Loading...
HomeMy WebLinkAbout79-07 RESOLUTION1 RESOLUTION NO. 79-07 A RESOLUTION AWARDING AN ENGINEERING CONTRACT TO MCCLELLAND CONSULTING ENGINEERS, INC. IN THE AMOUNT OF $71,302.00 TO PERFORM A DRAINAGE STUDY WITHIN THE UPPER SCULL CREEK WATERSHED BETWEEN COLLEGE AVENUE AND MISSION BOULEVARD. 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 McClelland Consulting Engineers, Inc in the amount of $71,302.00 to perform a drainage study within the Upper Scull Creek Watershed between College Avenue and Mission Boulevard. PASSED and APPROVED this 1st day of May, 2007. APPROVED: By: DAN COODY, Mayor ATTEST: By: SONDRA E. SMITH, City Clerk/Treasurer .',RK/TR.E4 � `•� ct••c,,; Y.. ... U� •�' _ FAYETTEVILLE • ORIGINAL AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And MCCLELLAND CONSULTING ENGINEERS, INC. FAYETTEVILLE, ARKANSAS THIS AGREEMENT is made as of , 2007, by and between City of Fayetteville, Arkansas, acting by and through its Mayo i hereinafter called CITY OF FAYETTEVILLE) and McClelland Consulting Engineers, Inc. with offices located in Fayetteville, Arkansas (hereinafter called McClelland). CITY OF FAYETTEVILLE requires professional engineering services in connection with the study and analysis of the drainage systems on upper Scull Creek between Mission Boulevard and College Ave. 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. SECTION 1 - AUTHORIZATION OF SERVICES 1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF FAYETTEVILLE and agreement of McClelland. 1.2 Assignments may include services described hereafter as Basic Services or as Additional Services of McClelland. 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. J:\2007\072105 SC DrainagelContracts\Agreement.doc 1 1/4 SECTION 2 - BASIC SERVICES OF MCCLELLAND 2.1 General 2.1.1 Perform professional investigative/study services in connection with the Project as hereinafter stated, which shall include normal civil and geotechnical engineering services. 2.1.1.1 The Scope of Services to be furnished by McClelland during the Investigative/Study 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 Design Phase, if any, will be finalized and contained in an amendment to this Agreement after the Drainage Study has been 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 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 Design is completed. 2.1.1.5 The 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 Design is completed. 2.2 Drainage Study 2.2.1 The Drainage Study will consist of an engineering drainage study on the upper part of Scull Creek between Mission Blvd. and College Ave., the evaluation of alternatives, and prepare lineal report with cost estimate. 2.3 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 1:\2007\072105\Contracts\Agreementdoc 2 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. Text documents shall be provided to CITY OF FAYETTEVILLE in Microsoft® Word 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 2005. 2.3.1.2 Develop for approval by CITY OF FAYETTEVILLE, a project 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 design. This Schedule shall include reasonable allowances for review and approval times required by CITY OF FAYETTEVILLE, and review and approval times required by public authorities having jurisdiction over the Project. This schedule shall be equitably adjusted as the Project progresses, allowing for changes in scope, character or size of the Project requested by CITY OF FAYETTEVILLE, or for delays or other causes beyond McClelland's reasonable control. Nonconformance with this schedule by McClelland and its subconsultants may result in the assessment of damages payable by McClelland to the CITY OF FAYETTEVILLE for costs and damages incurred. The maximum cost liability of McClelland shall be limited to the total gross amount payable to or through the Consultant authorized under this agreement, including amendments thereto. 2.3.1.3 When requested by the CITY OF FAYETTEVILLE prepare for and attend up to two City Council meetings to provide periodic updates on the progress of the 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 J:12007\072105\Contracts\Agrcementdoc 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. 2.3.2.1 Arkansas Division of Health (DI -II -1S) 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. 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 3 copies of the final Bid Documents. 2.3.6 Determine land and easement requirements and provide consultation and assistance on property procurement and easement preparation 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. 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. 1:\2007\072105\Contracts\Agreement.doc 4 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. • 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 Streets 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 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. ]:\2007\072105\Contracts\Agreement.doc 5 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. J:12007\072105\Contmcts\Agrcemcnt.doc 6 4 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. 1:\2007\072105\Contracts\Agreement.doc 7 • 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. 4.9 Pay for placement of legal notices and advertisements in newspapers or other publications required. 4.10 Furnish, or direct McClelland to provide, necessary Additional Services as stipulated in Section 3 of this Agreement or other services as required. J:\20071072105\Contracts\Agreement.doc 8 • 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. 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. From the time the City of Fayetteville issues the Notice To Proceed (NTP), McClelland. will endeavor to execute the project within the following time periods. Task Completion After NTP A. Topographic Survey 40 calendar days B. Drainage Study 150 calendar days SECTION 6 - PAYMENTS TO MCCLELLAND 6.1 Compensation 6.1.1 Investigative/Study Phase For the Scope of Services during the Drainage Study described herein, CITY OF FAYETTEVILLE authorizes an amount estimated to be $64,820.00, but not to exceed $71,302.00 as compensation for the scope of work set forth in Appendix A. Engineer will be compensated based upon his standard hourly rate schedule, the current rates being attached to and made a part of this agreement (Appendix B). The hourly rates for compensation include all costs, including labor, overhead, direct expenses, subcontracts and fees. 1:1200710721051Contracts\Agreement.doc 9 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 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 services shall be made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory completion of the Investigative/Study phase. 6.1.2 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 Investigative/Study 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 Design 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 Design Phase Services. 1:12007\072105\Contracts\Agreement.doc 10 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 Construction 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 Design 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 law or otherwise expressly agreed to by the parties to this Agreement, final payment under this 1:\2007\072105\ContractsWgreement.doc 11 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 Professional Liability Insurance $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 and after the completion ofMcClelland's services. If the services result in a Construction Phase, a provision similar to this shall be incorporated into all Construction Contracts entered J:\2007\072105\Contracts\Agrcement.doc 12 • 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. 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 J:\2007\072105\Contracis\Agreement.doc 13 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 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. 1:\20071072105\Contracts\Agreement.doc 14 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. 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. 1:\2007W721051Contracts\Agreement.doc 15 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. 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 J:@007\072105\Contracts\Agreement.doc 16 • 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. 1 Indemnification 7.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to indemnify, defend, and hold harmless CITY OF FAYETTEVILLE, and McClelland from and against any and all loss where loss is caused or incurred or alleged to be caused or incurred in whole or in part as a result of the negligence or other actionable fault of the Contractors, or their employees, agents, Subcontractors, and Suppliers. 7.12 Computer Models McClelland may use or modify McClelland's proprietary computer models in service of CITY OF FAYETTEVILLE under this Agreement, or McClelland may develop computer models during McClelland's service to CITY OF FAYETTEVILLE under this Agreement. Such use, modification, or development by McClelland does not constitute a license to CITY OF FAYETTEVILLE to use or modify McClelland's computer models. Said proprietary computer models shall remain the sole property of the McClelland. CITY OF FAYETTEVILLE and McClelland will enter into a separate license agreement if CITY OF FAYETTEVILLE wishes to use McClelland's computer models. 7.13 Ownership of Documents All documents provided by CITY OF FAYETTEVILLE including original drawings, disks of CADD drawings and cross sections, estimates, specification field notes, and data are and remain the property of CITY OF FAYETTEVILLE. McClelland may retain reproduced copies of drawings and copies of other documents. • Engineering documents, drawings, and specifications prepared by McClelland as part of the Services shall become the property of CITY OF FAYETTEVILLE when McClelland has been compensated for all Services rendered, provided, however, that McClelland shall have the unrestricted right to their use. McClelland shall, however, retain its rights in its standard drawings details, specifications, databases, computer software, and other proprietary property. Rights to intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of McClelland. Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. McClelland makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over J:\2007\072105\Contracts\Agrcement.doc 17 • 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 Ave. 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. 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. J:\2007\072105\Contracts\Agreementdoc 18 • SECTION 8 - SPECIAL CONDITIONS 8.1 Additional Responsibilities of McClelland: 8.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder shall not in any way relieve McClelland of responsibility for the technical adequacy of the work. CITY OF FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the services shall be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. 8.1.2 McClelland shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by McClelland's negligent performance of any of the services furnished under this Agreement except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data. 8.1.3 McClelland's obligations under this clause are in addition to McClelland's other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against McClelland for faulty materials, equipment, or work. 8.2 Remedies Except as may be otherwise provided in this Agreement, all claims, counter -claims, disputes and other matters in question between CITY OF FAYETTEVILLE and McClelland arising out of or relating to this Agreement or the breach thereof will be decided in a court of competent Jurisdiction within Arkansas. 8.3 Audit: Access to Records 8.3.1 McClelland shall maintain books, records, documents and other evidence directly pertinent to performance on work under this Agreement in accordance with generally accepted accounting principles and practices consistently applied in effect on the date of execution of this Agreement. McClelland shall also maintain the financial information and data used by McClelland in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. The United States Department of Labor, CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, J:12007\072105\Contracts\Agreement.doc 19 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 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. 1:\2007\0721051Contracts\Agreement.doc 20 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 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; • • J:\20071072105\Contracts\Agreement.doc 21 (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification regarding debarment and suspension may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. I further certify that I will obtain a similar certification for each subcontract awarded in excess of $25,000. DEBARMENT CERTIFICATION AUTHORIZED REPRESENTATIVE COMPANY NAME: McC . hand Co SIGNATURE- • in• En•ineers Inc. '. 1 tM'Y' DATE: 1 PRINTED NAME: John C. Quinn, P.E. TITLE: President J:12007\072105\Contracts\Agreement.doc 22 o7 • • 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 FAYETT LLE, A. • NS S By: riAZa I Leab Mayor ATTEST: By: By: City'Clerk McClelland Co suiting gineers, Inc. Title: President ATTEST: By: y 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 J:\2007\072105\Contracts\Agreement.doc 23 • z Z C w J W 2 JW • w O QLU ▪ O. .z QOaw! X▪ azg wIT) wto eim w�a QOZo Uj K < m J YuJ W CU c- Ug J J reU y w w a a J: 200710721051ContraMAPPENDIX AHA IEXTENDED nst 000 coN en N O in ,N 0 N - $652.60 00 04I4 p O 51,240.00 00 en enS -4. a $6,245.20 $313401 8 p 0 44 5240.00 S N HC N 0 O n M BSSSSS OO V p N e nn N to la O el W O N O r N 1 52,587.80 I - q C M SS N 6 p S .4 h N 1 888 00E 01041 N 5380.00 SS m ig NN O S p ` NOM p S A N OTHER DLR. PIP an OOOp 000 NNNM.NN01 p S O N p O N p n h N p N NN p M1 O r1n N O S O0 NV S p O' N p N 8 p p p 8 S p p N p O co MILEAGE 1 $0.42' O O O O p 40 1 p N p N p • 1 p LI N in CO CLERICAL Q8O O O P O 0 < O co DISCIPLINE DRFTMN. SI 1(1 en o 0 o e m 0 e e go R EACH DRFT. suvv CF $65.00 O O O .- v- O N N N SURV. I 1 CREW Jg Qm O O C 0 CO r CO O O O SURV. I TFCH I- p r4 to 0 O o 0 t4 O O O at 54 HOL REG. SURV DH $85.00 - •- 0 gi 2 5- •- O 0 0 ENGR. TFCH d. O to P e ^ 4 4 0 CO 0 0 f"1 3 S ge.j N 5 e G q O O 04 en rc z w o m o 40, 0 C H 10 C CO b Ni" CO r 1 5 N O Q n 10 Q 0 ' 0 0 N r M N S M1 M1 PROJ. MI:R 3pN N 4 I NN O O V N L NN N- N N N 3 .- 0 ry TASK nCCCPTPTInu SCULL CREEK DRAINAGE STUDY COLLECT AND COMPILE MAPS _ A. PROPOSAL DEVELOPMENT B. DOWNLOAD AND SCALE CONTOUR MAPS C. ADJUST DRAINAGE AREA FOR LAND USE PLAN SUBTOTAL,COLLECT AND COMPILE MAPS . . . . IDENTIFY DRAINAGE BASIN AND SUBBASINS ON MAPS A. DELINEATE COMPILED MAPS ACCORDING TO DRAINAGE AREA B. LOCATE EXISTING OUTFALLS AND INLETS - C. GENERATE A SURFACE MODEL OF THE DRAINAGE BASIN D. DETERMIN SIZE, INLET STRUCTURE, OUTLET STRUCTURE. AND PATH OF EXISTING CODUITS E. CONDUCT PERSONAL RECONNAISSANCE OF PROJECT AREA ASSIGNING "C" FACTORS AND ROUTES F. PREPARE RUNOFF CALCULATIONS FOR 2, 5,1 0, 25, 50, AND 100 YEAR STORMS SUBTOTAL. IDENTIFY DRAINAGE BASIN AND SUBBASINS ON MAPS _.._ EVALUATION/GENERATION OF DMA A. IDENTIFY PRIMARY AND SECONDARY CHANNELS IB. CHARACTERIZE CHANNEL SURFACES IC. IDENTIFY CRITICAL POINTS ID. DETAIL CROSS SECTION SURVEYS OF CRITICAL POINTS n. a 0 U.0 O 2 O F otC w 2 W 2 O F 0 q N W J F O ti 0 N IIDENTIFY AREAS SUBJECT TO FLOODING IA USE COMPUTER MODELING TO GENERATE WATER SURFACE PROFILES FOR DESIGN STORMS Is IDENTIFY STRUCTURES SUBJECT TO FLOODING AT Q PEAK DURING DESIGN STORMS C. FORMULATE A LIST OF POTENTIAL IMPROVEMENTS TO DRAINAGE AREA ID EVALUATE IMPROVEMENTS WITH COMPUTER MODELING TO IDENTIFY EFFECTIVE IMPROVEMENTS IE. FORMULATE ROUGH COST ESTIMATES F. PRIORITIZE PREFERRED IMPROVEMENTS IG. SUMMARIZE FINDINGS AND PRESENT TO CITY IN "DRAFT' FORMAT I SUBTOTAL, IDENTIFY AREAS SUBJECT TO FLOODING..__. _ ...._ IPROPERTY OWNER RELATIONS IA. MEET WITH PROPERTY OWNERS TO PRESENT FINDINGS IB. IDENTIFY EXTENT OF DRAINAGE EASEMENTS NEEDED TO IMPLEMENT RECOMMENDATIONS ISUBTOTAL. PROPERTY OWNER RELATIONS IFINAL REPORT IA. WRITE AND REPRODUCE THE FINAL REPORT WITH THE FOLLOWING 1. FINDINGS 2. RECOMMENDATIONS 3. COST ESTIMATES 4. PRIORITIES _ I SUBTOTAL, FINAL REPORT TOTAL • 2O J N0e S0h00.----r- 0N0.-N0NN0N0N N N N N N N N N N N OVIN1+�Irl N Cl t7 p n p lh Mn nCVOOeO p PO<ONNNNS O p J: 200710721051ContraMAPPENDIX AHA APPENDIX "B" 2007 BILLING RATES January, 2007 CATEGORY Principal Engineer Sr Project Manager Project Manager Project Engineer II Project Engineer I Design Engineer Landscape Architect Landscape Architect Assistant Engineering Technician III Engineering Technician II Engineering Technician I Construction Observer III Construction Observer II Construction Observer I Chief Draftsman Draftsman II Draftsman I Survey Technician Registered Land Surveyor Survey (2 -Man or 1-Man/Robotic) Crew Field Survey -1 Man Party Chief Soils Lab Supervisor Soils Lab Technician II Soils Lab Technician I. Clerk/ Typist Mileage * Subject to Annual Adjustment Mid -Year. J:1200710721051ContractslAppendix B.xls *HOURLY RATE $ 140.00 $ 130.00 $ 120.00 $ 100.00 $ 80.00 $ 75.00 $ 85.00 $ 50.00 $ 75.00 $ 60.00 $ 45.00 $ 75.00 $ 50.00 $ 40.00 $ 65.00 $ 50.00 $ 45.00 $ 70.00 $ 85.00 $ 130.00 $ 65.00 $ 60.00 $ 55.00 $ 45.00 $ 38.00 $ 45.00 $ 0.40 • Ron Petrie Submitted By f City1of Fayetteville Staff Review Form City Council Agenda Items or Contracts 4 1 -May -07 City Council Meeting Date Engineering Division Action Required: }iIcrz m Adj FAcriljtA Operations Department Approval of a resolution to award an Engineering Contract to McClelland Consulting Engineers, Inc. in the amount o $71,302.00 to perform a drainage study within the upper Scull Creek watershed between College Avenue and Mission Boulevard. $71,302.00 Cost of this request 4470-9470-5314-00 02097.1 Project Number Budgeted Item x 729,412.00 Category/Project Budget 192,216.80 Funds Used to Date 537,195.20 Remaining Balance Budget Adjustment Attached Drainage Study/Phase 11 Storm Water Management Program -Category / Project Name Bridge & Drainage Improvements Program / Project CateName gory Sales Tax Capital Improvements Fund Name Department 'rector Date City Attorney `?caQ, Finance and Internal Service Director cot Mayor k -17 -zoo? Date Date Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in Mayor's Office Comments: • 1 r CITY COUNCIL AGENDA MEMO To: Mayor and City Council Thru: Gary Dumas, Director of Operations From: Ron Petrie, City Engineer fj Date: April 13, 2006 City Council Meeting of May 1, 2007 Subject: Resolution to award an Engineering Contract to McClelland Consulting Engineers, Inc in the amount of $71,302.00 to perform a drainage study within the upper Scull Creek watershed between College Avenue and Mission Boulevard. RECOMMENDATION Staff recommends approval of a resolution authorizing the study of Scull Creek between Mission Blvd. and College Ave. by McClelland Consulting Engineers, Inc. • BACKGROUND The area that is being requested to be studied is bounded by College Avenue to the west, Mission Boulevard to the East, Lafayette Street to the south and Prospect Street to the north. It has been estimated that the drainage in this area is approximately 80-100 years old and is comprised primarily of native stone viaducts that have very few access points. The majority of these viaducts are not contained in drainage easements and it is believed that some are routed under existing residential structures. Several of these residential structures have reported flooding for many years and the City has claimed no responsibility due to the lack of public easements. DISCUSSION Due to two rainfall events in 2006 that caused severe flooding within the neighborhood resulting in property damage and flooding of three known residential structures, the City began re-evaluating the long-standing drainage problems. It became apparent through meetings with the property owners that a drainage study of the entire effected area was necessary to determine the critical needs and to develop a priority list of improvements that could be undertaken with the available funds and future funds. It is anticipated that due to the expense to completely resolve all of the drainage issues in this historic 1 f City Council Meeting of May 1, 2007 neighborhood that an alternate funding source may be necessary to be identified and implemented On October 5, 2006 the City Council's Street Committee authorized staff to proceed with the engineering selection which resulted in the selection of McClelland Consulting Engineers. The engineering contract is scheduled to presented to the Street Committee on Apnl 16, 2007. BUDGET IMPACT The City currently has $537,195.20 remaining that has been allocated for the Phase II Storm Water Management Program for these projects. 2 RESOLUTION NO. A RESOLUTION AWARDING AN ENGINEERING CONTRACT TO MCCLELLAND CONSULTING ENGINEERS, INC. IN E AMOUNT OF $71,302.00 TO PERFORM A DRAINAGE i WITHIN THE UPPER SCULL CREEK WATERSH i BE7 COLLEGE AVENUE AND MISSION BOULEA.AR BE IT RESOLVED BY THE CITY COUNCIL OF FAYETTEVILLE, ARKANSAS: Section 1. That_ •e=Cit Council hereby awards a nine ringLntract in the amouun tof $71;392.00 ("perform CreeI Watershe beglen > lle e A4e OF the City 61 Fayetteville kansas, Aland Consulting Engineers, Inc iTaa e stu y within the Upper Scull M" s16 Boulevard. D fits day of May, 2007. A : P `OVED: ATTEST: • By: DAN COODY, Mayor SONDRA E. SMITH, City Clerk/Treasurer