Loading...
HomeMy WebLinkAbout194-06 RESOLUTION• RESOLUTION NO. 194-06 A RESOLUTION AWARDING AN ENGINEERING CONTRACT TO CEI ENGINEERING ASSOCIATES, INC. IN AN AMOUNT NOT TO EXCEED $88,380.00 FOR SURVEY, DESIGN AND BIDDING SERVICES ASSOCIATED WITH •THE GREGG AVENUE IMPROVEMENTS PROJECT. 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 awards a engineering contract to CEI Engineering Associates, Inc. in an amount not to exceed $88,380.00 for survey, design and bidding services associated with the Gregg Avenue Improvements Project. PASSED and APPROVED this 2151 day of November, 2006. APPROVED: By: ATTEST: By DAN COODY, Mayo / SONDRA SMITH, City Clerk le Igffl, 4%. e Gni p c•'.. p ;FAY ETTEVILLE' %9s , 9./011\is Jam',; n AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And CEI ENGINEERING ASSOCIATES, INC. THIS AGREEMENT is made as of Aga" Jl 2006 by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYE 1 IEVILLE) and CEI Engineering Associates, Inc. with offices located in Bentonville, AR (hereinafter called CEI). CITY OF FAYETTEVILLE requires professional engineering services in connection with the planning, design, permitting and construction, of Gregg Avenue Improvements (The "Project"). Therefore, CITY OF FAYETTEVILLE and CEI in consideration of their mutual covenants agree as follows: CEI 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 ENGINEERING 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 CEI 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 • FAYE11EVILLE. 1.2 Assignments may include services described hereafter as Basic Services or as Additional Services. 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 m scope, costs, fees, or delivery schedule. Professional Services — Designer Gregg Avenue Improvements A —1 022403 SECTION 2 - BASIC SERVICES OFCEI 2.1 General 2.1.1 Perform professional design services in connection with the Project as hereinafter stated, which shall include normal civil, structural, and surveying services. 2.1.1.1 The Scope of Services to be furnished by CEI during the 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 CEI during the Bidding Phase is included in Section 2 3 hereafter and in Appendix A attached hereto and made part of this Agreement. 2.1.1.3 The Scope of Services to be furnished by CEI during the Construction Phase, if any, will be finalized and contained in an amendment to this Agreement after Final Design is completed. 2.2 Design Phase Services 2.2.1 CEI will provide design services, as described in Appendix A, required to prepare 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 FAYE 1 I EVILLE, its legal counsel, and other advisors as appropriate, and assist CITY OF FAYETTEVILLE in the preparation of other related documents. 2.2.1.1 Text documents shall be provided to CITY OF FAYEI PEVILLE in Microsoft® Word version 2000 or later software. Contract drawings shall be prepared using standard borders, sheet sizes, title blocks and CADD standards provided by CITY OF FAYETTEVILLE. CEI may use their normal software for the preparation of drawings but the fmal product shall be provided to CITY OF FAYETTEVILLE in Autodesk AutoCAD version 2004 or later. Professional Services — Designer Gregg Avenue Improvements A — 2 022403 2.2.1.2 Develop and include in Appeiidix B of this Agreement, a project design schedule in which CEI shall include, in an acceptable level of detail, the steps and milestone dates to be undertaken by CEI in the completion of this final design, including a schedule for design reviews. 2.2.1.2.1 The progress design schedule shall consist of summary schedule listing major tasks with durations, and a bar chart schedule depicting the duration of each sub -project and the discrete milestone activities which make up the sub -projects, but at a minimum shall include contract drawings, contract specifications, and design reviews as indicated in Section 2.2.10. 2 2 1 3 When requested by the CITY OF FAYE 11 EVILLE, prepare for and attend up to two Street Conunittee meetings and 1 City Council meeting to provide support for the project. 2.2.1.4 If the plans and specifications for the project require bids on altemates 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. 2.2.2 Prepare technical criteria, written descriptions, design data, and applications necessary for filing applications for permits from or approvals of the following governmental authorities having jurisdiction to review or approve the final design of the Project and assist in securing approvals. Actual Filing and Permit Fees will be paid by the CITY OF FAYETTEVILLE. Assist CITY OF FAYETTEVILLE in consultations with appropriate authorities. 2.2.3 Advise CITY OF FAYE I lbVILLE of final Opinion of Probable Project Costs, including, but not limited to, construction and inspection. 2.2.4 Determine land and easement requirements, provide legal descriptions for each easement to be acquired, and provide consultation and assistance on property procurement as related to professional engineering services being performed. 2.2.5 Provide through subcontract services or data such as geotechnical investigations, core borings, probings and subsurface explorations, hydrographic surveys, laboratory tests, and inspections of samples, materials, and equipment as necessary for authorized Project services including appropriate professional interpretations of all the foregoing; property, boundary, easement, right-of-way, topographic, and utility surveys; noting zoning and deed restrictions. Professional Services — Designer Gregg Avenue Improvements A — 3 022403 2.2.5.1 Fully disclose all subconttact agreements including the name and address of the subconsultant, the scope of services to be provided and the value of the subcontract agreement. 2.2.5.2 Incorporate into all subcontract agreements for planning and design engineering services the applicable milestone dates from the Submittal Schedule and the CITY OF FAYETTEVILLE and require all CEI sub consultants to be bound by the Submittal Schedule. 2.2.6 Design shall be reviewed by CITY OF FAYETTEVILLE, or such parties as CITY OF FAYEI I EVILLE shall designate, at completion of preliminary (30% complete) and final (90% complete) plans. Interim reviews may be performed at the request of CEI or the CITY OF FAYETTEVILLE in order to facilitate completion of the project. 2.3 Bidding Phase 2.3.1 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 shall be placed by the CITY OF FAYETTEVILLE purchasing agent. 2.3.2 Prepare addenda for drawings and Bid Documents as required and issue to contractors in a timely manner in accordance with Construction Contract General Conditions. 2.3.3 Secure updated state and federal wage rate decisions and incorporate into the Bid Documents. Update wage rate decision by addendum if necessary. 2.3.4 Assist CITY OF FAYEI IhVILLE 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 3 5 Assist CITY OF FAYETTEVILLE in obtaining and evaluating bids and preparing construction contracts. CEI shall prepare and submit bid certification documents to The City of Fayetteville. Professional Services — Designer Gregg Avenue Improvements A — 4 022403 A 2.3.6 Consult with and advise CITY OF FAYETTEVILLE ag hi 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. 2.3.7 Make recommendations regarding award of construction contracts. 2.3.8 Attend 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 Construction Phase 2.4.1 The scope of Construction Phase Services, if any, will be negotiated following completion of Design Phase Services. SECTION 3 - ADDITIONAL SERVICES OF CEI 3.1 General If authorized in writing by the CITY OF FAYETTEVILLE Mayor and the City Council and agreed to in writing by CEI, CEI 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 Administrative Assistance Provide Contract and Project administration to the degree authorized by CITY OF FAYETTEVILLE. 3.1.2 Preparing to serve or serving as a witness for CITY OF FAYE I I EVILLE in any litigation or other proceeding involving the Project. 3.1.3 Extra Services 3.1.3.1 Services not specifically defined heretofore that may be authorized by CITY OF FAYETTEVILLE. Professional Services — Designer Gregg Avenue Improvements • A — 5 022403 3.2 Contingent Additional Service`s 3.2.1 If services described under Contingent Additional Services in Paragraph 3.2 are required due to circumstances beyond CEIs control, CEI 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 FAYE 11 EVILLE deems that such services described in 3.2 are not required, CITY OF FAYETTEVILLE shall give prompt written notice to CEI. If CITY OF FAYETTEVILLE indicates in writing that all or parts of such Contingent Additional Services are not required, CEI 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. SECTION 4 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of CEI: 4.1 Provide full information as to CITY OF FAYETTEVJLLE's requirements for the Project. 4.2 Assist CEI by placing at CEI'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 CEI to enter upon public and private property as required for CEI 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 CEI 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. Professional Services — Designer Gregg Avenue Improvements A — 6 022403 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 FAYE 11 EVILLE'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 CEI whenever CITY OF FAYE 11 EVILLE 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. 4.9 Pay for placement of legal notices and advertisements in newspapers or other publications required by program requirements. 4.10 Fumish, or direct CEI 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 CEI'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 CEI 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. CEI 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. Professional Services — Designer Gregg Avenue Improvements A — 7 022403 SECTION 6 - PAYMENTS TO CEI 6.1 Compensation For the Scope of Services during described herein, CITY OF FAYE11EVILLE shall pay CEI an amount not to Exceed the sum amount of _Eighty-eight thousand -three hundred and eighty United States Dollars (US $ 88,380.00) in accordance with the provisions described in the following paragraphs. 6.1.1 Design Surveys and Preliminary and Final Design Services For design surveys and preliminary and final design services to be performed by CEI, CITY OF FAYETTEVILLE shall pay CEI for time spent on the project at the rates shown in attached Appendix C for each classification of CEI personnel, and for reimbursable expenses. Payment shall not to exceed the sum amount of seventy thousand two hundred and forty United States Dollars (US $70,240.00) for these phases of work. 6.1.2 Traffic Studies, Traffic Signal Design, and Geotechnical Services For traffic studies, traffic signal design, and geotechnical services to be performed by subconsultants, CITY OF FAYETTEVILLE shall pay CEI the actual cost of the subconsultant services, not to exceed the sum amount of twelve thousand four hundred United States Dollars (US $12,400.00) as detailed in the subconsultant contracts included as Exhibit's C and D. 6.1.2.1 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE for Design services consistent with CEI's normal billing schedule attached and made a part of this contract. 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 CEI 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. Professional Services — Designer Gregg Avenue Improvements A — 8 022403 6.1.3 Bidding Phase Services For the Scope of Services during the Bidding Phase described herein, CITY OF FAYEI 1'EVILLE shall pay CEI the sum of five thousand seven hundred and forty United States Dollars (US$5,740.00). 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 Design Phase Services. 6.1.5 Additional Services ii 11 For authorized Additional engineering services under Section 3, "Additional Services", compensation to CEI 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 in electronic format simultaneously to CITY OF FAYE11EVILLE, followed by signed original document to CITY OF FAYETTEVILLE. Statements will be based on CEI's estimated percent of services completed at the end of the preceding month, and justified by the updated progress schedule. Program Manager shall review the statement and forward them to CITY OF FAYEI IEVILLE with his recommendations. 6.3 Payments All statements are payable upon receipt and due within thirty (30) days. If a portion of CEI'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 CEI 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 fmal payment under this Agreement, or as a termination settlement under this Agreement, CEI shall execute and deliver to CITY OF FAYETTEVILLE a release of all claims against CITY OF FAYE 1 I'EVILLE arising under or by virtue of this Agreement, except claims which are specifically exempted by CEI to be Professional Services — Designer Gregg Avenue Improvements A — 9 022403 set forth therein. Unless otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the parties to this Agreement, fmal payment under this Agreement or settlement upon termination of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims against CEI or his sureties under this Agreement or applicable performance and payment bonds, if any. 6.5 Fee Changes Subject to the City Council approval, adjustment of the Not to exceed amount may be made should CEI 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. SECTION 7 - GENERAL CONSIDERATIONS 7.1 Insurance 7.1.1 During the course of performance of these services, CEI will maintain (in United States Dollars) the following minimum insurance coverage's: Type of Coverage Limits of Liability Workers' Compensation Statutory Employers' Liability $500,000 Each Accident Commercial General Liability Bodily Injury and Property Damage Automobile Liability: Bodily Injury and Property Damage $1,000,000 Combined Single Limit $1,000,000 Combined Single Limit Professional Liability Insurance $1,000,000 Each Claim CEI 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. Professional Services — Designer Gregg Avenue Improvements A — 10 022403 I J 7.1.2 Construction Contractors shall be required to provide (di• CTTY OF FAYE11'EVILLE may provide) Owner's Protective Liability Insurance naming CITY OF FAYETTEVILLE as a Named Insured to endorse CITY OF FAYE 11 EVILLE. Construction Contractors shall be required to provide certificates evidencing such insurance to CITY OF FAYE II'EVILLE and CEI. Ij 7.1.3 CITY OF FAYE 1 IEVILLE and CEI waive all rights against each other and their officers, directors, agents, or employees for damage covered by property insurance during and after the completion of CEI's services. A provision similar to this shall be incorporated into all Construction Contracts entered into by CITY OF FAYE 11 EVILLE, and all construction Contractors shall be required to provide waivers of subrogation in favor of CITY OF FAYE' I EVILLE and CEI for damage or liability covered by any construction Contractor's policy of insurance. 7.2 Professional Responsibility 7.2.1 CEI will exercise reasonable skill, care, and diligence in the performance of CEI's services and will carry out its responsibilities in accordance with customarily accepted professional engineering practices. CEI agrees not to seek or accept any compensation or reimbursements from the City of Fayetteville for engineering work it performs to correct any errors, omissions or other deficiencies caused by CEI 's failure to meet customarily accepted professional engineering practices. CITY OF FAYETTEVILLE retains all other remedies to recover for its damages caused by any negligence of CEI. 7.2.2 In addition CEI 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 CEI'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 CEI relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, and operating results are based on CEI's experience, qualifications, and judgment as a design professional. Since CEI 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, Professional Services — Designer Gregg Avenue Improvements A — 11 022403 economic conditions, competitive bidding Sr market conditions, and other factors affecting such cost opinions or projections, CEI does not guarantee that actual rates, costs, performance, schedules, and related items will not vary from cost opinions and projections prepared by CEI. 7.4 Changes CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of CEI'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 or any Vice President of CEI. 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 CEI 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, Professional Services — Designer Gregg Avenue Improvements A — 12 022403 7.5.3.2 Any payment due to CEI at the time of termination Sy be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of CEI's default. 7.5.4 If termination for default is effected by CEI, or if termination for convenience is effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to CEI for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by CEI 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, CEI 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 CEI 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 FAYE 11 hVILLE 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 CEI to fulfill contractual obligations, it is determined that CEI 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 CEI are suspended or delayed by CITY OF FAYETTEVILLE or by other events beyond CEI's reasonable control, CEI shall be entitled to additional compensation and timefor reasonable costs incurred by CEI in temporarily closing down or delaying the Project. 7.7 Rights and Benefits CEI's services will be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. Professional Services — Designer Gregg Avenue Improvements A —13 022403 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 FAYEI IEVILLE and CEI 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 CEI 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 FAYE 1 £EVILLE shall give CEI 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 CEI 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 CEI 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 CEI for services rendered CEI. Professional Services — Designer Gregg Avenue Improvements A — 14 022403 7.10 Publications Recognizing the importance of professional development on the part of CEI's employees and the importance of CEI's public relations CEI may prepare publications, such as technical papers, articles for periodicals, and press releases, pertaining to CEI's services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYEI I'EVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to CEI. CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVII LE will not unreasonably withhold approval. The cost of CEI's activities pertaining to any such publication shall be for CEI's account. 7.11 Indemnification 7.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and CEI 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 CEI may use or modify CEI's proprietary computer models in service of CITY OF FAYE 1 1l:VILLE under this Agreement, or CEI may develop computer models during CEI's service to CITY OF FAYE 1"1 EVILLE under this Agreement. Such use, modification, or development by CEI does not constitute a license to CITY OF FAYETTEVILLE to use or modify CEI's computer models. Said proprietary computer models shall remain the sole property of the CEI. CITY OF FAYE 1 1 EVILLE and CEI will enter into a separate license agreement if CITY OF FAYETTEVILLE wishes to use CEI'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. CEI may retain reproduced copies of drawings and copies of other documents. Professional Services — Designer Gregg Avenue Improvements A —15 022403 Engineering documents, drawings, and specifications prepared by CEI as part of the Services shall become the property of CITY OF FAYE 1 TEVILLE when CEI has been compensated for all Services rendered, provided, however, that CEI shall have the unrestricted right to their use. CEI 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 CEI. Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. CEI 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 Attn: Ron Petrie 113 W. Mountain Fayetteville, AR 72701 CEI's address: CEI Engineering Attn: Gregory Perry 3317 SW `T" Street Bentonville ,AR 72712 7.15 Successor and Assigns CITY OF FAYETTEVILLE and CEI 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 FAYE 11 EVILLE nor CEI shall assign, sublet, or transfer his interest in the Agreement without the written consent of the other. Professional Services — Designer Gregg Avenue Improvements A — 16 022403 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 CEI 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 FAYEI1'bVILLE issues to CEI a purchase order, no preprinted terms thereon shall become a part of this Agreement. Said purchase order document, whether or not signed by CEI, 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 CEI: 8.1.1 N/A 8.1.2 CEI shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by CEI'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 CEI's obligations under this clause are in addition to CEI's other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYE 1 1'LVILLE may have against CEI for faulty materials, equipment, or work. 8.2 Remedies Except as may be otherwise provided in this Agreement, all claims, counter -claims, disputes and other matters in question between CITY OF FAYETTEVILLE and CEI arising out of or relating to this Agreement or the breach thereof will be decided in a court of competent jurisdiction within Arkansas. Professional Services — Designer Gregg Avenue Improvements A —17 022403 8.3 Audit: Access to Records 8.3.1 CEI 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. CEI shall also maintain the financial information and data used by CEI in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. The United States Environmental Protection Agency, the Comptroller General of the United States, 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. CEI 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, and fixed price agreement: 8.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised, competitively awarded, fixed price agreement. However, this right of access does not apply to a prime agreement, lower tier subagreement or purchase order awarded after effective price competition, except: 8.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding any financial records of CEI; 8.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved; Professional Services — Designer , Gregg Avenue Improvements A —18 022403 it li El 8.3:3.3.3 If the subagreement is terminated for default or for convenience. 8.4 Covenant Against Contingent Fees CEI 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 CEI 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 FAYE 11 EVILLE finds after a notice and hearing that CEI or any of CEP 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, the State or EPA 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 CEI 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 fording 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 CEI as it could pursue in the event of a breach of the Agreement by CEI. As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYE 11 FVILLE may pursue exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which shall be not less than three nor more than ten times the costs CEI 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 Professional Services — Designer Gregg Avenue Improvements A — 19 022403 pl Information Act (FOIA). If a Freedom of Information Act request is presented to the CITY OF FAYETTEVILLE, CEI 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 false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. 1 further certify that 1 will obtain a similar certification for each subcontract awarded in excess of $25,000. DEBARMENT CERTIFICATION AUTHORIZED REPRESENTATIVE COMPANY NAME: CEI EngMn 'h9 Assoc/liars .TNc. SIGNATURE:1, / y `94-447 DATE: 11/7/n PRINTED NAME: Brent. L.. Massey TITLE: D%VISIbrt Leader Professional Services — Designer Gregg Avenue Improvements A — 20 022403 IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and &E.1 by its authorized officer have made and executed this Agreement as of the day and year first above written. CITY OF FAY EVILL • RKA SAS By: Mayor ATTEST: By: City Clerk CEI Enjineeiinj,aAssccfes, Inc. By: 61/144417/114447 Title: Pivisini 4eatler 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 Professional Services — Designer Gregg Avenue Improvements A — 21 022403 EXHIBIT A SCOPE OF SERVICES PROFESSIONAL SERVICES AGREEMENT CITY OF FAYETTEVILLE, ARKANSAS STREET IMPROVEMENT BOND PROGRAM GREGG AVENUE IMPROVEMENTS 1) Scope of Project a) This project involves the construction of raised medians at various locations along Gregg Street between Prospect Ave and North St. It also includes the addition of a turn lane for the traffic movement of southbound Gregg St to westbound North St. The traffic signals at the intersection of Gregg St and North St will require adjustment with the addition of the turn lane. The approximate length of the project is 2,200 linear feet. b) The project does not include any adjustment to the intersection of Gregg St and North St, with the exception of the abovementioned turn lane. c) Other improvements along the project include the addition of "speed tables" and "raised crosswalks". These items will be designed per the City of Fayetteville standard details. d) The current project will not include any drainage reports, analysis or design to the existing system If drainage items are required, at a later time, then they will be added by extra work authorization. e) Along the existing sanitary sewer and water Iirie, there is pavement settlement. Patch repair will be noted at locations as collected and shown on the survey. f) All work between North St and Prospect Ave will occur within existing ROW boundaries. Utility relocations (if required) may require utility easements. g) ROW acquisition may be required for the tum lane. h) Traffic data collection and analysis will be required to determine the length of the proposed turn lane. i) Installation of traffic markings will be required, within the construction limits. Attachment B — Scope of Services 1 of 6 Gregg Avenue Improvements 2) Design Phase Services The Scope of Services of the ENGINEER as described in the Agreement are further defined and descnbed herein. a) Topographic Survey (1) Prospect Street Limits: Gregg Street to a point 300' east. Width will be from back of curb to back of curb unless sidewalk(s) exist in which case the limits will extend to the back of sidewalk. (a) Topographic Survey will be provided within the limits as described above and will include the following: 1' contours, curbs, sidewalks, visible manholes, visible water valves, overhead utilities, intersecting streets and driveways to the end of the radii returns, traffic striping, areas of pavement failure are to be marked with spray paint by the engineer prior to the survey, these areas will be delineated on the survey drawing. (b) Excluded from the scope are underground utilities, storm dram pipes and sanitary sewer pipes. - (2) Gregg Street Limits (South of North Street). Prospect Street north to North Street. Width will be from back of curb to back of curb unless sidewalk(s) exist in which case the limits will extend to the back of sidewalk (a) A Topographic Survey will be provided within the limits as described above and will include the following: 1' contours, curbs, sidewalks, visible manholes, visible water valves, overhead utilities, intersecting streets and driveways to the end of the radii retums, traffic striping, areas of pavement failure are to be marked with spray paint by the engineer prior to the survey, these areas will be delineated on the survey drawing. (b) Excluded from the scope are underground utilities, storm drain pipes and sanitary sewer pipes. (3) Gregg Street Limits (North of North Street). From North Street to a point 450' north. Width will be from the right-of-way on the east side to 20' beyond the right-of-way on the west side. (a) A limited Boundary Survey will be provided sufficient enough to establish the rights-of-way on both sides within the limits described above. A Topographic survey will be provided within the limits as described above and will include the following: 1' contours, curbs, sidewalks, intersecting streets and driveways to the end of the radii returns, storm drainage, retaining walls, delineation of major landscaping, parking areas, trees 6" in diameter and larger, traffic striping, traffic signals, signal poles, signal control boxes, above ground utilities, under ground utilities will be shown by utilizing a combination of plans furnished by the client, City GIS and utility locates. (4) North Street Limits (West of Gregg Street): From the intersection of Gregg Street to a point 175' west. Width will be from the back of curb on the south side, unless sidewalk(s) exist, in which case the limits will extend to the back of sidewalk to 20' beyond the north right-of-way. Attachment B — Scope of Services 2 of 6 Gregg Avenue Improvements (a) A limited Boundary Survey will be provided sufficient enough to establish to the right-of-way on the north side within the limits described above. A Topographic Survey will be provided within the limits as described above and will include the following: 1' contours, curbs, sidewalks, intersecting streets and driveways to the end of the radii returns, storm drainage, retaining walls, delineation of major landscaping, parking areas, trees 6" in diameter and larger, traffic striping, traffic signals, signal poles, signal control boxes, above ground utilities. Under ground utilities will be shown by utilizing a combination of plans furnished by the client, City GIS and utility locates. (5) North Street Limits (East of Gregg Street). From the intersection of Gregg Street to a point 100' east. Width will be from back of curb to back of curb unless sidewalk(s) exist in which case the limits will extend to the back of sidewalk. (a) A Topographic Survey will be provided within the limits as described above and will include the following 1' contours, curbs, sidewalks, visible manholes, visible water valves, intersecting streets and driveways to the end of the radii returns, traffic striping, traffic signals, signal poles and signal control boxes. (b) Excluded from the scope are underground utilities, above ground utilities, storm drain pipes and sanitary sewer pipes. (6) Miscellaneous Items: (a) Semi-permanent control points will be placed along the project at intervals not to exceed 500'. When possible they will also be placed outside of the right-of-way in an effort to preserve them for the future project control. The GPS control, as published for Fayetteville, will be used for the basis of coordinates. (b) Utility locator service(s) will be used to mark utilities on the ground prior to survey. Fees associated with the locator service(s) will be billed to the client as a reimbursable expense. Estimated cost is $ 400.00. (c) Right-of-way and/or easement exhibits with descriptions will be provided, as needed, for the property west of Gregg Street and north of North Street. (d) An easement and/or right-of-way exhibit and description will be provided on an estimated two parcels. (e) CEI proposes to provide Exhibits with descriptions at a lump sum of $650.00 each plus reimbursable expense. (7) Consultation for property procurement (a) Provide consultation or assistance as necessary to procure property as it relates to the right-of-way and/or easement documents as described above. Services to be provided will be confined to that which is allowed by a Registered Professional Land Surveyor. (b) CEI proposes to provide consultation or assistance as necessary on an hourly basis up to $1,4440.00 plus reimbursable expenses. Attachment B — Scope of Services 3 of 6 Gregg Avenue Improvements (8) Additional Services (a) Revisions that may be required due to changes in topography, physical features, utilities, parcel configurations and parcel ownership that occur subsequent to the finalization of this project as outlined herein and prior to CEI's Engineering Design can be furnished upon request by the City of Fayetteville and will be based on hourly rates as outlined in CEI's "Schedule of Charges" current at the time of request. (9) Items to be furnished by client: (a) Reimbursement for the cost of title searches with all supporting documents. Reimbursement for the cost of utility locator service(s). Reimburse expenses per the attached "Arkansas Schedule of Charges". Permission to access properties outside of rights-of-way. Items not included in this proposal: Complete Boundary Surveys of the individual parcels. Deliverables: Drawings in a digital format of ACAD, PDF or TIFF and certified hardcopies. b) Traffic Study and Traffic Signal Design See attached Exhibit 'C' for TEC proposal for traffic services. c) Geotechnical Investigations See attached Exhibit 'D' for Terracon proposal for geotechnical testing services. d) Preliminary Design Phase (30%) (1) Prepare preliminary plan drawings showing existing and proposed facilities. Horizontal scale of drawings to be 1 20 or larger. Vertical scale to be 1:5. Preliminary design plans and documents to include the following: (a) Prepare the preliminary title sheet. (b) Preliminary horizontal and vertical geometric sheet layout. Show the project horizontal and vertical control. (c) Create plan sheets showing the limits of work, roadway dimensions, median widths and locations of milling and overlays, sidewalks, ADA ramps and railings. (d) Prepare preliminary general construction notes. (e) Prepare a temporary retaining wall layout in plan and profile. Receive approval of layout, material and texture/pattern. (f) Prepare preliminary typical sections for construction of the proposed widened roadway section and median placement sections. (g) Prepare preliminary traffic signal layout and details, as warranted and approved by the City of Fayetteville. Provide preliminary plan sets for utility companies review and coordination. Attachment B — Scope of Services 4 of 6 Gregg Avenue Improvements (2) Final Design Phase (90%) (a) Complete the title sheet. (b) Prepare project layout sheet. Sheet to show the limits and alignments of the projects, label cross streets and label beginning and ending of construction. (c) Substantially complete the general construction notes. (d) Substantially complete the typical sections. (e) Prepare traffic control plans, detour layouts and advance signing plans in accordance with the latest revision of the "Manual of Uniform traffic Control Devices". (f) Prepare the lane closure sheet(s). Sheets to detail lane closure items and present a typical section view of the construction. (g) Prepare erosion and sediment control sheets, to comply with federal state and local regulations. (h) Substantially complete the paving plan sheets. (i) Substantially complete the retaining wall layout(s). (j) Prepare signing and striping sheets. (k) Substantially complete the traffic signal sheets. (1) Prepare soil boring sheets. Soil boring information to include lab data and soil characteristics. (m)Show any sanitary sewer manhole adjustments and water valve adjustments as necessary for construction. (n) Provide details to be incorporated into the plans. (o) Prepare the opinion of probable cost. (3) Attend design progress meetings with the CITY. (4) Provide written responses to design review comments provided by the CITY. 3) Project Deliverables a) Two copies of the Traffic Study Report b) Two copies of the Geotechnical Report c) Three copies of the 30% plan set d) Three copies of the 90% plan set, with the opinion of probable cost. e) Three copies of the revised Final Plans, cost estimates, specifications and contract documents and other supporting documents. f) Three copies of the Final plans and Specifications to the Contractor. g) Three copies of Right -of —Way plans and acquisition documents. h) Electronic files as requested. 4) General a) All street construction shall follow the guidelines described in the City of Fayetteville street design manuals. b) Record drawings shall be provided on a computer media in AutoCAD format in addition to reproducible drawings. c) Attend meetings with Owner and Agencies for plan review, project coordination and right-of-way. Attachment B — Scope of Services 5 of 6 Gregg Avenue Improvements d) The ENGINEER should anticipate a 14 calendar day review period by the CITY between the completion of one phase and the beginning of the following phase. Additional time may be required for review by agencies. e) The plans, specifications and contract documents authorized by this Agreement shall be prepared to allow construction bids to be received and construction to be performed under one construction contract. Demolition of building structures, if required, will be included in the construction contract. 1) Subcontracting of services by the ENGINEER shall have prior approval of the OWNER. 5) Bid Phase Services a) Prepare bid advertisement, in compliance with City of Fayetteville standards. b) Send the advertisement to contractors of record. c) Prepare addenda, answer RFI's in a timely manner. d) Collect recent wage rate information and incorporate into the Bid Documents e) Assist with tracking the RFI's, Addenda and other information. 1) Assist with evaluating bids. g) Aide with recommendations conceming subcontractors and the awarding of contracts. h) Attend meetings as required. 6) Construction Observation a) Construction observation services shall be agreed to and negotiated as an item of Extra Work. Attachment B — Scope of Services 6 of 6 Gregg Avenue Improvements OFFICE LOCATIONS: CALIFORNIA ARIZONA TEXAS ARKANSAS TENNESSEE MINNESOTA PENNSYLVANIA ENGINEERS • SURVEYORS • PLANNERS LANDSCAPE ARCHITECTS • ENVIRONMENTAL SCIENTISTS 1.800.433.4173 WWW.CEIENG.COM ARKANSAS SCHEDULE OF CHARGES CHARGES for our services are divided into three categories: Labor, Consultants, and Reimbursable Expenses. A new schedule of charges and conditions is issued at the beginning of each year. The schedule of charges may also be revised during the year as conditions dictate. LABOR: Labor charges are made for all client activity directly attributable to a project. No charge is made for general office administration, accounting or maintenance. Labor charges are billed by category as follows: Officer/Regional Manager Department Manager Program Manager Registered Landscape Architect Project Manager Planning Project Manager Project Engineer Project Designer Survey Project Manager Assistant Survey Project Manager CAD Designer CAD Technician Construction Observer Survey Party Chief Survey Technician Field Specialist Program Assistant $125.00 $115.00 $100.00 $ 95.00 $ 95.00 $ 95.00 $ 95.00 $ 85.00 $ 90.00 $ 80.00 $ 75.00 $ 65.00 $ 65.00 $ 70.00 $ 70.00 $ 55.00 $ 55.00 SUB -CONSULTANT SERVICES: In cases where CEI Engineering Associates, Inc., retains another engineering consultant to provide services outside of our area of practice, cost of such services will be charged at actual invoice cost, subject to prior approval by client. REIMBURSABLE EXPENSES: Outside services, and related materials, will be charged at the actual invoice cost. In addition, direct out-of-pocket costs such as postage, delivery services, travel (other than vehicle mileage), and subsistence expenses will be charged at actual costs. Vehicle mileage is billed at the applicable I.R.S. rate allowed per mile. All impact, permitting, expediting, and review fees will be charged at 15% over the cost of GEORGIA the fee unless the client is willing to pay those fees directly to the service provider. FLORIDA CREDIT POLICY: Terms will be given only to clients with approved credit. Invoices will be rendered monthly, either as final or progress billing. CEI payment terms are net 30 days. Invoices past 30 days due will be subject to a monthly service charge, which will be assessed in compliance with Arkansas usury laws. Should the account be placed for collection with an outside collector, the cost of such collections will be added to the principal amount owing. 041806 co as wm_. 10 'om- m to a co e.» Wilson Park City of Fayetteville CEI # - Proposal for Wilson Park Bond - City of Fayetteville 1 Total Engineering Service Fees' Total Burdened Labor Cos Total Hours for Pt Project Lent = 2200 It [Sub -Consultant Coordination Bid Phase Task [Bid Documents [Estimates and Quantities Coordination Meetings [Construction Details [Retaining Wall Layout SW3P Sheets 1Sipnlnp/Stdping vo _T a o 's vy o 0 0 [Typical Sections Control Data a m ca o o [Cover Sheet 0 m m 9 01 m Task Elements and Description O N m 0 b0 00 N -• m O 0 m 0 m 0 'O A 0 P A P N N N N N N Department Manager O G O M m 0 O O O Protect Manager 4 m co O 0 85.00 m m m 0. p m m 0 a a A P a N Project Designer 0 0 N m 0 O O 0 Survey Project Manager o oO 0 5 125.00 Survey Crew U_ ao o O O N J m O 0 H A m m o a 24 N N m m a CAD Designer N m J o O N N 0 O N >NO 24 P A A AN N N m 12 m m CAD Technician M a O O M m m 0o O m P m N a Program Assistant mm Oh Oma OMm PmAm�OpI a a[Ii ( CTP 1 58 NNLPOA y 2 -I a O en 'O o 0 69 +VOio 000 0000 69 [ 53,320.00 l frail 0000p000 0000000000 _A 69 Ina V 69 -CO 44 A_A 4a 49 IIP�Of1N 4a1 N MM 0a 51,090.00 Total Cost