR: TH CITY OF FAYETTEVILLE:=,9s'9RkFlNSPCJ�
By: 2 (i;t7o1; Attest:
Date: cj G.
FOR: McCLELLAND CONSULTING ENGINEERS, INC.:
By: Attest: mot/
Date:
FY042125 Amendment No. 3
2
N N N N N N! J J J -.J a J J J ~
NA W Nlow Oo V O) rr a WNlE ° 4 0)01 a W N! 19
! J N m DO !
J O D 2 O f/1 77 j 4) N •i N O oa !! N N N N p) W m O p) 0 J!!! D
N N a • , N •m m m C C J O N A) S a a a — N N N N
m oyim(D�SE3"' 3nE R ZaOOO '
s _ ; m o m m m (7 if Sf 9 Pr p 3) ss' �' ns s ' ' n ' 1ND
NaannZzz cm
$ �����vvvvv vv�vvvm-9 =`
m m - m m u
! J !EmCCCnn l7 (7 n () (") P G G < < tD
OO
000 •m me m 30) 30 m o yHyy n 009099 w
0 0 0 0 �$$$ng tub
E E 0c Am do lO 040§ m mmnnnn�
m O O 00) Om O 1 0 T p� 000coowI
00 J!!! p 88800 0000000J
J
m p O O J J iD A a X X W W W W 0000
g.
CD m �cx x n o$ 3.x 3m• -
:! ¢r.¢a o SQ Sn J o 2zh.c o emu, 1101 (?- ooc)o
N D J J O p E. D 3m
O Ul(nN)
0 m' '• G 3. 0 0 0 (7 m t0o 0 (m P p p m mN 4mi d 01 Ol N J
0 '' O(, -o3 n b• d
0 M m M g m m tl'i m m tli m m$ a $•i p a
ym� o C Z$ m N N N N N N N N
O O O p O O N N N N x (D O
C (J IJw 4) (n8S OOOOOOOOOS$ O S
T m m m m m m< 3-cSL �!n
1 1 1 3 o L -. '^ N CAT� m S�� S S
m VI V m 1 1 1 l 1 1 1 1
D
S ^ p W=
Zm m m m o;GSo. o
n S i c c 3 3 x c rl y o m S o n �, m m m
� S3� 5'3S�.
Cr �wowONm
3
$ •m
m �x
m (I�mm mmmmmmmmmmmm�Tl o. n � mmmmm m r r
D m D D D D pTT D m mmmmm m �T TT T T T•ri1 TTT TTT T�T-n co
yC��o644444N 0
^pn1 A(Nn NNNNNN qp a 0w
o N 0 0 .fnn N O N N N O O N N O 1p N N Q1
�n J J J A A A A •Ow1 N (Wl1 U1 N
S O o SS SS SOS O S SOO S S985555OaNNN OOO AO N6 cco
+!! J! !!!! A A A A N N N N
! A J------
-S_a_s_S-aw n V W V 1D O m (,+,� 0000 O S �pnp 8 m p N� O NE pN� p N� V V V V+ Q
W N fn Cn OI co OD co Of A A A A 01 to fn N 7
rn
NN N N N N N N N (� N + N N+N
! + Nye N J NNNNNNNN4)NN+N+NW A N mN+O) + N! V y! V N V W A m+N toVAA -V V ��nn IV N V + N A p+pafD+ppp�oW �Nnay+_Qw-+[nV mo.
oO .ON1 V 0 0 cNl1 0 0 0 N 0) A 0 4D V N �Vl Of AWAWn<n a
888 S 8 88888ro--
aaaa
A A Am m m � J! •� ,,,• N N N N N N W W W W �Nn � Nn �Nn � Nn r O O OO 0 0 N O V1 W m O/ O/ N V tr N (n N N A A A A N N N U r V JrmM0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00000 0 0 O O O O O O O O o o o o o O O G o G) o O o o o o o 0 fn
Abib
A A A N N N Nf0( N�NOOW 0 0 N O ut T 00 co O) N r W W W W W WV V J0 60 0 0 O G •0 0 0 0 0 0 O N N fn N b 0 (n fn fn (n O O O C O S
44-544 a N N N g N N N N N p N N N! N �+N pm
N U + W NOIO CND O)r NN ONN W qq NN[na+ONNNy CCpp �j ppl W W N V W A t0 O N VpO C� N o! 0 N O S m O) W 01 -+ N W N W N N tWD •W, m O 0 .coo N N N ma
� n00 N O N W OO O O _A W p�
8 8 O 8 8 S 8 8 8 5 8 8 0 008888 A N N O O W O 0 O O N N r W O
CI)
n
v
3
a
Q�
dC
N
N
W
d
r
0
0
°
�
11
m
aopY
-Dc
3
%
C
-co
3
C
aa0•
tQ
pS0
v0
m
O
N
r
01
V
0 .
V
Occ
N O O
4,-
0
W
N
y
no
to
N
0
g0
Of
W
01
01
to
01
U 1°
N
1
f 7
W
(n
N+
01
01
A
AAA
A
A
AAA
W
W
W
W
W
(4D.11
W
W
W
W
N
N
N
N'et
O
OJ
OD
V
y
0
tO
OD
V
W
01
W
N
W
O0J
OD
V
01
(!�A
W
N+
0
0
W
V
O1
0
0
0
p
nO
-4oC
>m>oo
nClyyyNN++++NNN
W
aD
W
OD
q
m
N
»
m
p
C
0
O
a
O
J
m
O
m
C
^•
C
�+
c�
C
^•
0
0
0
N
N
0
0
O
J
0 J
O
O
O
i�1
�dooc
d
°
J'J•
an
d
Jdmmm
O.
J
J
as
35JJJJ�00
0
O
Si
CL
w
J
o.
J
J
����>•>•
N
J
J
10
33
3
es
N
no
o.
nn
o
0
0
0y
m
d
2
y
o
J
0
�Jm
0
OD
O<
Y
d
0
Q
_c
fAy—c
m
m
d
m
mm
a
m
0
3
a.a-
_
CCC
d
G0
=—c
a
C
>'
�'
y+
.O
O
C
C
2
a
(7
00D5
J
J
m
O
m
o
O
n
3
V
,
m
m
F
Y
•�
O
C
J
m
J
OJ
y
.�
W
.�
n
n
0
J
J
J
1
1
Ow
o
f
o<i
o
�Dc�
Arc
a.¢¢er.J
24
c
m
e
c
y
m
G7
c
y
W
c
y
wJ
mm
m
{p
W
m
o
Y
y
n
y
n
y
n
0
s
a
P
J
J
O
a
0+
•
m
�
�.
.°.
a
s
M300
0
N—
h
J
d
d
a
A
3'
O
C
00
0°=
T1
m3
d3
a
S
S
S0
O
N
Of
°,
N
OI
d<
d<
Z
-.
y
a
DI
a
d
Z
O
I
j
p
m
00
O
_
J
sII
VmO
2(0
J
O
w
m
rrm
y
y
Cdr
mmj�I1l1OOryyyyr"mmmmmmmmmmrrrrrrrrrrrrm�1m�1
Tm�1m�1
g
(y
DD
<��
(y
D
D
DD
DPI
T
T
�I
TT
TT
�I
T
TIDDDDD
y
NT
w
yN�
A
N
H
NN
fO
O N�
q444
A
�y
N
N
N
H
N
in
q
_64()414444
A
w
yV
0
ONE
p
ro
o
w
O
O
Oo
O
O
O
0
N.
OVD
N
V
O
0
O
O
O
O
0
0
OND
OAD
(OT
O
S
O
O
.OND
S
S
S
S
S
S
O
S
O
S
S
S
0
S
S
•O
S
S
S
S
O
O
S
S
O
O
O
O
O
S
S
S
0
S
S
000
i
W
m
N
N
H
N
H
N
H
H
N
N
H
N
H
N
4,44
N
N
t0
N
+01N�
N
N
N
N
N
W
N
V I
N
N
444.4
tT
N
N
N
H+
N
do
+
N
N
N
W+
N.
ANNO8D
41
IT
W
V
wm
-
OOD�N+N.A
0
p++tyyD
pAp�8+W+N.pWp'H
O
Mc0wppV
A
pdi
_
0
O"�
m
O
OD
O
S
S
0
0
O
O
O
O
O
O
O
O
0
S
N
O
O
OD
0
0
0
0
0
0
a
O
O
S
S
S
O
S
S
O
O
S
S
S
S
S
S
S
S
S
S
S
S
S
S
S
S
S
S
S
S
S
S
S
O
S
S
S
s
m
+
V
p''0
a
N
O
+
Q1
0
0
0
0
0++
O
N
O+
O
N
+D
O1
N
OD
A
A
O
O
0
W
DVD
O
O
W
O
O
V+
O
N
W
m-.
o
+
++
S
�1
O
W+
0
0
0
O
O
OI
0
0
0
N
0
0
0
0
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
-I
O
+
V
01
° O
a
++
0
0
+
O
A
N
O+
+
-•
V
O
O
0
0
0
0
0
0
0
0
O)
Vt
0
0
0
N
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
414,
N
N
NH
444,
4,44444,44
H
NN
+
O m
030144
4444
W+++
+
N
N
N
f0+0i
W
41
N
A
N
NN
(0th
+
0
DD+N
A
W
+N
N
41+01
A
A
N
A
OD
NN
+
CD
p
yV
W
+_
W
N
m
m
OD
p+p
OD
OD
m
W
(T
41
A[
W
N
d
O D
0
0
0
0
0
0
O
N
0
V
0
0
0
0
0
0
0
0
0
O
O
0
0
0
0
S O.
•O
.(N/ 1
0
Op
0
0
1
x
88888888
mym
O
S
O
N
O
A
o
p
88
0
0
0
0
0
0
,[W/
0
0
0
0
0
0
5
S
O
O
0
11.27.06 Clarice Pearman - McClelland Engineers ___ Page 1
From: dance Pearman
To: Norbash, Sid
Date: 11.27.06 3:40 PM
Subject: McClelland Engineers
Attachments: 11.20.06 McClelland Eng Amd 3.pdf
Sid:
Attached is a copy of the above contract review item. I am returning to you via interoffice mail two of three original
amendments. If anything else is needed please let me know. Thanks.
Clarice